Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOURCES SOUGHT

J -- Air and Vacuum System Maintenance

Notice Date
5/25/2023 6:34:44 AM
 
Notice Type
Sources Sought
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD23R0142
 
Response Due
5/30/2023 6:00:00 AM
 
Point of Contact
Patricialee A Pomarico, Phone: 8459388176
 
E-Mail Address
patricialee.a.pomarico.civ@army.mil
(patricialee.a.pomarico.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Source Sought Notice Only- The Mission Installation Contracting Command (MICC)- West Point Desires to Procure planned quarterly maintenance on the compressed air and vacuum systems distributed throughout the building. These services emanate from two central facilities. One is in the subbasement, the other is on the 5th floor. Quarterly and annual preventive maintenance is required on both systems located in the USMA Bartlett Hall Science Center, Building 753, West Point, New York. �on a small business set-aside basis provided 2 or more qualified small business respond to this source sought with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran- Owned, Women- Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service.� Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offers to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is: 333912-Air and Gas Compressor Manufacturer. Size Standard: 1000. A need is anticipated for the procurement of, �PERFORMANCE WORK STATEMENT SCOPE This Performance Work Statement establishes the requirements for a contractor to provide planned quarterly maintenance on the compressed air and vacuum systems distributed throughout the building. These services emanate from two central facilities. One is in the subbasement, the other is on the 5th floor. Quarterly and annual preventive maintenance is required on both systems located in the USMA Bartlett Hall Science Center, Building 753, West Point, New York. 1. PERIOD OF PERFORMANCE This agreement will be for a Base plus Three (3) otion years. 2. CONTRACTOR FURNISHED EQUIPMENT Contractor will provide all necessary tools and equipment to perform the required services as laid out in this Performance Work Statement. No government owned equipment will be removed from this installation unless repairs must be performed off site. 3. SECURITY � The work conducted under this task will be UNCLASSIFIED therefore contractor personnel will not require a security clearance. � The contractor shall coordinate with the Government to gain access to the required work locations. 4. COVERAGE The equipment covered under this performance work statement consists of: � The compressed air and vacuum system equipment located in the subbasement: �Quadraplex Hitachi model 110U-8.5CG2H air compressors with Weg 15HP motors and two dual-tower dryers (Trident Dryspell with DS 31-200 controllers). �Triplex Busch model RC0400.B033.1037 vacuum pumps with Baldor 15HP motors. �Both have control systems integrated by Amico Air and Vacuum Systems. � The compressed air and vacuum equipment located on the 5th floor: �Triplex Powerex OBS150700E air compressors with Baldor motors and a single dual tower dryer. �Duplex Busch model RC0400.B033.1035 vacuum pumps with Baldor 15HP motors. �Both have control systems integrated by Engineered Medical Systems and Equipment. The preventive maintenance on all the equipment listed will be performed quarterly and annually. A service report will be supplied after each maintenance visit. 5. PREVENTIVE MAINTENANCE Contractor will provide four preventive maintenance visits, spaced approximately three months apart. PM visits will address the following: � Quarterly Maintenance � Compressed Air Systems �Inspect drive belts � adjust as necessary. �Inspect safety relief valves for proper operation. �Inspect and clean intake air filters. �Test function of automatic tank drain. Inspect unloader solenoids. �Check for leaks. �Inspect motors � perform amperage draw test. �Inspect air dryers. �Inspect air treatment filters. �Inspect pressure regulators. �Inspect dew point monitors � verify proper operation. �Test lead / lag function. �Inspect all electrical controls for proper operation � tighten connections if required. �Verify function of all local alarms. �Inspect for loose hardware � tighten if required. �Check hour meters and record readings. �Clean all equipment and surrounding areas. � � � � Quarterly Maintenance � Vacuum Systems Change the oil and oil filters. �Inspect condition of separator elements as per readings on gauges. �Inspect inlet filter elements � clean if required. �Test check valves for proper operation. �Check for oil leaks. �Check all electrical components for proper operation � tighten connections if required. �Check hour meters and record readings. �Inspect condition of drive couplings. �Clean all equipment and surrounding areas. �Annual Maintenance � Compressed Air Systems �All elements comprising quarterly maintenance service. �Change inlet filters in medical air compressors. �Change air treatment filter elements. �Lubricate motor bearings. � Annual Maintenance � Vacuum �All elements comprising quarterly maintenance service. �Replace inlet filters. �Replace exhaust separators. �Lubricate motor bearings. All oil and parts and other consumables required to perform all of the above-mentioned services shall be provided by the contractor and included in the cost of this service agreement. Oil and parts will be compliant with manufactures specifications. All used oil, filters, etc. will be removed from the facility and disposed of properly. If any deficiencies or materials not covered under the service agreement are found to be required, a written estimate will be provided, and no work shall be performed without prior consent. �In response to this source sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8 (a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement for offices from one building into another building, is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Provide the specific aspects that unreasonably restrict co 7. Recommendations to improve the approach/specifications/draw/PWS/PRS to acquiring the identified items/services. 8. Please include the number W911SD23R0142 in your email response to patricialee.a.pomarioc.civ@army.mil no later than 30 May 2023 @ 09:00 AM, to preclude your reply being treated as JUNK or SPAM. Competition and the rationale for such conclusion.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2f0e35ad07b14baa869820f7747d6d40/view)
 
Place of Performance
Address: West Point, NY 10996, USA
Zip Code: 10996
Country: USA
 
Record
SN06695490-F 20230527/230525230119 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.