Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

J -- MNA Heat Exchanger Plate Refurbishment

Notice Date
8/14/2020 2:10:39 PM
 
Notice Type
Presolicitation
 
NAICS
332410 — Power Boiler and Heat Exchanger Manufacturing
 
Contracting Office
Walla Walla Walla Walla WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF20Q0125
 
Response Due
8/27/2020 10:00:00 AM
 
Archive Date
09/11/2020
 
Point of Contact
Melita S. Doyle, Phone: 5095277207
 
E-Mail Address
melita.s.doyle@usace.army.mil
(melita.s.doyle@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The US Army Corps of Engineers, Walla Walla District is issuing a solicitation for the refurbishment of FIVE (5) Paul Mueller ACCUTHERM Heat Exchanger plate stacks back to Original Manufacturer design for use on Main Unit Generator External Thrust Bearing Oil Coolers at McNary Lock & Dam, prepared in accordance with Federal Acquisition Regulation 12.6. The NAICS code applicable to this acquisition is 332410, with a Small Business Size Standard of 750 employees as determined by 13 CFR 121.104. Competition for this requirement is Set-Aside for small business. Offers received from other than small business offerors will not be considered. When available, the solicitation documents for this project W912EF20Q0125 will be provided via Beta.SAM https://www.beta.sam.gov on or around 14 August 2020. Please do not submit a quote without the solicitation package that will be provided to industry by the Government as specified above. The solicitation will be a Request for Quote (RFQ). The official quotation due date will be contained in the solicitation and any solicitation amendments that may be issued. TECHNICAL SPECIFICATIONS Intent The following specifications pertain to the refurbishment of FIVE (5) Paul Mueller ACCUTHERM Heat Exchanger plate stacks back to Original Manufacturer design for use on Main Unit Generator External Thrust Bearing Oil Coolers at McNary Lock & Dam. Scope McNary Dam requires a service contract for the refurbishment of Paul Mueller ACCUTHERM brand heat exchanger plates located at McNary Dam. The heat exchanger plates are required for the External Thrust Bearing Oil Coolers on main unit thrust bearings systems at McNary Dam. �SALIENT CHARACTERISTICS �General External Thrust Bearing Oil Cooler Information Heat Exchanger Composition Paul Mueller ACCUTHERM 40M V/F-20 Heat Exchanger Serial Numbers 291772-01 thru 291772-28. The heat exchangers are a vertical flowing design with a single pass. Serial Numbers: Nameplate � Serial Numbers 291772-01 thru 291772-28. Five heat exchanger stacks comprised of the following individual components; One (1) end plates fully gasketed with four openings. Paul Mueller P/N 9860269, End Plate, GSK 40MP. Ninety One (91) FLO 40MV 0.50, SS304, R1234, Alternating R/L, Paul Mueller P/N 9830132. One (1) Un-punched Plate, 40MV, 0.50, SS316, Paul Mueller P/N 9817744. ���� ��Existing conditions The original heat exchanger plates were supplied with gasket material made from EPDM. This material has not held up to contact with the thrust bearing turbine oil. The EPDM will be replaced with Nitrile (NBR) gasket material. The individual heat exchanger plates are covered in scale that has accumulated from the Columbia River water and also the thrust bearing turbine oil. 3.1��������� Heat Exchanger Plate Reburbishment Requirements �������������� ����������������������������� Each plate cleaned utilizing approved cleaning methods for the ACCUTHERM 40M V/F-20 Heat Exchanger Plates. All plates will be checked for leaks utilizing approved inspecting methods for the ACCUTHERM 40M V/F-20 Heat Exchanger Plates. Install NITRILE (NBR) gasket material for the un-punched end plates, alternating inner plates, and the 1st end plate. The 1st end plate (4 punched holes) to have all materials installed in addition to the Nitrile gasket material. 3.2��������� INSPECTION REPORTS The Contractor shall provide an inspection report and condition report and any recommendations for additional repair(s) to the COR within five business days of completing the inspections. Inspection and condition report shall be provided in Adobe PDF format and shall be submitted to the COR within 10 business days of completing the required tests. 3.3��������� SHIPPING McNary Dam personnel shall prepare the Five (5) stacks for ACCUTHERM Heat Exchanger Plates for shipping. The plate stacks shall be oriented with the following method for shipping to the Contractor; The plates shall be placed in the shipping container with the un-punched plate at the bottom. The plates shall then be stacked on top by alternating Right and Left handed gasket plates ending with the fully gasketed end plate Shipping shall be in accordance with Paragraph 7.0. The Government shall provide the shipping crates. 3.4��������� REPAIRS DEEMED ECONOMICALLY NOT FEASIBLE FOUND DURING CLEANING AND SEAL REPAIR PHASE Allows for contract modification due to items requiring repair that is considered to be damaged beyond the point of repairs cannot be performed. May include items that can be purchased separately for a lower cost for damage beyond repair. ������� COORDINATION AND CONTRACTOR QUALIFICATIONS Post-Award Coordination Meeting: The contractor shall attend a post award coordination meeting. The meeting may take place telephonically, shall last no longer than three hours and shall be scheduled within five calendar days after contract award. The purpose of this meeting is for the Government and Contractor to review the contract requirements, discuss coordination details, and for the Contractor to outline its work schedule. The contractor shall furnish to the Contracting Officer an electronic copy of their schedule for review during the post-award coordination meeting. Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this scope of work. Government Quality Assurance: The Government will monitor the contractor's performance under this contract using quality assurance procedures developed by the Government. Typical procedures might include random sampling, checklists, customer complaints, and observations. The Government reserves the right to inspect and test all services called for in the contract, to the extent practicable at all times and places during the term of the contract. The Government will perform inspections and tests in a manner that will not unduly delay the work. If any of the services do not conform to contract requirements, the Government will request the contractor to perform the services again, where appropriate, in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by re-performance, the Government may (1) require the contractor to take necessary action to ensure future performance conforms to contract requirements and (2) reduce the contract price to reflect the reduced value of the services performed. If the contractor fails to promptly re-perform the services or to take the necessary action to ensure future performance in conformity with contract requirements, the government may by contract, or otherwise (1) perform the services and charge to the contractor any cost incurred by the government that is directly related to the performance of such service or (2) terminate the contract in whole or in part. Key Contractor Personnel: The management of contractor activities and any required subcontractors and suppliers is the responsibility of the contractor. The contractor shall provide the name and contact information for a contract manager who will regularly coordinate with the Government representative. E-Verify Requirement for Contractors: The Contractor must pre?screen Candidates using the E?verify Program (https://www.dhs.gov/E?Verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to ensure the correct information is entered into the E?verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award. Contractor Qualifications: The firm performing the specified ACCUTHERM Heat Exchanger Plate Refurbishment must be a source regularly engaged in the sales and repair of ACCUTHERM Heat Exchanger Plates for a minimum of five (5) years. The contractor shall submit with their price quote a list of a minimum of five (5) current or past projects demonstrating technical experience with work of a similar nature to that listed in Paragraph 3.0 of this scope of work. For each project submitted, provide a brief narrative statement of the work involved, your firm�s role in the project, the dollar value and the completion date. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by the firm and/or in-house personnel. A client reference list for each of the projects shall be submitted including the name, title, phone number and email address. WARRANTY Each system shall be covered by a minimum one (1) -year warranty on all parts, labor, and workmanship from factory defects. Warranty to be provided (no later than) upon delivery and acceptance of the refurbished ACCUTHERM Heat Exchanger Plates to McNary Lock & Dam and provide a copy to the McNary POC. DELIVERABLES TECHNICAL EXHIBIT A DELIVERABLES ACCUTHERM HEAT EXCHANGER PLATE REFURBISHMENT Contractor Deliverables Deliverable Frequency Due Date Medium / Format Number of Copies Submitted To 1 Technical Qualifications & Experience Once With Initial Quote Electronic Format (.pdf) 1 electronic copy KO 2 Inspection and Condition Reports� As required 5 business days after completion of inspections Electronic Format (.pdf) 1 electronic copy COR transportation - Shipment and Delivery Site Access: The contractor�s pick-up and delivery resource shall comply with the U.S. Army Corps of Engineers projects� security policies. The Government project sites are secured areas and access onto the projects is restricted. The security measures affect all of the contractor's vehicles and personnel. There will be delays when entering projects due to locked gates, vehicle inspections, and personnel checks. Inspections and checks may include inspection of tool boxes, brief cases, lunch boxes, and other containers. The Contractor shall be responsible for coordination with each Government Project site prior to arrival. See Part 4 of this scope of work for coordination details. Loading & Unloading Support: The Government can provide support to the contractor for the loading of the ACCUTHERM Heat Exchanger Plates onto the contractor�s transport vehicle at time of initial pick-up at McNary Dam. The Government will provide support to the contractor for the unloading of the ACCUTHERM Heat Exchanger Plates from the contractor�s transport vehicle at time of final delivery to McNary Dam. Government equipment (forklift, crane, etc.), equipment operator, rigging equipment, and rigging personnel will be available for the initial loading and final unloading activities described in this section. The contractor shall provide the COR written notice (email) at least 48-hours prior to the dates requiring the Government loading and unloading support. Transport of Equipment: The contractor shall furnish the transportation services required for pick-up at McNary Dam, delivery to the refurbishment facilities, and for final delivery to McNary Dam. The contractor shall be responsible for all shoring, blocking, bracing, strapping, dunnage, tarps, etc. required to secure and protect the Government equipment on the transport vehicle. If the contractor intends to use a box van type transport vehicle (equipped with walls and roof), the contractor is responsible for furnishing a pallet jack or similar equipment for maneuvering the pump assemblies inside the transport vehicle cargo area. Preparation for Return Shipping: Each refurbished pump shall be free of visible contamination and all openings shall be plugged prior to shipment. Each refurbished pump shall be placed on suitably sturdy pallets to enable loading and unloading by forklift. Refurbished pumps shall be protected from physical damage and weather exposure during transportation. 7.1��������� The plates shall be shipped in sturdy wooden shipping containers. 7.2��������� The plates shall be placed in the shipping container with the un-punched plate at the bottom. The plates shall then be stacked on top by alternating Right and Left handed gasket plates ending with the fully gasketed end plate. 7.3��������� Each of the FIVE (5) heat transfer plate stacks shall contain a total of 93 plates; 91 shall be alternating left or right hand seal plates with 4 openings, 1 shall be a seal plate with no openings, and 1 shall be a fully gasketed seal plate with 4 openings. McNary Dam: All materials shall be delivered FOB Destination no later than EIGHT (8) weeks after contract award. �The contractor shall be responsible for packing and shipping the components in a manner that will ensure undamaged and complete arrival to McNary Lock and Dam.� Shipments are only allowed during normal business hours of Monday � Thursday 7:00am to 4:00pm. No shipments shall be made accepted on Federal Holidays. Important Note: the Beta.SAM response date listed elsewhere in this synopsis is for Beta.SAM archive purposes only. It does not necessarily reflect the actual due date that the RFQ is due.� NO CD's OR HARD COPIES WILL BE AVAILABLE. Offeror's are responsible for checking the reference page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for a bidder's inability to access the document posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to Beta.SAM.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the quote mark Add Me to Interested Vendors button in the listing for this solicitation on Beta.SAM.gov. All quotes received by the closing date that are small businesses will be considered by the Government. To be eligible for contract award, offerors must be registered in the System for Award Management (SAM). Register via the SAM website at https://www.beta.sam.gov or contact SAM Customer Service at 866-606-8220. Offerors must also complete Offeror Representations and Certifications on-line at https://www.beta.sam.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8f5470f1213e4274a7c4a68ff6b3d543/view)
 
Record
SN05758306-F 20200816/200814230151 (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.