Back to tenders & grants page
Power Plant Battery Maintenance Manufacturing Power Plant Battery Maintenance
Receive Tenders like this by email

Power Plant Battery Maintenance

Power Plant Battery Maintenance has been closed on 26 Jul 2021. It no longer accepts any bids. For further information, you can contact the DEPT OF DEFENSE.DEPT OF THE AIR FORCE.AFMC.AIR FORCE TEST CENTER.FA9301 AFTC PZIO

Bellow, you can find more information about this project: 

Location: United States

General information

Donor:

DEPT OF DEFENSE.DEPT OF THE AIR FORCE.AFMC.AIR FORCE TEST CENTER.FA9301 AFTC PZIO

Industry:

Manufacturing

Status:

Closed

Timeline

Published:

19 Jul 2021

Deadline:

26 Jul 2021

Value:

Not available

Contacts

Name:

Rochelle Adams

Brian Wu

Phone:

6612778472

Description

https://sam.gov/opp/eef5250a03f740b5afda27f142420cc5/view?keywords=&sort=-modifiedDate&index=opp&is_active=true&page=1

The Air Force Flight Test Center at Edwards Air Force Base has a requirement for Power Plant Battery Maintenance. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, and 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. The solicitation is a request for a quote (RFQ) The NAICS code is 335911. This requirement is a 100% small business set aside.

Description of the requirement is as follows:

I. SCOPE OF WORK

The contractor shall provide all personnel, labor, transportation, tools, technical data/manuals, expertise, supervision, and all services necessary to perform two PMI per year in support and maintenance of the installed 7 Generex BACS Monitoring for the locations listed:

1. Bldg 2600

2. Bldg 2600 Room 114

3. Bldg 4231 (SN1)

4. Bldg P300 (SN2)

5. Bldg 5557(SN3)

6. Bldg 8359 (SN4)

II. SPECIFICATIONS

The contractor shall perform an annual inspection and maintenance on 7 existing Generex BACS Monitoring systems that support:

1. Bldg. 2600 (Host)

Battery Room

Brand: GNB Absolyte

Model: 100G-63

String: 1

Count: 72

String: 2

Count: 72

2. Bldg. 2600 (Host)

Room 114

Brand: GNB Absolyte

Model: 50G-07

String: 1

Count: 24

String: 2

Count: 24

3. Bldg. 4231 (SN1)

Brand: GNB Absolyte

Model: 100G-23

String: 1

Count: 24

4. Bldg. P300 (SN2)

Brand: GNB Absolyte

Model: 100G-23

String: 1

Count: 24

5. Bldg. 5557 (SN3)

Brand: GNB Absolyte

Model: 100G-25

String: 1

Count: 24

6. Bldg. 8359 (SN4)

Brand: GNB Absolyte

Model: 100G-19

String: 1

Count: 24

String: 2

Count: 24

III. REQUIREMENTS

The contractor shall provide an annual inspection and necessary preventative maintenance to the above mentioned power/battery plant monitoring tools.

Maintenance specifications:

a. Perform full system calibration check and firmware update

a. Inspect all battery posts for signs of leakage

b. Complete full impedance and conductance testing

c. Download, compile and review all available historical data for trending analysis

d. Complete any alarm testing requested

e. Re-adhere all modules where required

f. Verify all BACS Viewer installation and retrieved data

g. Verify time server function is operational

h. Check all physical battery and battery monitoring connections

i. Verify email and remote alarms are indicating (where installed)

Upon completion of the annual service, the contractor shall provide a post-mortem report detailing the findings during the inspection and maintenance.

NOTE: Work must be completed by an authorized GENEREX technician or the warranty will be void.

IAW DFARS 252.204-7004, all contractors responding must be registered with the System for Award Management (SAM). To register, please visit http://www.sam.gov. Offerors shall electronically complete FAR/DFARS Representations and Certification at http://www.sam.gov.

ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items

Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included:

PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE:

a. DUNS Numbers:

b. TIN Number:

c. CAGE Code:

d. Contractor Name:

e. Payment Terms (net30) or Discount:

f. Point of Contact and Phone Number:

g. Email address:

h. FOB (destination):

i. Warranty (if applicable)

This solicitation incorporates one or more solicitation provisions and clauses by reference, with the same force and effect as if they were given in full text. The Government reserves the right to add or remove any provision or clause for its benefit. Provision 52.212-1, Instructions to Offerors--Commercial; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities); 52.204-18 Commercial and Government Entity Code Maintenance, 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, 52.222-3 Convict Labor, 52.222-50 Combating Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Text-Messaging While Driving, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era); 52.228-5, Insurance – Work on a Government Installation. The following DFARs clauses apply to this acquisition: clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting, 252.204-7015 Disclosure of Information to Litigation Support Contractors, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7006 Wide Area Workflow Payment Instructions, 252.232-7010 Levies on Contract Payments, 252.244-7000 Subcontracts for Commercial Items, 5352.201-9101 Ombudsman.

If your company is capable of providing the required inspection and maintenance, please submit a quote not later than Monday, 26 July 2021 1:00 p.m. Pacific Standard Time. to: Directorate of Contracting, AFTC/PZIOA, ATTN: Brian Wu, 5 S. Wolfe Avenue, Edwards AFB, CA. 953234-1185. Ensure your proposal addresses the requirement in the Instructions and Notices to Offerors and your ability to meet the selection criteria in the award evaluation. Please direct all inquiries concerning this

Request for Proposal to: Brian Wu, e-mail to [email protected].

There are two attachments to this solicitation: (1) Solicitation Document (2) Performance Work Statement (PWS).

Contracting Office Address:

Department of the Air Force, Air Force Materiel Command, AFTC – Air Force Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185

Point of Contact(s):

Brian Wu, Contracting Specialist, email: [email protected], Rochelle Adams , Contracting Officer, email: [email protected]

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more