Main Hangar Air Compressor Replacement
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Original)
- 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:
- NAICS Code:
- Place of Performance: McClellan , CA 95652USA
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
Primary Point of Contact
- Gary Agan
- Gary.C.Agan@uscg.mil
- Phone Number 9166437678
Secondary Point of Contact
- CHristopher Bahn
- Christopher.a.bahn@uscg.mil
- Phone Number 9166437674