Main Hangar Air Compressor Replacement

Agency: HOMELAND SECURITY, DEPARTMENT OF
State: California
Level of Government: Federal
Category:
  • 29 - Engine Accessories
Opps ID: NBD00159350776261770
Posted Date: Jul 17, 2023
Due Date: Jul 22, 2023
Solicitation No: 20290PR230000227
Source: Members Only
Follow
Main Hangar Air Compressor Replacement
Active
Contract Opportunity
Notice ID
20290PR230000227
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
11TH COAST GUARD DISTRICT OFFICE
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: Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 17, 2023 01:54 pm EDT
  • Original Date Offers Due: Jul 22, 2023 12:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 2990 - MISCELLANEOUS ENGINE ACCESSORIES, NONAIRCRAFT
  • NAICS Code:
    • 333998 - All Other Miscellaneous General Purpose Machinery Manufacturing
  • Place of Performance:
    McClellan , CA 95652
    USA
Description

STATEMENT OF WORK

Main Hangar Air Compressor Replacement

USCG Air Station Sacramento

1.0 GENERAL REQUIREMENTS

1.1 PROJECT DESCRIPTION

Main hangar reciprocating Air Compressors and dryer cannot support the demand of

pneumatic equipment used by aviation personnel. The current air compressors are loud

and due to the age of the units, require excessive maintenance and funding to maintain. In

addition, due to the excessive heat, the units often do not operate efficiently and create

excessive moisture. Switching over to rotary compressor is 25% more efficient, lowers

the cost of ownership, reduces the carbon footprint, stays functional in extreme

temperatures, and reduces noise level.

1.1.1 Technical Point of Contact (POC):

LT JAMES DUHAMEL (774) 303-0798

MKC ART CASTANEDA (626) 497- 6000

1.2 LOCATION

1.2.1 Work to be conducted at USCG Air Station Sacramento.

6037 Price Ave

McClellan, CA 95652

1.3 AIR STATION AND LOCAL REGULATIONS

1.3.1 The work site is on Government property. All rules and regulations issued by

the Commanding Officer covering safety, vehicle operation, and sanitation must

be always observed by the Contractor and his employees.

1.3.2 All personnel employed on site shall keep within the limits of the work and shall

not enter any restricted area unless required or escort by a unit member. The

Contractor’s equipment shall be conspicuously marked for identification.

1.3.3 The Contractor shall control its employee’s traffic on site. Parking for workers

shall be at a suitable location as directed by the Technical POC.

1.3.4 The Contractor shall coordinate work with the technical POC to minimize any

disruption to normal unit operations.

1.4 DAMAGE TO GOVERNMENT PROPERTY

1.4.1 Any damage caused to Government or private property shall be corrected at the

Contractor’s expense.

1.5 SAFETY AND SECURITY

1.5.1 The Contractor shall provide all necessary safety equipment to protect the work

site area. All work shall be performed in accordance with O.S.H.A. Safety

standards to prevent injury to housing occupants, by-passers, or workforce.

1.5.2 Contractor shall comply with Federal and State of California safety and health

regulations. When standards differ, the more stringent shall apply. All accidents

and property damage shall be reported to the Technical POC.

1.5.3 The Contractor shall be responsible for the security of their material, tools, and

equipment. The Government shall not be responsible for their loss.

1.5.4 The Contractor shall comply with all rules and regulations issued by the

National Fire Protection Association covering the use and storage of flammable

mixtures or material which might constitute a fire hazard.

2.0 EQUIPMENT

2.1 Contractor shall provide whatever equipment necessary to complete the work outlined in

the scope, along with post installation inspection.

3.0 SCOPE OF WORK

3.1 Provide all labor, equipment, and materials to complete main hangar air compressors

replacement to include:

1. Lock-Out/Tag-Out of power source.

2. Remove existing air compressors using customer provided lift.

3. Place and secure new air compressors using customer provided lift.

4. Install conduit and wire from compressors to existing fused disconnect

switch withing 6’ of compressor.

5. Plumb from compressor discharge into existing compressed air system.

6. Plumb condensate line to suitable drain point or OWS.

7. Perform factory start-up.

8. Dispose of any materials used or removed from the system.

3.2 Contractor shall do a complete inspection and test, checking for proper operation.

3.3 Services shall be accomplished between the hours of 0730-1530, Monday-Friday, not to

include federal holidays except as designated by the contracting officer or official

representative.

3.4 The Contractor shall coordinate with the technical POC to schedule a date and time for

project commencement.

3.4.1 Project is to be completed within 07 days of the contract being awarded.

3.5 The government shall use a 100% surveillance method. Inspection of work shall be

performed at the time the Contractor is at the site performing its services and prior to

contractor leaving the site.

3.6 The Contractor shall remove all debris, rubbish, and hazardous waste from the job site.

3.7 The Contractor shall keep the Contracting Officer and /or technical POC fully informed

on the daily progress of the work, from the start through completion of this inspection.

3.8 The Contractor shall be prepared to increase scope of work if issue is determined to be

more extensive than originally expected.

3.9 Unsatisfactory performance shall result in work being re-accomplished at no cost to the

government.

3.10 It is the contractor’s responsibility to verify all measurements/dimensions listed above

prior to submitting a quote/proposal.

3.11 Point of contact is MKC ARTHUR CASTANEDA (626) 497-6000.





ALL QUOTES MUST BE SENT ONLY TO



Gary.C.Agan@uscg.mil (916) 643-7678



Christopher.a.bahn@uscg.mil 916 643 7674


Attachments/Links
Contact Information
Contracting Office Address
  • COAST GUARD ISLAND, BUILDING 52
  • ALAMEDA , CA 94501
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jul 17, 2023 01:54 pm EDTSolicitation (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 >