Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 19, 2001 PSA #2939
SOLICITATIONS

41 -- AIR COMPRESSOR MAINTENANCE=20

Notice Date
September 17, 2001
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 300 O'MALLEY AVE., SUITE 49, Schriever AFB, CO, 80912-3049
ZIP Code
80912-3049
Solicitation Number
FA2550-02-Q-0003
Response Due
September 24, 2001
Point of Contact
A1C Jessica Barnes, Contracting Specialist, Phone 719-567-3836, Fax 719-567-3438, Email jessica.barnes@schriever.af.mil -- TSgt Sarilynn Thomas, Contracting Specialist, Phone 719-567-3437, Fax 719-567-3438, Email sarilynn.thomas@schriever.af.mil
Description
(i). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.(ii). The proposed action is issued as a request for quotations under FA2550-02-Q-0003. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19. (iv). The Standard Industrial Classifications Code for the work associated with this synopsis is 3563. (v) CLIN 0001 The contractor is to provide maintenance on Kobelco Rotary Screw Air Compressors, period of performance is 1 Oct 2001-30 Sept 2002. CLIN 0001 quantity is 2 and the unit of measure is Inspection. CLIN 0002 is maintenance on Atlas Copco Type NR810 ARR. CLIN 0003 The Contractor is to provide as required repair services as defined in Para 1.3 of the SOW. CLIN 0004 Reimbursable parts as defined in Para 1.3 of the SOW. All work is to be performed in accordance with the attached statement of work (SOW) with a performance period of 1 October 2001 to 30 September 2001, also 4 option years are added to that base year. (vi). All work is to be performed in accordance with the statement of work as noted herein. Scope of Work. 1. General 1. DESCRIPTION OF SERVICES. The contractor shall perform semi-annual and annual inspection and preventive maintenance services on the Atlas Copco and Kobelco Air Compressors and its Subsystems listed in Appendix 1, to include As-Required repair service. The contractor shall comply with all applicable federal, state, local laws and regulations, and Onizuka Air Force Stations? Hazardous Waste Management Plan while performing work on this contract. All work shall be performed in accordance with commercial industry standards and in conformance with the standards as identified in this contract. The estimated quantities of work are listed in Appendix 2.1.1 MAINTENANCE SCHEDULE. The contractor shall submit a preventive maintenance plan that identifies the work that the contractor will perform during the scheduled semi-annual and annual preventive maintenance on the Atlas Copco Air Compressor Type NR810 ARR-2, S/N 510 106/1 and 510 106/2, Kobelco Rotary Screw Air Compressor, Model KNWAO-B/H, S/N 91C0635, and subsystem Zeks-Therm Refrigerant Air Dryers, Model 300-H-SB-400.1.1.1 SEMI-ANNUAL MAINTENANCE. The contractor shall inspect, replace worn/defective parts, and correct settings to ensure the unit is in operable condition. The semi-annual inspection shall include but not limited to test the blow of all safety valves; inspect settings for all safety interrupters control interlocks, relays, pressure, temperature, float level, vibration switches, and sensors; inspect air filter, remove and inspect the air inlet filters, clean breather element on gear case vent with suitable cleaning agent and dry completely. The contractor shall replace all parts found to be beyond normal wear and tear during the semi-annual inspection. The contractor shall submit to the Contracting Officer the Semi-Annual Inspection Report identifying the date of inspection, equipment condition, work performed, and parts replaced.=20 1.1.2 ANNUAL MAINTENANCE. The contractor shall inspect, replace worn/defective parts, and correct settings to ensure the unit is in operable condition. The contractor shall replace all worn parts found during the annual inspection. The contractor shall submit to the Contracting Officer the Annual Inspection Report identifying the date of inspection, equipment condition, work performed, and parts replaced. The annual maintenance shall consist of but may not be limited to the following 1.1.2.1 Inspect and calibrate the temperature shutdown switch. 1.1.2.2 Inspect and calibrate the oil pressure shutdown switch. 1.1.2.3 Remove, dismantle, and clean float valve in condenser drain receiver.1.1.2.4 Remove, dismantle, and clean all suction and discharge valves and replace all worn parts. While unit is warm, tighten the valve cover nuts.1.1.2.5 Drain oil, clean inside of the crankcase, clean oil filter, and refill with new oil. Drain, clean and flush air compressor cooling system with EPA approved agents.1.1.2.6 Perform motor inspection to include but not limited to motor continuity check, grounded motor check, megger motor on each leg and record resistance results, inspect and tighten motor terminal connections, inspect motor start contact, and replace V-Belts.1.1.2.7 Drain and flush air receivers.1.1.2.8 Remove, disassemble, clean, and inspect all valves. Replace all inner parts (springs, valve disks, etc.). 1.1.2.9 Remove and replace all sealing rings.1.1.2.10 Remove and replace packing box rings, piston rings and piston guide rings. 1.1.2.11 Clean sight flow indicators.1.1.2.12 Inspect lube oil for oxidation. Lube oil shall be drained and replaced completely while hot, replace oil filters and gasket.1.1.2.13 Inspect discharge valves rings, coil springs and hinge pin for wear and repair/replace as required.1.1.2.14 Test operation of safety valve.1.1.2.15 Dismantle and inspect volume control valve assembly, replace the diaphragm, V-packing, and Teflon seat. =20 1.1.2.16 Inspect sleeve bearings and shaft for wear. 1.1.2.17 Inspect gauges and calibrate or replace as necessary. 1.1.2.18 Inspect 4-way solenoid unloading valve and repair as necessary.1.1.2.19 Reset unloading system service counter. 1.1.2.20 Replace control air filter element. 1.1.2.21 Replace diaphragms on high and low balance pistons. 1.1.2.22 Test all temperature and pressure switches and replace as necessary.1.1.2.23 Inspect and clean cooler cores as necessary. 1.1.2.24 Lubricate cooler in accordance to Manufacturers Specifications.1.1.2.25 Dismantle and clean automatic drain traps and repair/replace as necessary.1.1.2.26 Inspect condition of rubber vibration pads.1.2 ADDITIONAL INSPECTION REQUIREMENTS. The contractor shall perform the following tasks in addition to the semi-annual and annual inspections. 1.2.1. Inspect crankshaft for defects.1.2.2. Inspect and record all cylinder dimensions. 1.2.3. Perform complete compressor overhaul.Zeks-Therm Model 300-H-SB-400 Refrigerant Air Dryers. 1.2.4. Check charging connections, joints, and repair/replace as required. 1.2.5. Calibrate drain timer, thermostat and high temperature thermostat.1.2.6. Inspect and adjust operating parameters of the Zeks Air Dryer and replenish refrigerant as needed. 1.2.7. All previously identified maintenance and repair tasks shall be performed in accordance with manufacturer specifications to include types of filters, lubricants, and processes. 1.3 REPAIR SERVICE CALLS. The Contracting Officer or authorized representative shall notify the contractor of As-Required and Emergency Repair Services. The contractor shall respond and report to the work location within two (2) hours after notification. The contractor shall provide the Contracting Officer or authorized representative the repair estimate work to be performed, estimated repair cost identifying the man-hours, hourly rate, part(s) and part(s) cost. The Contracting Officer for reimbursement to the contractor must approve replacement of major parts exceeding the cost of $500.00. The contractor shall not proceed with the repair without the Contracting Officer or authorized representative approval.1.3.1. RESPONSE TIME. The contractor shall be available at all times to respond to the work location within two (2) hours after notification. The authorized government representative shall determine the urgency of the work and all work shall be completed within the following timelines, emergency 24-hours, urgent 5-days, and routine 30-days. 1.3.2 RECORDS. The contractor shall maintain records of services in performance of this contract. As a minimum the record shall include the identification of the equipment, location, work performed, overall condition of equipment prior to performing any work, date, name of technician, and cost for as required and emergency repair service. Records of service shall be submitted to the Contracting Officer within five (5) workdays after the last day of the month.1.4 FINANCIAL MANAGEMENT. The contractor shall provide sound financial management capable of maintaining complete cost integrity.1.4.2 REIMBURSABLE. The contractor will be reimbursed for all approved As-Required and Emergency Repair Services. Major parts are defined as parts exceeding the amount of $500.00 shall be reimbursed to the contractor, provided the contractor obtained the Contracting Officer or authorized representatives? approval before performing the repairs as defined in Paragraph 1.2. All requests for reimbursement must be submitted in the month in which the repair work was completed and accepted by the Contracting Officer?s authorized representative. =20 2. GOVERNMENT FURNISHED PROPERTY. There is no government-furnished property in the performance of this contract. 3. QUALITY CONTROL. The contractor shall implement their commercial Quality Control Plan (QCP). The QCP and records of inspections shall be made available to the Contracting Officer throughout the contract performance period and after contract completion and final settlement of any claims made under this contract.4. BASE ACCESS. Onizuka Air Force Station is a closed base. The Contractor shall submit to the Contracting Officer and Base Security Office a written request, twenty-four hours before requiring access to the base. The Request for Access letter shall include the individual?s name, position, SSAN, dates, times or length of visit (scheduled semi-annual and annual preventive maintenance inspections), names of the prime or subcontractor the individual is employed with, and purpose. The contractor shall also include in the request the make, model, year, license plate number of the company vehicle(s) that will require access to and from the work site, and the name of the individual driving the vehicle(s). All contractor vehicles shall be clearly marked and visible with the contractor?s name. Contractor employees performing work in a secure area shall be escorted by authorized government personnel. Access shall be terminated at the contract completion date or employee termination date. All temporary access passes are the property of the Government and shall not be used for other than the work required under the contract.=20 5. ENVIRONMENTAL MANAGEMENT. The contractor shall comply with all federal, state, local, environmental regulations and laws, and Onizuka AFS Hazardous Waste Management Plan. The contractor is responsible for the clean up of incidental release or spill of hazardous substances. The contractor shall prepare an MSDS for all lubricants, cleaners, and chemicals to be used in the performance of the contract work requirements and submit to the Base Environmental Office, 21 SOPS/CEV.6. HOURS OF OPERATION. Normal workdays are between the hours of 07:00 A.M. and 4:00 P.M. Monday through Friday, excluding Federal Holidays. Scheduled work should be accomplished during these hours. EQUIPMENT LISTING EQUIPMENT MODEL/TYPE SERIAL NUMBER QUANTITY LOCATION KOBELCO ROTARY SCREW AIR COMPRESSOR MODEL KNWAO-B/H 91C0635 1 BUILDING 1004-1 ATLAS AIR COMPRESSOR TYPE NR810 ARR-2 510 106/1 1 BUILDING 1004 ATLAS AIR COMPRESSOR TYPE NR810 ARR-2 510 106/2 1 BUILDING 1004 ZEKS-THERM REFRIGERANT AIR DRYERS MODEL 300-H-SB-400 2 BUILDING 100 Workload Estimates SERVICE QUANTITY Semi-Annual Maintenance 5 Annual Maintenance 5 As Required and Emergency Repair Service 40 HOURS (vii). The base year period of performance is 1 October 2001 to 30 September 2002, and the place of performance is Schriever AFB, Colorado. (viii)The provisions at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix). 52.212-2, Evaluation-Commercial Items applies to this acquisition with the evaluation factors of past performance and price, which are weighed equally and price must be considered fair and reasonable. he Government reserves the right to award to other than the low offeror. (x) The offeror is to include a completed copyof the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) The clause t 52.212-5, COntract Terms and Conditions-Commercial Items, applies to this acquisition. (xii). The clauses at 52.212-5, Contract Terms and ConditionsRequired to implement statutes or executive orders- Commercial Items, applies to this acquisition. (xiii)The following clauses are also applicable FAR 52.223-3 Hazardous material Identification and Material Safety Data; FAR 52.223-11 Ozone Depleting Substances; FAR 52.223-5 Pollution Prevention and the Right to Know Information; FAR 52.223-6 Drug free Workplace; FAR 52.203-6 Restrictions on Subcontract Sales to the Government with Alternate I; FAR 52.203-10 Price or Fee Adjustment of Illegal or Improper Activity; FAR 52.219-8 Utilization of Small Business Concerns and Small Disadvantage Business Concerns; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for Handicapped Workers; FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; DFARS 252.225-7001 Buy American Act and Balance of Payments Program. (xiv). All responses to this request for quotations are due to this office no later than 4 p.m. local time on 24 September 2001. All responses need to be sent to 50 Contracting Squadron/LGCA, 300 O?Malley Blvd., STE 49, Schriever AFB, CO 80912-3049. Offerors are reminded to mark their submission with the point of Contacts name and solicitation number for proper routing. Fax responses are accepted and can be sent to (719) 567 ? 3438, clearly marked for the attention of the Point of Contact. (xv). The Point of Contact for this solicitation is AIC Jessica Barnes, (719) 567 ? 3443, or TSgt Sarilynn Thomas, (719) 567 ? 3437. (xvi). All offers shall include the pricing information requested in item (v) above, as well as the representations and certifications required by item (x) above. (xvi). The offer must describe the details of offer presented in their quotation. The more detail provided, the better the Government will be able to judge the merits of the offer submitted, and select the best value for the Government. For more information contact A1C Jessica Barnes at (719) 567 ? 3443, or email jessica.barnes@schriever.af.mil.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AFSC/50CS/FA2550-02-Q-0003/listing.html)
Record
Loren Data Corp. 20010919/41SOL003.HTM (D-260 SN50X8I7)

41 - Refrigeration, Air Condition and Air Circulating Equipment Index  |  Issue Index |
Created on September 17, 2001 by Loren Data Corp. -- info@ld.com