NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback Integrated Acquisition Environment
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

IMPLEMENTATION MAINTENANCE OPERATIONS OF CENTRAL PROCESS SYSTEMS IMOC


Synopsis - Oct 15, 2008

General Information
Solicitation Number: NNC09ZCH001R
Posted Date: Oct 15, 2008
FedBizOpps Posted Date: Oct 15, 2008
Original Response Date: Oct 27, 2008
Current Response Date: Oct 27, 2008
Classification Code: J -- Maintenance, repair and rebuilding of equipment
NAICS Code: 561210 - Facilities Support Services
Set-Aside Code: 8a Competitive

Contracting Office Address
 
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

Description
 
NASA Glenn Research Center is hereby seeking information about qualified 8(a) firms capable of performing as the prime contractor for Implementation, Maintenance, Operation of Central Process Systems(IMOC)contract for the National Aeronautics and Space Administration (NASA), Glenn Research Center (GRC), Cleveland, Ohio. As part of this Performance Work Statement (PWS), the Contractor shall provide operations, maintenance and implementation of tasks for the Central Process Systems, collateral equipment, and other related functions as described herein. These activities shall emphasize supporting the research (aeronautical and space) missions of GRC in a safe, reliable, and timely manner, with minimum disruptions to the Center operations.

This contract is for the operations, maintenance and implementation of tasks for the systems and equipment that support the Mission research and development functions of the Center. The systems and equipment to be maintained under this contract are housed in various buildings as listed below. The building names are provided for information and clarification only. Institutional-type building maintenance is not required under this contract.

- Central Control Building (CCB); Building # 143 - Central Air Equipment Building (CAEB); Building # 64 - Engine Research Building (ERB); Building # 5, 23, 24, 37 & 38 - Variable Frequency (VF); Building # 23 - Cooling Towers (CT); CT 1 & 4 (Building 9), CT 3 & 6, CT 5 - Substations Controls (SUB Control Equipment only) - Exhauster 38 & 39; Building #114

Central Process Systems (CPS). The various aeronautical research test beds, platforms, or facilities at the GRC conduct “real time” testing of jet engines, engine components and other related systems. To replicate the conditions encountered in flight, high speed and/or high altitudes, GRC utilizes very large air compressors. To simulate speed, some compressors produce air pressures ranging from 40 to 1250 psig. Other compressors, called “exhausters”, create vacuum conditions that simulate altitudes up to 90,000 feet. For this reason GRC research is dependent upon a reliable source of air, distributed at multiple locations, pressures, temperatures and dew points. The CPS consists of standard equipment on a very large scale including air preconditioning equipment to dry, heat and cool air; compressors; hydraulic systems; cooling towers; variable frequency high voltage power systems; centralized computer controls and a variety of other components. The specialized systems and equipment that produce and distribute these products are part of the CPS infrastructure to be operated, maintained, repaired, and modified under this contract.

Substation Controls. Twelve (12) substations and their associated breakers are controlled and monitored by Government personnel in Building 143. The Contractor shall perform maintenance on all instrumentation and control devices that interface with the Central Process Distributed Control System(CPDCS) required for these substations and its associated control equipment.

The Contractor shall manage the total work effort associated with Central Process System Operations, Maintenance, Repair, Implementation of Tasks, and all other services required herein to assure successful and timely completion of services in this contract. Included in this function are the full range of management and administrative responsibilities.

Operations includes console and equipment operations functions, watch-standing, tending, end-to-end troubleshooting or attendance type work requiring the presence of qualified persons to perform specific duties during a specific or scheduled time period. Operations personnel shall be qualified as a Field Equipment Operator (FEO), Field Console Operator (FCO) and/or Senior Console Operator (SCO). Each shift of operation in each building shall contain one SCO as a minimum during operation along with the required FEO and FCO. Operations includes equipment and system pre-run checkout and setup, start, control, monitoring, end-to-end troubleshooting, shutdown, post-run checkout, and securing of the equipment following shutdown, and Operations Corrective, Maintenance and Repair (OCMR) of the auxiliary, ancillary and distribution systems. Troubleshooting consists of finding a problem with the operator console and everything in between all the way to the field device. A correction of equipment problems, malfunctions, breakdowns, and related repair deficiencies that occur and which may effect scheduled research operations, shall be considered as part of Operations. The Contractor shall make every attempt to trouble shoot and resolve issues utilizing their staff, when problems are greater that their ability to correct, the Contractor shall be permitted to contact the appropriate engineers within the Facilities Division for trouble shooting and engineering support; this activity shall also be considered part of operations. The Contractor shall perform work in accordance with the operations and maintenance manuals, procedures and manufacturers’ literature.

The Contractor shall be responsible for total operations of all the equipment associated with the Central Process Systems except the Central Air and Electrical Power Dispatching Operations. The Contractor shall perform all aspects of equipment operations, including but not limited to, pre-run check-outs, configuring the required equipment, routing the necessary valves under its control, issuing and removing permissive, starting, controlling, monitoring, end to end and securing the CPS equipment.

The Contractor shall operate the following: 10 psig Refrigerated Air Systems and Expanders (TE-3,4,5 & 6), 40 psig Air Compressors (C-1,2,10,11,12,13,) 150 psig Air Compressors (C-3,7,16 & 17), 450 psig Air Compressors (C-4,5 & 18), 1250 psig Air Compressor (C-6), 125 psig Service Air Compressors (SA-20,21,22,23), the Altitude Exhausters (DE-7,8,9 & 10, E-38, 39,40,41,42,43,44,45,46 & 47), Atmospheric Blowers (AEF-19 & 20), the Variable Frequency Power System (Converters C,D,E,F,G,H,J,K,L & M) and the Cooling Towers (CT 1, 3, 4, 5 & 6). The Government may modify/add/delete systems in the future.

In addition the Contractor shall operate all the auxiliary and/or ancillary systems associated with the equipment identified such as, but not limited to, oil and hydraulic systems, exciter sets/excitation units, High and Low Voltage electrical systems and/or switchgear, Cooling Tower Water systems, and de-watering systems. The Government will operate, control and monitor all the valves associated with the Central Air Distribution Network (CAD) and associated breakers associated with the High Voltage Distribution Systems (ED).

The Contractor shall be responsible for day to day operation of the Central Process DCS hardware. This includes the ability to troubleshoot and identify problems with the computer/network hardware such as the DEC Alpha, IBM PC-compatibles, Bridge Controllers (BRC), Programmable Logic Controllers (PLC), PLC I/O, Compressor Control Corporation (CCC) Controllers, Solid-State Exciters, Static Frequency Converters (SFC), Uninterruptible Power Supplies (UPS) and software including operating systems, networking protocols, languages and database management systems such as VMS, UNIX System V, MS-DOS, MS Windows, TCP/IP, DECnet, NETBIOS, BASIC, Visual BASIC, C, SQL, dBase III+ and compatibles, Function Code Software, Batch 90 software, “C” utility program (FDI), human-machine interface graphics display software, PLC software and other hardware and software added during the life of the Contract. The Contract shall be responsible for correcting all hardware related problems. The Contractor shall notify the appropriate Facilities Division personnel to correct all software related problems identified during troubleshooting.

The Contractor shall provide the necessary labor, material and equipment to complete the installation, implementation, and testing for all work assignments. The Contractor shall also be responsible for purchasing all hardware and materials required to implement tasks, including purchasing all supplies to maintain and operate the CPS system, including spare parts. The Contractor shall be responsible for providing electrical, mechanical, and controls type work related to the CPS. The Contract shall follow all FAR requirements. The Contract shall not alter any hardware or equipment without the approval of the appropriate Facilities Division personnel. The Contractor shall be allowed to replace defective parts found during the troubleshooting process with like kind components.

The Contractor shall prepare all work implementation documents, including but not limited to, Safety Permits, individual task Health and Safety Plans, task estimates, schedules, completion reports, red-lined drawings, and other related documentation. The Contractor shall perform preventive maintenance, inspections, calibrations, repair on all CPS related systems requirements as stated in the Work Order issued by the COTR.

The Contractor, using the guidelines set forth in NASA NPD 8831.1E Maintenance and Operations of Institutional and Program Facilities and Related Equipment and NPR 8831.2D Facilities Maintenance Management shall recommend additions, deletions, and modifications to the current maintenance activities to the Government; all recommendations made by the Contractor shall be cost effective and increase overall reliability and ensure continuous improvement.

The Contractor shall, in conjunction with the Government, develop, recommend and implement, at no additional cost to the Government, a RCM plan according to the guidelines found in NASA RCM Guide. The Government will provide minimal preventative maintenance procedures which will be available in the Technical Library and otherwise will be listed in the Governments CMMS. After award, the Contractor shall accurately report their monthly financial status in the 533.

The Contractor shall provide accurate technical reports, schedules, and other documents to the COTR as required in a time designated by the government. This list is an addition to any administrative reports otherwise specified in the contract or requested by the Government

North American Industry Classification System (NAICS) code for this procurement is 561210. NO SOLICITATION EXISTS; THEREFORE, DO NOT REQUEST A COPY OF THE SOLICITATION. If a solicitation is released it will be synopsized in FedBizOps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these cites for the release of any solicitation or synopsis. In order to ascertain the method of procurement for the services outlined above, 8(a) firms are invited to submit their “CAPABILITY STATEMENT” to the NASA Glenn Research Center. Information to be provided SHALL include, but not limited to, name and address of firm, size of business; average annual revenue for the past 3 years and number of employees; ownership, whether they are Small, Small Disadvantaged, 8(a), HUBZone, and/or Woman-Owned; number of years in business; affiliate information; parent company; joint venture partners; potential teaming partners; prime contractor (if you are interested as a potential subcontractor); list of customers covering the past 3 years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and points of contact addresses and phone numbers). CAPABILITY STATEMENTS SHALL BE NO LONGER THAN 10 PAGES IN LENGTH. Technical and procurement related questions shall be directed to: Angel L. Pagan, NASA Glenn Research Center, 21000 Brookpark Road, Mail Stop 500-312, Cleveland, Ohio 44135, E-mail address: Angel.l.pagan@nasa.gov. In responding reference NNC09ZCH001R. Capability Statements SHALL be submitted no later than October 27, 2008.

This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for this requirement. The Government reserves the right to consider 8(a) set-asides based on responses hereto.

The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to Angel L. Pagan no later than October 27, 2008. Please reference NNC09ZCH001R in any response. Any referenced notes may be viewed at the following URLs linked below.


Point of Contact
Name:Angel L. Pagan
Title:NAIS Manager
Phone:216-433-2791
Fax:216-433-5489
Email:angel.l.pagan@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at: