SOLICITATION NOTICE
J -- Paint Booth Preventive Maintenance Agreement
- Notice Date
- 9/22/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street, Luke AFB, AZ, 85309
- ZIP Code
- 85309
- Solicitation Number
- F02604-03-T-0034
- Response Due
- 10/17/2003
- Point of Contact
- Courtney Baumgartner, Contract Specialist, Phone 623-856-7179 x255, Fax 623-856-3447, - Mary Peetz, Contract Specialist, Phone 623) 856-6402 x250, Fax (623) 856-3438,
- E-Mail Address
-
courntey.baumgartner@luke.af.mil, mary.peetz@luke.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- 1.0. DESCRIPTION OF SERVICES. The primary objective of this contract is to provide a total service program for maintaining the aircraft paint spray booths located at building 922, Equipment Maintenance Squadron’s Corrosion Control facility The contractor shall provide supervision, personnel, equipment, transportation, material, and other items and services necessary to inspect, service, and maintain 2 JBI Paint Spray Booths and associated equipment as listed in paragraph 2.0 of this statement of work. 1.1. BASIC SERVICES. The contractor shall maintain paint booth inserts and all equipment identified in this SOW (including attached equipment accessories) in accordance with the manufacturer’s recommendations and standard commercial practices. Any chemicals provided shall be environmentally safe and shall comply with all federal, state, and local environmental compliance laws and regulatory codes. A list of systems with available workload data is included in Appendix A. 1.1.2. Services not included. Repair and parts necessitated by accident, fire, abuse, and/or misuse by government personnel, as determined by the CO. The contractor shall commence repair work only after notification from the contracting office or representative agency. 1.2. MAINTENANCE AND INSPECTION PROGRAM: A positive monthly Preventive Maintenance (PMI) and Inspection program shall be implemented in accordance with the manufactures recommendations. Monthly inspections shall be coordinated with the corrosion control facility shop supervisor and the government Quality Assurance Person (QAP). Field engineer(s) will be physically present, have proper test equipment, parts, and tools, and be ready to begin work within the time specified above. Deficiencies found during PMI’s shall be corrected during scheduled maintenance, ensuring optimum uninterrupted systems operations. 1.2.1. In addition, the contractor shall inspect, service, test, and maintain the complete breathing air system in accordance with the most current editions of 29 CFR 1910 and 1926, and the manufacturer’s recommendations and service bulletins. Affected components and functions include, but are not limited to, air purification, dryers, compressors, fittings, lines, alarms, dehumidifiers, and all monitoring devices. The contractor shall also ensure the requirements of Occupational Safety and Health Administration (OSHA) 1910.134 standard for Respiratory Protection and applicable Federal regulations are met. The contractor shall develop and maintain record files within building 922, Corrosion Control Paint Facility that documents tasks performed, the results, components replaced, and any system performance limitations after service completion. 1.2.2. Maintenance Reports: The contractor shall develop and submit all reports to the Government QAP, summarizing all maintenance performed. Reports shall be submitted within 5 business days after inspections and maintenance. The report shall identify maintenance tasks performed during inspections, and identify maintenance and repair discrepancies noted during the inspection that have not yet been repaired. 1.3. INTERVENING REPAIRS: Will be on an as call basis, with response time not to exceed 8 hours during paint booth normal operations, (7:00 AM-4:00 PM), excluding weekends and federal holidays (e.g., since an 8-hour response time is required, and the operating hours are 7:00 a.m. to 4:00 p.m., then a call to the maintenance contractor at 2:00 p.m. would require a physical response from the maintenance contractor no later than 1:00 p.m. the following workday). Field engineer(s) will be physically present, have proper test equipment, parts, and tools, and be ready to begin work within the time specified above. Downtime of equipment shall not exceed 24 operating hours. The contractor shall provide effective maintenance and repair of all paint booth equipment identified by this statement of work. Contractor shall have a point of contact available during normal business operations with response time not to exceed 2 hours after government notification of a repair call. Repair calls will only be accepted by the contractor from authorized individuals, see Appendix E. Contractor shall submit work orders to the QAP prior to leaving the work site and job completion. 1.4. REPLACEMENT PARTS. Parts that require replacement will be authorized by the QAP prior to ordering or replacing. The government shall reimburse the contractor for the actual supplier-invoiced price for all parts used. The contractor shall bill for replacement parts as a separate item on their monthly invoice and attach copies of suppliers paid invoice for each part so invoiced. The government may authorize special delivery options for emergency services (e.g., overnight, special, two day delivery, etc) prior to purchase. The government will also reimburse such authorized invoice/receipt as authorized by the Contracting Officer (CO) or designated representative. The contractor shall exercise all options available for discounts and rebates so as to procure items meeting specifications herein at the most advantageous price possible. Discounts and rebates on items provided to the contractor shall be credited tot the government. All purchase documents (i.e., receipts) shall be sent to the CO for review and audit. Any related special freight or delivery charges (i.e., overnight, special 2-day deliveries, etc.) incurred by the contractor will be reimbursed to the contractor at actual invoice cost upon approval of the CO or designated representative. 1.4.1. There will be no additional charge for time spent (during, or after the normal hours of coverage) for pickup of parts. All fees are to be inclusive in awarded contract, and are full responsibility of the contractor. 1.4.2. Warranty. All work performed shall be covered by a 90-day contractor warranty. All parts replaced shall carry manufacture’s warranty. 1.5. MATERIAL DISPOSAL. The contractor shall dispose of all hazardous materials removed from the paint facility and associated equipment under this contract either at an off base location or to building 927, Luke AFB Hazardous Material Collection Point, in accordance with (IAW) applicable federal, state, and local pollution laws and regulations. The government will not provided containers or packaging material. Containerized hazardous materials shall be disposed of not later than 48 clock hours after job completion, and not be stored in a place that causes any disruptions. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-SEP-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 07-NOV-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/LukeAFBCS/F02604-03-T-0034/listing.html)
- Place of Performance
- Address: Luke AFB, AZ
- Zip Code: 85309
- Country: USA
- Zip Code: 85309
- Record
- SN00467519-F 20031109/031107214633 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |