Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2014 FBO #4584
SOURCES SOUGHT

28 -- COGEN Maintenance Extended Warranty Services - Sources Sought Notice

Notice Date
6/11/2014
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Heating Operation & Transmission Division (WPO), 13th & C Streets, SW, 2nd Floor, Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
WPSA-14-0115
 
Archive Date
7/10/2014
 
Point of Contact
Shannon D Perkins, Phone: 202-690-9720 Ext 128, George Leahy, Phone: (202) 708-0060
 
E-Mail Address
shannon.perkins@gsa.gov, George.Leahy@gsa.gov
(shannon.perkins@gsa.gov, George.Leahy@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information / Sources Sought Notice for COGEN Maintenance Extended Warranty Services Request for Information / Sources Sought Notice COGEN Maintenance Extended Warranty Services The General Services Administration, Heating Operations and Transmission Division (HOTD), has the following requirement for COGEN Maintenance Extended Warranty Services. Location(s): GSA/HOTD 13th & C Streets, SW Washington, DC 20407 THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS "SOURCES SOUGHT" REQUEST. ANY RESPONSE TO THIS RFI / SOURCES SOUGHT NOTICE WILL BE USED BY THE GOVERNMENT AS MARKET RESEARCH, FOR INFORMATIONAL PURPOSES AND TO MAKE APPROPRIATE ACQUISITIONS DECISIONS. The General Services Administration located in Washington DC, is looking for qualified vendors capable of performing the work as listed below. Background Information: The General Services Administration Central Heating & Refrigeration Plant (GSA CHRP), Heat Operations and Transmissions District (HOTD) currently supplies steam to over 84 federal buildings in the District of Columbia and chilled water service to buildings in three agencies, the Department of Energy (DOE), Department of Agriculture (DOA), and Smithsonian Institute (SI). These services are a critical part of the customers' daily operation. In order to guarantee that these customers receive steam and chilled water services without interruption, HOTD must continually maintain the plant's critical equipment. HOTD operates 24 hours a day, 365 days a year, and the reliability of the plant is important as it supports an operation of Federal and Quasi-Federal customers. HOTD uses natural gas to produce steam for the space comforts at the customer buildings and it operates eight chillers to produce chilled water for the buildings year around. HOTD uses natural gas in a combine cycle mode, which first operates the gas turbines/electric generators. The turbine waste heat is then used in a boiler to produce steam. This combined cycle or Co-Generation also produces electricity for HOTD to avoid the purchase of high priced electricity from the utility company which saves a yearly average of over $5 million. The waste heat also increases boiler efficiency to result into additional savings. HOTD has invested several million dollars in the CO-GENERATION (COGEN) system to realize substantial savings and reduce pollution. The maintenance and operational support to operate this equipment was being performed for several years under the installation contractor, Washington Gas Company, which has Solar Turbines, Inc. as the subcontractor. Solar is the manufacturer, installer and service provider of this equipment. The original warranty contract is set to expire in August of this year. Objective: The objective of this Extended Service Agreement is to continue with the Service Contract/Agreement or Warranty Maintenance Agreement with the Solar Turbines Company without a lapse in the current equipment warranty (gearbox and gas turbines) that started April 2013. HOTD must hire a contractor through an extended service agreement to provide repair improvements to the existing system. HOTD intends to implement old requirements and new requirements, which are part of the lessons learned during the past 12 years of operation. Synopsis: The General Service Administration's Heating Operation and Transmission District seeks information from vendor's in the market who are capable of providing the necessary, management, equipment, labor, mobilizations, supplies and supervision to perform maintenance through an extended warranty to the co-generation system, mainly consisting of two Solar gas turbines, two generators and associated equipment including controls. The contractor shall manage, be responsible for and monitor the efforts of the sub-contractors, if used, that may be maintaining the COGEN turbines. The contractor shall provide detailed reports of his/her and sub-contractor activities and recommendations for the maintenance of the equipment. Contractor shall hold a bi-annual meeting, between maintenance inspections, with the GSA's designated official (CO, COTR, Project Engineers, etc.,) sub-contractors, if any, at the CHRP site. Contractor shall provide HOTD's operational goals to operate these systems with 99% reliability/availability, best possible fuel efficiency and planned downtime. With this Agreement, complete extended warranty preventative maintenance (PM) of the CO-GEN equipment shall encompass the following: Planned Maintenance Coverage - Perform a complete on-site/off-site inspection and maintenance to all cogeneration system gas turbines and associated equipment. The services to be performed by the Contractor under this Agreement shall include all Solar Field Service labor and subsistence for the following scheduled maintenance inspections: four maintenance interventions per year by qualified Solar personnel and provision of consumable maintenance parts to fulfill standard OEM recommended maintenance requirements. Contractor's inspection shall be: 1-Semi-Annual (4000) hours, 1- Annual (8000) Hours. Preventive Maintenance (PM) - Experienced Solar Field Service Representatives (FSR) shall provide scheduled maintenance (including consumable maintenance parts) of the CO-GEN equipment. Remote Monitoring and Diagnostics (RM&D) - P rovide the RM&D services to continuously monitor equipment health, posting daily package data to a Solar Field Office Database. Data shall be analyzed by Solar Engineers to optimize equipment availability and maintenance planning. Contractor shall provide and maintain all necessary hardware and software to have RM&D availability, which is limited to latest Programmable Logic Controller (PLC) system. Predictive Maintenance - Through Remote Monitoring and Onsite Diagnostics, contractor shall provide predictive maintenance to ensure the health of the turbo machinery package(s), with continuous reporting of the results. Technical Focal Point(s) - The contractor shall designate a Technical Focal Point(s) for this Contact who shall act as a liaison between HOTD and the contractor. The Technical Focal Point(s) will have a detailed knowledge of Solar's products, worldwide organization and technical support processes. Non-scheduled Site Visits - Necessary non-scheduled site visits for maintenance, trouble-shooting or component replacement during the term of this Agreement and all Solar Field Service labor and subsistence relating to such visits is included. Remote Troubleshooting - The Technical Focal Point(s) shall utilize the RM&D enabled Live View option to maximize remote troubleshooting support. Through Live View, Solar engineers have a secured remote capability to view the turbine package operating screens without affecting onsite operations. Call Outs for Advanced Troubleshooting and Repairs - Contractor FSR's shall provide unscheduled inspections at site to ensure maximum availability (normal travel and subsistence costs included). Repairs - Contractor will repair, or, at its option, replace any malfunctioning component or part within a reasonable time, without charge for parts or labor. The contractor shall provide certified replacement parts to cover defects in materials and workmanship, as well as normal wear and tear. To maximize equipment availability, Contractor or his/her sub shall maintain an inventory of service parts as described in the Solar Recommended Spare Parts List (RSPL). Service parts used from your RSPL stock shall be refurbished. Controls Upgrade - The contractor shall provide and install Solar Turbines Inc. latest model of all servers, PLCs, and others with hardware, software and installation. It is HOTD's intent to renew all existing controls within this five (5) year contract. Overhaul - Should any overhauls be required during the term of this Agreement, such overhaul shall be provided by Contractor at no additional cost to HOTD. The contractor shall provide a detailed description of the Comprehensive Overhaul Coverage for the duration of the agreement. Contractor shall provide all required engine overhauls for target Time Between Overhaul (TBO) interval is 30,000 hours, however, all overhauls under this agreement shall be planned based on the assessment of the equipment condition, without sacrificing reliability and durability. Overhauls shall be performed at Solar's designated overhaul facility. Exchange Engine Program - Should an overhaul be required for the turbines and its associated equipment, Contractor shall provide an exchange turbine of similar configuration to minimize customer downtime. Contractor shall provide all rigging and rigging equipment, or contract its certified riggers to perform work above normal conditions such as exchange of turbines. Included in the scope of work are any repairs to the engine to correct a specific problem to get the unit back on line as soon as possible. The contractor shall dismantle the turbine, inspect, and repair to the extent necessary. Depending on the extent, the repair may be done at the HOTD site or at a Solar designated workshop. During the term of this agreement, Contractor will repair or substitute with equal repaired or new the Turbines, Generators, Reduction Gearboxes and other associated equipment, as or when required as per the original manufacturer Solar Turbine's requirements. Contractor shall be available on call 24/7 for service calls and all critical parts should be purchased and kept in stock. Estimated Term of Services: The term of this agreement shall be for the period of twelve (12) months from the date of Notice to Proceed, with four (4) option years. NAICS Code: 811219 THIS SOURCES SOUGHT, SHALL NOT BE CONSTRUED AS A FORMAL SOLICITATION. INFORMATION IS TO BE PROVIDED ON A VOLUNTARY BASIS. THE GOVERNMENT IS NOT LIABLE FOR ANY DIRECT OR INDIRECT COSTS INCURRED BY THE VENDOR IN PREPARING OR SUBMITTING THIS VOLUNTARY INFORMATION. Contractors who feel they can provide the GSA Heating Operation & Transmission District's Central Heating and Refrigeration Plant with the above services are invited to submit in writing an affirmative response which includes the following information: 1. What is the name of your business? 2. What are your POC's name, telephone number, e-mail address, and business address? 3. Is your firm a large business, small business, a certified 8(a) small business, certified HUBZone business, Small Disadvantaged Business, Veteran, Woman, and/or Minority Owned Business and/or Service Disabled Veteran Owned Small Business concern according to NAICS code 811219 ? 4. Is your business eligible to perform the tasks as described in this document? Does your company have the financial standing and ability to obtain the level of bonding required for work of this significance and criticality? If so, please elaborate on your ability to meet this major requirement. _______ I AM interested in this procurement and would like to receive a solicitation if and when it issued. _______ I AM NOT interested in this procurement and would not like to receive a copy of the solicitation. All responsible sources are encouraged to respond to this sources sought announcement by submitting a capability statement response to the questions contained within this notice via email to Shannon.perkins@gsa.gov and George.Leahy@gsa.gov no later than June 25 th, 2014 by 3:30PM - EST. The Government does not intend to rank submittals or provide any reply to interested firms. Any Questions please contact Shannon Perkins and George Leahy by email. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Extraneous materials (brochures, manuals, etc) will not be considered. IMPORTANT NOTE: THIS IS A REQUEST FOR INFORMATION ONLY. THE GOVERNMENT DOES NOT PROMISE OR IMPLY THAT A CONTRACT WILL BE AWARDED AS A RESULT OF INFORMATION RECEIVED FROM THIS REQUEST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPO/WPSA-14-0115/listing.html)
 
Place of Performance
Address: General Services Administration, HOTD, Central Heating & Refrigeration Plant, 13th & C Streets, SW, Washington, District of Columbia, 20407, United States
Zip Code: 20407
 
Record
SN03391622-W 20140613/140611234713-32af72340e80cb802b27509f0a14cb69 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.