SOLICITATION NOTICE
J -- Caterpillar Backup Generator PM service - (Draft)
- Notice Date
- 7/19/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Environmental Satellite, Data, and Information Service, 1315 East West Highway, Silver Spring, Maryland, 20910, United States
- ZIP Code
- 20910
- Solicitation Number
- 1333MD18QNEEB0042
- Archive Date
- 8/18/2018
- Point of Contact
- Donna Cohee, Phone: 757-824-7371, Joel L. Perlroth, Phone: (301) 713-9204 x143
- E-Mail Address
-
donna.l.cohee@noaa.gov, joel.l.perlroth@noaa.gov
(donna.l.cohee@noaa.gov, joel.l.perlroth@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- Rev.-Wage Determination 15-4327 Rev. 8 Brand Name Justification The Department of Commerce/National Oceanic and Atmospheric Administration/National Environmental Satellite Data and Information Service (DOC/NOAA/NESDIS), intends to award a Purchase Order pursuant to Simplified Acquisition Procedures under the authority of FAR Pat 13. The requirement is for performing major and minor preventative maintenance on four C-32 1000 kW Caterpillar Backup Generators for the NOAA Wallops Command and Data Acquisition Station (WCDAS) located in Wallops Island, Virginia. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR Subpart 12.6., as supplemented with additional information included in this notice, and it being conducted pursuant to Acquisition Circular 2005-99 effective June 15, 2018 Part Subpart 12.6 and FAR Part 13. The Request for Quote (RFQ) number is 1333MD18QNEEB0042. The acquisition is being sought as an unrestricted set aside for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 811310 - Size Standard $7,500,000.00. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. 1. Introduction/Background The Wallops Command and Data Acquisition Station (WCDAS) located in Wallops Island, Virginia, has a requirement for performing preventative maintenance on four C-32 Caterpillar Generators. These tasks shall be performed at WCDAS, 35663 Chincoteague Road, Wallops Island, VA 23337. The NOAA WCDAS has four C-32 1000 kW Caterpillar backup generators that must be maintained as per the manufacturer's specifications by factory certified personnel using OEM parts and materials. NOAA WCDAS must maintain the backup generators as a critical asset of the WCDAS power systems and must be able to provide power to the station during commercial power outages as well as catastrophic weather events. 2. Scope of Work All parts, labor, and laboratory analysis costs for performing both the Minor and the Major PMs shall be provided by the contractor. Any work related to the tasks described herein shall be coordinated with Facility Management personnel and any deviation shall be made with the concurrence of both the contractor and the Government. The PM Inspections will be alternated between the Base and Option years, starting with a Major PM. This service is applicable to the Service Contract Act. At a minimum, the following items will be included in the Minor PM Service Visit: Cooling System: Visual inspection of radiator or heat exchanger for leaks, damage, and obstruction. Check radiator coolant level, replenish as required. Test coolant for proper antifreeze percentage. Test corrosion inhibitor concentration, record. Check jacket water heater for proper operation and adjust thermostat setting as needed. Inspect condition of radiator cap, gasket and sealing surface. Visual inspection of water pump and cooling system gaskets for leaks. Check belt tension and inspect for cracking and fraying as accessibility permits. Inspect pulleys for excessive wear and lubricate hub bearings as needed. Inspect flexible water connections for cracking, leaks, and pliability. Tighten hose clamps as needed. Lubrication System: Check oil level, replenish as required. Check for excessive crankcase blow-by with unit running. Visual inspection of front and rear crankshaft seals, and lubrication system gaskets for leaks. Inspect oil hose and connections for cracking, leaks, and pliability. Draw an oil sample and provide analysis. Fuel System - Diesel: Inspect flexible fuel lines for cracking, leaks, and pliability. Check day tank/base tank level and test day tank pump for proper operation. Operate fuel-priming pump, check for proper operation and leaks. Drain water from water separator(s). Check fuel system for leaks. Check electronic governor connections and actuator. Inspect steel fuel lines for cracks, leaks and proper line bracket support. Starting System: Record battery cells electrolyte specific gravity (accessible batteries only). Top off electrolyte level in accessible lead-acid batteries with distilled water. Check and record battery charger/alternator for proper charge rate. Check for proper cranking termination upon starting. Clean and apply corrosion inhibitor to the terminals of lead acid batteries as needed. Tighten battery cable connections as needed. Inspect and tighten starter motor(s) connections as needed. Exhaust System: Inspect flexible exhaust coupling for cracks, excessive leakage, broken, or missing hardware. Inspect exterior of exhaust manifolds for oil/fuel slobbering (signs of wet stacking). Inspect exhaust rain protection and exhaust outlet screening. Drain water in exhaust moisture traps. Air Intake System: Inspect air filters for plugging and deterioration, clean if required. Check all air intake piping for damage and loose connections. Inspect air cleaner seal for pliability and sealing and clean if necessary. Inspect turbocharger for excessive endplay clearance (if accessible) and seal leakage. Installation: Walk around inspection of complete installation. Inspect generator set vibration isolators. Check for abnormal noise or vibration. Re-check for oil and coolant leaks with unit running. Check for proper operation of remote fan motors, thermostats, circulating pumps, and solenoid valves. Check inlet and discharge louvers for proper operation with unit running and stopped. Control Panel: Operational check of illumination and safety lamps. Check electronic control panels for fault codes, notify customer of any codes that need to be addressed. Check proper operation of instruments with unit running. Adjust governor control for optimum performance and frequency. Adjust voltage regulator for proper voltage. Inspect for excessive dirt accumulation and clean as needed. Test emergency stop. Upon Completion of Service: Reset all controls to automatic. Set circuit breaker to correct position. Check that fuel valves are in correct position. Check that battery charger is on. Check that day tank controls are on. Check that Louver controls are on. Check that Jacket water heater is on. At a minimum, the following items will be included in the Major PM Service Visit: All Minor PM Service items as well as the following: Change unit oil and filters, take oil sample for analysis. Change primary and secondary fuel filters. Properly dispose of waste oil and filters. Lubricate fan drive if accessible. Lubricate governor linkage. Clean or Replace inlet filter for fuel tank. Draw a fuel sample and provide analysis. The contractor will notify the Facilities Supervisor of any conditions requiring repair that are discovered during a PM. Additional items which are not part of this Statement of Work must be stated explicitly and priced accordingly, as well as approved by the WCDAS. The contractor shall also provide non-routine maintenance and repairs on an as needed basis and a quote of the hourly rate as well as travel costs should be included in this RFQ. This work will be performed during normal business hours. All Offers must be quoted per the Price Schedule CLin Template, as seen below: Pricing Schedule per CLin Item No. Description Quantity Unit Unit Price Clin 0001 Generator Maintenance Contract Base Year - Major PM Inspection 1 JB Clin 0002 Generator Maintenance Contract Option Year 1- Minor PM Inspection 1 JB Clin 0003 Generator Maintenance Contract Option Year 2 - Major PM Inspection 1 JB Clin 0004 Generator Maintenance Contract Option Year 3 - Minor PM Inspection 1 JB Clin 0005 Generator Maintenance Contract Option Year 4 - Major PM Inspection 1 JB Clin 0006 This CLIN is established for Non-Routine Maintenance and Repair that occurs in between schedule maintenance visits. All repairs costs must be reviewed and approved by the POC prior to being ordered. This work will be reviewed by POC and approved by CO to verify availability of funds before work assignment is issued. This CLIN is applicable to the Preventive Maintenance Base Year CLIN and Option Year CLINS. CLIN 0006 is being established with a ceiling of $20,000.00. Note: This CLIN is being incrementally funded at $4,000.00 Offers must provide the following rates/cost: Hourly Rate for Non-Routine Maintenance $_____________ Travel Cost $_____________ 3. Requested Delivery/Period of Performance Period of Performance Base Year - One year from date of Award Option Year 1 - August 8, 2019 through August 7, 2020. Option Year 2 - August 8, 2020 through August 7, 2021. Option Year 3 - August 8, 2021 through August 7, 2022. Option Year 4 - August 8, 2022 through August 7, 2023. 4. Liability The contractor shall provide proof of Workman's Compensation and Liability Insurance. The contractor shall be fully liable for the conduct of their employees during the performance of this contract. 5. Security Requirements WCDAS, NOAA and DOC Safety, Security and Environmental Policies The contractor shall comply with all Station, NOAA, and DOC Safety, Security, and Environmental policies as provided by Facilities Supervisor or as otherwise required by law, rule, or regulation. The WCDAS Facilities Supervisor shall be given advanced notice of all persons planning to visit the Station while engaged in work under this statement of work (SOW). The contractor and his/her employees shall read and understand the Station's Visitors Policy. Physical security requirements for Wallops site access will be met to accommodate contract personnel as escorted visitors in accordance to CAR 1352.237-71 Security Processing Requirements - Low Risk contracts. Any access by contract personnel who are Foreign Nationals shall be in accordance with the requirements of CAR 1352.237-73, Foreign National Visitor and Guest Access to Departmental Resources (APR 2010). 6. Technical Evaluation Criteria Contractor Requirements Proposal Evaluation Non-Price Evaluation Factors: Each quote will be evaluated on an individual basis in accordance with the evaluation criteria outlined in the RFQ only. Award will be made to the responsible Contractor that offers the best value to the Government. Quotes will be evaluated based on the factors set below. The factors are listed in order of importance. 1. Contractor must be a fully authorized service dealer by the manufacturer to perform the servicing of the generator units, and proof of this certification must be provided. 2. Key Personnel Qualifications: Minimum three (3) year technical work experience on Caterpillar Generators. Proposals shall identify the key personnel that will be available for the support of the service agreement, as well as their applicable background and direct experience with the Wallops CDA Station, or similar critical 24/7 facility. 3. Past Performance: Contractor shall relevant performance on other contracts or affirmatively state that it possesses no relevant past performance. List a minimum of two current/previous contracts (not WCDAS history) similar in support requirements, content and complexity to the effort of this RFQ. Information shall include contract number, name and address of the Government agency or commercial entity, point of contact with current phone number, date of contract award, period of performance, and contract value. The requested past performance shall not be older than 5 years. The Government reserves the right to contact any government and private source in addition to those included with the quote. The Government shall consider this information obtained from any other sources, when evaluation the offeror's past performance. Contractor Qualification - provide supporting documentation/certification/letter to validate contractor has manufacturer authorization to work on this acquisition. Contract shall provide proof of Workman's Compensation and Liability Insurance. Technical, Key Personnel Qualifications - To effectively meet the requirements, provide manufacturer training certification for each technician assigned to job, years of experience working on manufacturer equipment, employee work profile/resume. Past Performance - The relevance and quality of prior performance, contractor shall provide list of past commercial/government references to determine risk. Did contractor meet expectations of the customer(s). Cost/Price - The offeror's Fixed Price CLin's shall be evaluated by the total Firm Fixed Price for this proposal. Fixed price proposals will be reviewed for reasonableness, affordability, and realism to determine whether they reflect an understanding of the requirement or any significant unbalanced pricing. Cost may play an additional role since considerations of cost in terms of best value and affordability may be controlling in circumstances where two or more proposals are otherwise adjudged equal or when a technically superior proposal is at a cost that the Government cannot afford. An adjectival method will be used to rate each factor: Excellent - The quote is fully and completely responsive. The contractor has thoroughly demostrated that it has the capability to provide superior service in the performance of the tasks. An assgined rating of excellent indicates that in terms of specific factors, the quote contains significant strengths and no weaknesses and/or risks or minor weaknesses and/or risk. Good - The quote is adequate with no major weaknesses. The contractor has demonstrated that it has the capability to successfully provide quality service throughout the life of the contract. A good rating indicates some strengths with few or minor weaknesses and risks that are only minor. Acceptable - The quote is minimally satisfactory: however, it may contain a number of weaknesses and risks. These weaknesses may diminish the quality of services in some areas of performance but overall will not jeopardize performance. A rating of acceptable indicates few strengths. Marginal - The quote fails to adequately address the majority of the Government's and, therefore, there is a low probability of successfully satisfying the solicitation requirements. A marginal rating indicates that the quote contains significant weaknesses. It may also contain significant risks. Unacceptable - The quote fails to adequately address the requirements and there is no probability of successfully satisfying the requirements. An unacceptable rating indicates deficiencies and major weaknesses, as well as numerous risks that would require extensive corrections or a complete rewrite of the quote. Clauses and Provisions Applicable to this Solicitation and Award: AA16-05 NOAA Acquisition and Grants Office OMBUDSMAN (BR) Commerce Acquisition Regulation (CAR) clauses: CAR 1352.201-70 Contracting Officer's Authority (APR 2010) CAR 1352.209-73 Compliance with the Laws (APR 2010) CAR 1352.209-74 Organizational Conflict of Interest (APR 2010) CAR 1352.233-70 Agency Protests (APR 2010) {Fill-in paragraph "b": Department of Commerce, NOAA, NESDIS, Field Delegate 1335 East West Highway, room 8472, silver Spring, MD 20910; fill-in paragraph "c": U.S Department of Commerce, Senior Procurement Executive, 1401 Constitution Avenue NW Suite 6422, Washington DC 20230} CAR 1352.233-71 GAO and Court of Federal Claims Protests The following FAR clause is provided in full text: 52.217-8, Option to Extend Services(Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days before contract expires. 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days before contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _60 _ days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed __5 Yrs and 6 Months_. 52.252-2, Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/?q=browsefar 52.252-6, Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Commerce Acquisition Regulation (48 CFR Chapter 1352) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/?q=browsefar 52.252-5, Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Commerce Acquisition Regulation (48 CFR Chapter 1352) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. FAR clause 52.212-2, EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) The offerors capability to successfully perform the contract. (2) Price. (b) "Options" The Government will evaluate offers for award purposes by adding the total price for all options to the unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) The following FAR Provisions and Clauses are incorporated by reference: 52.212-1, Instructions to Offerors (OCT 2015) 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2016) 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2015) 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (MAR 2018) applies to this (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (3) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). 52.204-9, Personal Identity Verification of Contractor Personal 52.232-40, Providing Accelerated payments to Small Business Contractors (Dec 2013). In addition the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition: acquisition and the following additional FAR clauses cited in the clause atparagraph (b) are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (NOV 2015) 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28, Post Award Small Business Program Representation (JUL 2013) 52.222-3, Convict Labor, (JUN 2003) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2016) 52.222-21, Prohibition of Segregated Facilities, (APR 2015) 52.222-26, Equal Opportunity, (APR 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-1, Buy American Act -- Supplies, (MAY 2014) 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act (MAY 2014) 52.225-13, Restrictions on Certain Foreign Purchases, (JUN 2008) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management, (JUL 2013) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.239-1, Privacy or Security Safeguards (AUG 1996) 52.232-39, Unenforceability of Unauthorized obligations (JUN 2013) 52.222-41, Service Contract Labor Standards (May 2014)(41 U.S.C. chapter 67.). www.wdol.gov 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014)(29 U.S.C. 206 and 41 U.S.C. chapter 67.) _Powered Support System Mechanic, $26.97 per hour, Grade WG10 _ 52.222-43, Fair Labor Standards Act and Service contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts)(May 2014)(29 U.S.C. 206 and 41 U.S.C. chapter 67). In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors must be registered in the System for Award Management (SAM) to be considered for an award of a Federal contract. For information regarding registration in SAM, contact the SAM website at www.sam.gov. Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. All questions pertaining to this RFQ must be submitted in writing to donna.l.cohee@noaa.gov or joel.l.perlroth@noaa.gov (E-mail only) by 1:00 P.M. EST on August 1, 2018. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means (e-mail) by 5:00 P.M. EST on August 3, 2018; any award resulting from this RFQ will be made based on meeting contractor/key technical qualifications, past performance, and price. Quotes must be submitted electronically via e-mail to donna.l.cohee@noaa.gov or joel.l.perlroth@noaa.gov The anticipated award date is on or about August 8, 2018. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis/solicitation is posted). Potential offerors may direct all inquiries pertaining to the solicitation in writing to donna.l.cohee@noaa.gov or joel.l.perlroth@noaa.gov Telephonic requests will not be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NCDCMD/1333MD18QNEEB0042/listing.html)
- Place of Performance
- Address: NOAA CDA Station, 35663 Chincoteague Road, Wallops Island, Virginia, 23337, United States
- Zip Code: 23337
- Zip Code: 23337
- Record
- SN04998417-W 20180721/180719230846-59b00806503efc3285011853e0a3d619 (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 |