The RFP Database
New business relationships start here

Annual Boiler Preventive Maintenance


West Virginia, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for an Annual Boiler Preventive Maintenance for the Centers for Disease Control and Prevention (CDC) and the National Institute for Occupational Safety and Health (NIOSH), in Morgantown, WV 26505. Prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued.
The solicitation number for this requirement is 00HCCA-2019-30924 and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures.
The Centers for Disease Control and Prevention intends to award a firm-fixed-price contract for the following requirement, please either fill in the dollar amounts or provide a separate excel spreadsheet containing the same information including a list of line item number(s) and items, quantities, units of measure, and options, if applicable:
CLIN 0001 - Quantity - One Year.
Base Year - Annual boiler preventive maintenance services
Provide annual preventive maintenance services outlined in Statement of Work per manufacturer's recommendations.
CLIN 0002 -Boilers 1 and 2 - Annual Service - Quantity - 2 Each
Provide annual preventive maintenance services per manufacturer recommendations as outlined in the Statement of Work. Services to include: equipment shutdown, verify proper lockout, teardown/open waterside and fireside of boilers, remove and replace all waterside and fireside gaskets, clean, inspect, and perform minor repairs.
CLIN 0003 - Annual Service - Boiler 3 - Quantity - 1 Each
Annual preventive maintenance service per manufacturer's recommendations as outlined in the Statement of Work. Services to include: shutdown/lockout, teardown/open waterside and fireside of boilers, remove and replace gaskets, clean, inspect, and perform minor repairs.
CLIN 0004 - 03 Boiler Tune - Quantity - 4 Each
Linkage check sheet with flue gas analysis at low fire, mid fire, and high fire (full combustion tune over the boiler firing range), provide full boiler tune for each fuel source of each boiler (4 tunes total) for optimal operation.
CLIN 0005 - Twenty-four hour response time service call - Quantity 4 Each
Vendor shall provide labor for four service visits at eight hours each. These service visits will be at CDC//NIOSH's request and the vendor shall be onsite and working within 24 hours of receiving the request from CDC/NIOSH. These 4 service visits include labor only. Parts and material will be provided by CDC/ NIOSH or procured separately. All work shall be performed during normal business hours, 7:00 a.m. to 3:00 p.m., Monday through Friday.
CLIN 6 - Option Year 1 - Annual Boiler Preventive Maintenance - Quantity 1 Year
Provide annual preventive maintenance services outlined in Statement of Work per manufacturer's recommendations.
CLIN 0007 - Boilers 1 and 2 - Annual Service - Option Year 1 - Quantity 2 Each
Provide annual preventive maintenance services per manufacturer recommendations as outlined in the Statement of Work. Services to include: equipment shutdown, verify proper lockout, teardown/open waterside and fireside of boilers, remove and replace all waterside and fireside gaskets, clean, inspect, and perform minor repairs
CLIN 0008 - Annual Service - Boiler 3 - Option Year 1 - Quantity 1 Each
Annual preventive maintenance service per manufacturer's recommendations as outlined in the Statement of Work. Services to include: shutdown/lockout, teardown/open waterside and fireside of boilers, remove and replace gaskets, clean, inspect, and perform minor repairs.
CLIN 0009 - Boiler Tune - Option Year 1 - Quantity 4 Each
Linkage check sheet with flue gas analysis at low fire, mid fire, and high fire (full combustion tune over the boiler firing range), provide full boiler tune for each fuel source of each boiler (4 tunes total) for optimal operation.
CLIN 0010 - Twenty-four Hour Response Time Service Call - Option Year 1 - Quantity 4 Each
Vendor shall provide labor for four service visits at eight hours each. These service visits will be at CDC/NIOSH's request and the vendor shall be onsite and working within 24 hours of receiving the request from CDC/NIOSH. These 4 service visits include labor only. Parts and material will be provided by CDC/NIOSH or procured separately. All work shall be performed during normal business hours, 7:00 a.m. to 3:00 p.m., Monday through Friday.
CLIN 0011 - Annual Boiler Preventive Maintenance - Option Year 2 - Quantity 1 Year

Provide annual preventive maintenance services outlined in Statement of Work per manufacturer's recommendations.
CLIN 0012 - Boilers 1 and 2 - Annual Service - Option Year 2 - Quantity 1 Year
Provide annual preventive maintenance services per manufacturer recommendations as outlined in the Statement of Work. Services to include: equipment shutdown, verify proper lockout, teardown/open waterside and fireside of boilers, remove and replace all waterside and fireside gaskets, clean, inspect, and perform minor repairs
CLIN 0013 - Annual Service - Boiler 3 - Option Year 2 - Quantity 1 Each
Annual preventive maintenance service per manufacturer's recommendations as outlined in the Statement of Work. Services to include: shutdown/lockout, teardown/open waterside and fireside of boilers, remove and replace gaskets, clean, inspect, and perform minor repairs.
CLIN 0014 - Boiler Tune - Option Year 2 - Quantity 4 Each
Linkage check sheet with flue gas analysis at low fire, mid fire, and high fire (full combustion tune over the boiler firing range), provide full boiler tune for each fuel source of each boiler (4 tunes total) for optimal operation.
CLIN 0015 - Twenty-four Hour Response Time Service Call - Option Year 2 - Quantity 4 Each
Vendor shall provide labor for four service visits at eight hours each. These service visits will be at CDC/NIOSH's request and the vendor shall be onsite and working within 24 hours of receiving the request from CDC/NIOSH. These 4 service visits include labor only. Parts and material will be provided by CDC/NIOSH or procured separately. All work shall be performed during normal business hours, 7:00 a.m. to 3:00 p.m., Monday through Friday.
CLIN 0016 - Annual Boiler Preventive Maintenance - Option Year 3 - Quantity 1 Year
Provide annual preventive maintenance services outlined in Statement of Work per manufacturer's recommendations.
CLIN 0017 - Boilers 1 and 2 - Annual Service - Option Year 3 - Quantity 2 Each
Provide annual preventive maintenance services per manufacturer recommendations as outlined in the Statement of Work. Services to include: equipment shutdown, verify proper lockout, teardown/open waterside and fireside of boilers, remove and replace all waterside and fireside gaskets, clean, inspect, and perform minor repairs
CLIN 0018 - Annual Service - Boiler 3 - Option Year 3 - Quantity 1 Each
Annual preventive maintenance service per manufacturer's recommendations as outlined in the Statement of Work. Services to include: shutdown/lockout, teardown/open waterside and fireside of boilers, remove and replace gaskets, clean, inspect, and perform minor repairs.
CLIN 0019 - Boiler Tune - Option Year 3 - Quantity 4 Each
Linkage check sheet with flue gas analysis at low fire, mid fire, and high fire (full combustion turnover the boiler firing range), provide full boiler tune for each fuel source of each boiler (4 tunes total) for optimal operation.
CLIN 0020 - Twenty-four Hour Response Time Service Call - Option Year 3 - Quantity 4 Each
CLIN 0021 - Annual Boiler Preventive Maintenance - Option Year 4 - Quantity 1 Year
Provide annual preventive maintenance services outlined in Statement of Work per manufacturer's recommendations.
CLIN 0022 - Boilers 1 and 2 - Annual Service - Option Year 4 - Quantity 2 Each
Provide annual preventive maintenance services per manufacturer recommendations as outlined in the Statement of Work. Services to include: equipment shutdown, verify proper lockout, teardown/open waterside and fireside of boilers, remove and replace all waterside and fireside gaskets, clean, inspect, and perform minor repairs
CLIN 0023 - Annual Service - Boiler 3 - Option Year 4 - Quantity 1 Each
Annual preventive maintenance service per manufacturer's recommendations as outlined in the Statement of Work. Services to include: shutdown/lockout, teardown/open waterside and fireside of boilers, remove and replace gaskets, clean, inspect, and perform minor repairs.
CLIN 0024 - Boiler Tune - Option Year 4 - Quantity 4 Each
Linkage check sheet with flue gas analysis at low fire, mid fire, and high fire (full combustion tune over the boiler firing range), provide full boiler tune for each fuel source of each boiler (4 tunes total) for optimal operation.
CLIN 0025 - Twenty-four Hour Response Time Service Call - Option Year 4 - Quantity 4 Each
Vendor shall provide labor for four service visits at eight hours each. These service visits will be at CDC/NIOSH's request and the vendor shall be onsite and working within 24 hours of receiving the request from CDC/NIOSH. These 4 service visits include labor only. Parts and material will be provided by CDC/NIOSH or procured separately. All work shall be performed during normal business hours, 7:00 a.m. to 3:00 p.m., Monday through Friday.
Statement of Work
Annual Boiler Preventive Maintenance



SECTION 1 - BACKGROUND


Two (2) Cleaver Brooks CB200-350 fire tube boilers and (1) one Cleaver Brooks CB700-350 fire tube boiler provide steam for heat, hot water, and humidification at the CDC/NIOSH facilities in Morgantown, West Virginia.


SECTION 2 - PURPOSE


The purpose of this acquisition is to obtain annual preventive maintenance services to ensure reliable Boiler Plant operations.


SECTION 3 - SCOPE OF WORK


The Vendor shall provide all labor and materials to complete annual preventive maintenance inspections, cleaning, and tuning of the three boilers described above. The fuel type for Boiler # 1 and Boiler # 3 is natural gas, and the fuel types for Boiler #2 are natural gas and diesel. Boiler #1 and #2 shall be serviced during the month of June, and Boiler #3 shall be serviced during the month of March.


In addition, the Vendor shall provide labor for four (4) service visits at eight (8) hours each. These service visits will be at CDC/NIOSH's request and the Vendor shall be onsite and working on the issue within 24 hours of receiving the request from CDC/NIOSH. These 4 service visits include labor only; parts and materials will be provided by CDC/NIOSH, or procured separately.


All work shall be performed during normal business hours, 7:00 AM to 3:00 PM, Monday through Friday.


SECTION 4 - TASKS TO BE PERFORMED


1) Provide annual preventive maintenance services per manufacturer's recommendations.
2) Shutdown equipment and verify proper lockout.
3) Teardown/open waterside and fireside of boilers.
4) Remove and replace all waterside and fireside gaskets.
5) Clean fireside tubes; inspect, clean, and wash-coat refractory; perform minor repairs; gasket and close fireside.
6) Open, drain and flush waterside to remove all sediment; open and flush float chambers in water column(s); open hand-holes and man-way; re-install man-way and hand-hole covers; inspect tubes for excessive pitting; evaluate water treatment effectiveness and make recommendations for improvement; gasket and close waterside.
7) Inspect and clean all component parts of burner assemblies and reassemble burners per manufacturer's specifications.
8) Provide new sight-glass gaskets.
9) Start boilers, check all operating controls for proper operation, check all safety controls, flame safeguard for proper trips.
10) Linkage check sheet with flue gas analysis at low fire, mid fire, and high fire (full combustion tune over the boiler firing range).
11) Provide full boiler tune for each fuel source of each boiler (4 tunes total) for optimal operation.


SECTION 5 - PERIOD OF PERFORMANCE


Base Year: May 1, 2019 through April 30, 2020
Option Year #1: May 1, 2020 through April 30, 2021
Option Year #2: May 1, 2021 through April 30, 2022
Option Year #3: May 1, 2022 through April 30, 2023
Option Year #4: May 1, 2023 through April 30, 2024


SECTION 6 - SPECIAL REQUIREMENTS


1) Site preparation and cleanup:


The Contractor shall at all times keep the work area, including storage areas, free from accumulations of waste materials. Before completing the work, the Contractor shall remove from the premises any rubbish, tools, scaffolding, equipment, and materials that are not the property of the Government. Unsightly materials and debris including excess materials, garbage, and equipment shall be removed as required; while materials shall be scheduled for delivery only as required for immediate use.


2) Safety:


The Contractor shall ensure that all personnel sent to the NIOSH Morgantown facility utilize safe work practices and shall conduct their work safely while providing this service. Contractors shall comply with all OSHA regulations and facility specific safety protocols as informed by the Contracting Officer's Representative (COR). The contractor shall provide personal protective equipment (PPE) as necessary to appropriately trained staff, and comply with fall protection and other safety protocols as necessary. The contractor shall submit and Health and Safety Plan upon award of the contract summarizing their safety procedures and training to the COR. This plan shall be provided to the NIOSH Environmental Health and Safety (EH&S) Department for compliance review and must meet the approval of EH&S. The contractor shall be required to clarify any discrepancies in their Health and Safety Plan to the satisfaction of EH&S.


3) Facility Access:


Contractor personnel shall be required to comply with all NIOSH Morgantown security protocols in effect. Facility access, personnel identification badges, and parking tags must be coordinated through the Security office at the L-Building entrance. The Contractor shall be required to sign-in and out with NIOSH Security at the Security entrance. All Contractor personnel are required to present valid personal photo identification for the facility visitor sign-in procedure. All Contractor vehicles are subject to search by CDC Security. Vehicles containing prohibited items will not be allowed to enter the NIOSH Morgantown facility and the Contractor shall be directed to leave and shall schedule a return site visit as necessary to perform the service.
This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-66 (February 28, 2013).
This acquisition is under North American Industry Classification System (NAICS) code 238220. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the System for Award Management. To register apply via the Internet at http://www.sam.gov. For questions on registration contact Federal Service Desk at 866-606-8220.


Include FAR 52.212-3, Offeror Representations and Certifications with Offer or indicate if it is available online at SAM.gov.


No telephonic quotes will be processed. All responses must be received no later than 11:59 P.M., Eastern Standard Time on January 28, 2019. Please send any questions and quotes to Rebecca Mullenax at rmullenax@cdc.gov. The lowest priced technically acceptable bid will be chosen.


 


Rebecca S Mullenax, Purchasing Agent, Phone 304-285-5880, Fax 304-285-6083, Email rmullenax@cdc.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP