New York Bids > Bid Detail

Air and Vacuum System Maintenance

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159951345174440
Posted Date: May 25, 2023
Due Date: May 30, 2023
Solicitation No: W911SD23R0142
Source: https://sam.gov/opp/2f0e35ad07...
Follow
Air and Vacuum System Maintenance
Active
Contract Opportunity
Notice ID
W911SD23R0142
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO EUSTIS
Office
W6QM MICC-WEST POINT
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 25, 2023 09:34 am EDT
  • Original Response Date: May 30, 2023 09:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J043 - MAINT/REPAIR/REBUILD OF EQUIPMENT- PUMPS AND COMPRESSORS
  • NAICS Code:
    • 333912 - Air and Gas Compressor Manufacturing
  • Place of Performance:
    West Point , NY 10996
    USA
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.


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN MADC 681 HARDEE PLACE
  • WEST POINT , NY 10996-1514
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 25, 2023 09:34 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >