Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2014 FBO #4618
SOLICITATION NOTICE

J -- Emergency Switchgear Service

Notice Date
7/15/2014
 
Notice Type
Cancellation
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3ZT894153A001-EmergencySwitchgearService
 
Archive Date
8/13/2014
 
Point of Contact
Nathaniel P. Scheer, Phone: 7074247753, Robin D. Boyd, Phone: 7074247793
 
E-Mail Address
nathaniel.scheer@us.af.mil, robin.boyd@us.af.mil
(nathaniel.scheer@us.af.mil, robin.boyd@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THE PURPOSE OF THIS SOURCES SOUGHT SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIAL QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (HUBZONE 8(a), 8(a), HUBZONE, SMALL, SMALL DISADVANTAGE AND LARGE BUSINESS) RELATIVE TO NAICS CODE 335313. RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS WILL BE USED BY THE GOVERNMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS, SEE SUBMITTAL REQUIREMENTS BELOW. AFTER REVIEW OF THE RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT, A SOLICITATION ANNOUNCEMENT WILL BE PUBLISHED IN FEDBIZOPPS. RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT ARE NOT ADEQUATE RESPONSES TO THE SOLICITATION ANNOUNCEMENT. ALL INTERESTED OFFERORS WILL HAVE TO RESPOND TO THE SOLICITATION ANNOUNCEMENT IN ADDITION TO RESPONDING TO THIS SOURCES SOUGHT ANNOUNCEMENT. Travis AFB is seeking sources to do the following: 1.GENERAL REQUIREMENT: Hire Russelectric factory-certified field service engineer to modify, adapt and reprogram existing (4160-volt) Russelectric emergency paralleling switchgear (e-SWGR) to operate, control and function with (6) six new Cummins 750-kilowatt standby generators. Contracted work shall be performed in the CEP. 2.PROJECT SCOPE: This project requires services of a Russelectric factory-certified field service engineer to assist CEMIRT technicians and the Cummins-Onan field service engineer with setup, testing, certification and commissioning of (6) six new emergency generators after installation within the CEP. Expected work shall modify or replace (as necessary) settings of components, controllers, meters and wiring within the e-SWGR. 3.CONDITIONS: Russelectric Factory-certified field service engineer shall: a.Be qualified and certified to install, operate, inspect, diagnose and repair Russelectric-manufactured e-SWGR and high-voltage electrical distribution systems installed to support hospital or patient care facilities. b.Be qualified, trained and certified to work on or around electrical systems operating at nominal voltages between 120-VAC and 4160-VAC; and be adequately outfitted with appropriate arc-flash gear, electrical PPE and test equipment to safely perform work. c.Travel to CEP and perform on-site engineering services to research and determine best method to connect (electronic, electric and mechanical) components, switches, relays and devices within the existing e-SWGR to components in the new generator PowerCommand controllers. d.Collaborate with CEMIRT technicians, Cummins field service engineer and DGMC engineer to develop schema, processes, workflows and project work plan necessary to accomplish e-SWGR modification(s). e.Modify wiring within generator control cubicles of the e-SWGR to accept paralleling and generator control circuits fed from (6) six new Cummins PowerCommand Modbus/ModLon-II network Gateway. f.Modify programmable logic controller (PLC) and supervisory control and data acquisition (SCADA) digital display screens to reflect modifications to e-SWGR. g.Provide additional relays, Wago-brand contacts and wiring necessary to accomplish upgrades within/between e-SWGR and (6) six new PowerCommand generator controllers. h.Work closely with CEMIRT technicians and Cummins field service engineer to setup e-SWGR to ensure successful engine startup in preparation of acceptance test outlined in NFPA 110, Chapter 7.13. i.Stand-by after accomplishing modifications within e-SWGR and be available to assist CEMIRT technicians, Cummins-Onan field service engineer and DGMC engineer during engine testing, commissioning and certification of (6) six new emergency generators. j.Provide revised system as-built, one-line and schematic drawings depicting new or modified connection points, components and devices installed within/between e-SWGR and (6) six new PowerCommand generator controllers. k.Make on-the-spot corrections to defective components or deficiencies in workmanship. l.Provide a written warranty to cover materials, workmanship and labor associated with the project. 4. FINAL INSPECTION: Upon conclusion of work, CEMIRT representative, Cummins field service engineer and DGMC representative shall inspect Russelectric factory-certified field service engineer's work for functionality and seamless interface/operation with new PowerCommand generator controllers. (See 3.k. for method of addressing defects or deficiencies.) Responses to this notice should include company name, address, point of contract, Cage Code, size of business pursuant to North American Industrial System (NAICS) and must respond to the following: 1)Is your business a large or small business? 2)If small, does your firm qualify as a small, emergency business, or a small, disadvantaged business? 3)If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? 4)Is your firm a certified "HubZone" firm? 5)Is your firm a woman-owned or operated business? 6)Is your firm a certified Service-Disabled Veteran Owned and Veteran-Owned? 7)Does your firm perform background checks? 8)Does your firm have a quality assurance plan in place? What quality assurance methods and quality standards does your firm use? 9)Do you currently have a government contract? 10)Please provide a capability statement, including summary of relevant performance history (with points of contact and applicable telephone numbers, FAX numbers, addresses and email addresses, if available) within the past three years. This is not a request for proposals and in no way obligates the Government to award any contract. Responses must be received in writing no later than 1:00 PM Pacific Standard Time 29 July 14. Firms responding to this announcement which fail to provide all of the required information cannot be used to help the Government make the acquisition decisions which is the intent of this sources sought. This notice is to help Travis AFB in determining potential sources only. No solicitation is currently available. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. If a solicitation is issued, it will be posted later at https://www.fbo.gov and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. A response to this sources sought synopsis is NOT a request to be added to a prospective bidders list or to receive a copy of the solicitation. Contracting Office Address: 350 Hangar Ave. Bldg. 549 Travis AFB, California 94535-2632 United StatesPlace of Performance: Travis AFB, California 94535-2632 United States Primary Point of Contact: Nathaniel Scheer Contracting Specialist nathaniel.scheer@us.af.mil Phone: (707) 424-7753 Fax: (707) 424-0288 Secondary Point of Contact: Ms. Robin Boyd Contracting Officer robin.boyd@us.af.mil Phone: (707) 424-5873 Fax: (707) 424-0288
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3ZT894153A001-EmergencySwitchgearService/listing.html)
 
Place of Performance
Address: Travis AFB, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN03425667-W 20140717/140716021941-7b1561caef687144b928efa213897a83 (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.