MODIFICATION
J -- UPS Maintenance Service
- Notice Date
- 8/16/2007
- Notice Type
- Modification
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, HI, 96853-5230, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA5215-07-R-0051
- Response Due
- 8/31/2007
- Archive Date
- 9/15/2007
- Point of Contact
- Brandon Cipolla, Contract Specialist, Phone (808) 448-2971, Fax (808) 448-2911, - John Haberlach, Contract Specialist, Phone (808) 448-2966, Fax (808) 448-2911,
- E-Mail Address
-
brandon.cipolla@hickam.af.mil, john.haberlach@hickam.af.mil
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Attachments to this synopsis/solicitation will be attached as an amendment to this combined synopsis/solicitation. Attachments include (1) Statement of Work (SOW) dated 3 August 2007 and (2) Wage Determination No. 2005-2153, Rev 5, dated 05/29/2007. The solicitation number for this procurement is FA5215-07-R-0051 and is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-18, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2007-0802 and Air Force Acquisition Circular (AFAC) 2007-0531. For informational purposes the North American Industry Classification System (NAICS) code is 811310 Commercial and Industrial Machinery and Equipment Repair and Maintenance, and the Small Business Size Standard is $6.5M. This acquisition will be awarded as a firm-fixed price contract and will consist of a base year period plus four (4) one-year option periods. No bidder?s mailing list will be maintained. Delivery and acceptance will be FOB Destination: Hickam AFB, Hawaii. A Site Visit will be conducted at Hangar 3, Hickam AFB, HI on 23 August 2007, 0930 (HST) for the purpose of providing offerors an opportunity to become acquainted with the solicitation requirements. Please contact SrA Brandon Cipolla at (808) 448-2971 or email Brandon.Cipolla@hickam.af.mil advising of your plans to attend along with the names of attendees no later than 3:00 p.m. (HST) 22 August 2007. Your attendance at the site visit is highly encouraged to help fully understand the government?s requirements. Accommodations while in Hawaii shall be the sole responsibility of the offeror. Each offeror shall download a copy of the solicitation prior to attending the site visit. A hard copy of the solicitation will not be provided by the Government. Attendance will be limited to no more than two individuals per offeror. Details on security and base access requirements will be provided upon notification of intent to participate. Airfare to and from mainland U.S. to Hawaii, lodging, and any other expenses are the responsibility of the participants. THIS WILL BE THE ONLY SITE VISIT SCHEDULED FOR THIS SOLICITATION. CLIN 0001, Quarterly UPS Maintenance IAW SOW, Quantity: 4, Unit of Issue: Quarters, Base Year: 01 Sep 07 ? 31 Aug 08, FFP, FOB: Destination CLIN 1001, Quarterly UPS Maintenance IAW SOW, Quantity: 4, Unit of Issue: Quarters, Option Period 1: 01 Sep 08 ? 31 Aug 09, FFP, FOB: Destination CLIN 2001, Quarterly UPS Maintenance IAW SOW, Quantity: 4, Unit of Issue: Quarters, Option Period 2: 01 Sep 09 ? 31 Aug 10, FFP, FOB: Destination CLIN 3001, Quarterly UPS Maintenance IAW SOW, Quantity: 4, Unit of Issue: Quarters, Option Period 3: 01 Sep 10 ? 31 Aug 11, FFP, FOB: Destination CLIN 4001, Quarterly UPS Maintenance IAW SOW, Quantity: 4, Unit of Issue: Quarters, Option Period 4: 01 Sep 11 ? 31 Aug 12, FFP, FOB: Destination This requirement is for the item(s) and services described above and in the SOW. Award will be made to the offeror whose offer conforming to the solicitation is determined to be the most advantageous to the Government. Award will be made to the lowest evaluated price among proposals meeting (or exceeding) technical acceptability. Offeror must ensure that provision FAR 52.212-3 Alt 1, Offeror Representation and Certifications-Commercial Items (this must be completed on http://orca.bpn.gov ), 252.212-7000, Offeror Representation and Certifications-Commercial Items, and 252.225-7000, Buy American Act?Balance of Payments Program Certificate, are completed and included with the quotation. Clauses and provisions may be accessed via the Internet, https://farsite.hill.af.mil or http://www.arnet.far.gov. The following provisions are incorporated by reference and apply to this acquisition: 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; and 252.232-7010, Levies on Contract Payments. FAR 52.212-1, Instruction to Offerors-Commercial Items, applies to this acquisition and the addenda are attached. Offers may be submitted on letterhead stationary and include the minimum items listed FAR 52.212-1(b). There are no other special instructions. FAR 52.212-2, Evaluation?Commercial Items, applies to this acquisition and the following evaluation criteria are included: Total Price and Technical Acceptability. Award will be made to the lowest evaluated price among proposals meeting (or exceeding) technical acceptability. Technical acceptability is defined as meeting all the requirements of the SOW. The options will be evaluated for award purposes by adding the total price for all options to the total price for the basic requirement. FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition and the addenda are included. The Contractor shall submit electronic invoices via Wide Area Workflow IAW DFARs 252.232-7003. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, applies to this acquisition and the following clauses apply: 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; FAR 52.218-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor, Child Labor: Cooperation with Authorities and Remedies (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports; Restrictions on Certain Foreign Purchases; 52.222-39, Notification of Employees Right Concerning Payment of Union Dues or Fees; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965 as amended (Wage Determination 2005-2153, Rev 5, dated 05/29/2007, HI, Island Wide), 52.222-42, Statement of Equivalent Rates for Federal Hires [WG-8, Heating, Ventilation and Air Condition Mechanic, $23.66 + fringe benefits], 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts). The following additional clauses apply to this acquisition: FAR 52.217-8, Option to Extend Services (with at least 30 days prior to contract expiration as the fill-in); and 52.217-9, Option to Extend the term of the Contract (with at least 30 days prior to the contract expiration and at least 60 days before the contract expires as the two fill-ins for paragraph ?a? and shall not exceed 60 months as the fill-in for paragraph ?c?). DFARs 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition and the following clauses apply: 52.203-3, Gratuities; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. ALL PROPOSALS MUST REACH THIS OFFICE NLT 1500 hrs, Hawaii Standard Time (HST), on 27 August 2007. Any questions in regards to this solicitation must be submitted NLT 22 August 2007 to ensure the Government ample response time and timely submittals of proposals. E-mail offers to 15th Contracting Squadron, Hickam AFB, Hawaii, ATTN: Brandon Cipolla at Brandon.Cipolla@hickam.af.mil or fax number (808)-448-2911/2912. Proposals must meet all the instructions put forth in this combined synopsis/solicitation. Reference the solicitation number and provide a delivery date on the proposal. STATEMENT OF WORK FOR UPS Maintenance 3 August 2007 GENERAL SCOPE. 1. General. Provide all labor, management, supervision, tools, materials, equipment, incidental engineering, and transportation necessary to manage and perform maintenance services on Uninterruptible Power Supply (UPS) located at Hangar 3 on Hickam AFB, Hawaii. Quarterly reports on UPS condition are due to the 613th Air Operations Center (AOC) Facility Manager and Contracting Officer (CO) upon completion of work requirements. 2. Work Requirements. Firm Fixed Priced (FFP) work includes basic technical support, service order processing, service call maintenance to include 24 x 7 dispatching of technicians to customer site, recurring maintenance work and collateral work as described herein. Work includes, but is not limited to, new installation, replacement, relocation, inspection, diagnosis, testing, adjustment, alignment, servicing, calibration, checking, application, overhaul, reprocess, cleaning, lubrication, and removal. All work shall be complete, incidental work, clean-up, and shall be free of missing components or defects which would affect the safety, equipment malfunction, or system operations or would prevent any electrical or mechanical systems from functioning in accordance with the design intent. Corrective or repair/replacement work shall include operational checks. 2.1. Basic UPS Services. The contractor shall accomplish all maintenance to meet the commercial requirements and this SOW. The minimum maintenance frequencies are established as no less than quarterly, or when necessary to maintain uninterrupted UPS operation. (a) Equipment to be covered. (2) Each EPS 7000 400 KVA UPS Systems, (2) each 600A Epsilon Static Transfer switches, (16) Each PMN Power Distribution Units, (6) Each External Battery Cabinets with (40) Jars ea, (1) each Battery replacement during contract term. (b) Preventive Maintenance Scope of Work. Preventive maintenance will be done no less than quarterly and will include the following inspection areas and any corrective action. (c) Visual Inspection. Check UPS and associated units for exterior damage. Clean interior of UPS and check for physical damage or deterioration. Verify status panel functionality. Check ambient temperature and exhaust for operation. Check air filters and verify air flow. Spare parts kit inventory. (d) Mechanical Inspection. Check for non conformance - fit & finish. Verify connection integrity. Check all power and control wiring and all accessible power cables. Check battery cables, connections and posts (e) Electrical Inspection. Check all system voltages and system currents. Verify PC board calibration and operation. Check sub assembly operation (rectifier, inverter, static switch). Inspect All Power Dist. Units (PDU) and perform any preventative maintenance and/or repairs. Inspect Static Transfer Switch Unit (STS), ensuring proper calibration and operation. (f) System Operation. Forward XFER, Reverse XFER. Verify UPS modes of operation: on-line, on battery, on bypass, etc. Verify operation of EPO/REPO. Check Alarm interface. Maintenance bypass sequence. STS Transfer operations and perform systems checks, verify and calibrate panel if applicable. Verify and calibrate display panel if applicable. Verify personalization and calibration of all programmable UPS parameters. Verify PDU operations and perform systems checks, verify and calibrate panel if applicable. (g) Provide recommendations. Service issues - engineering changes or field modifications. Environmental surroundings ? improvements needed. Advise customer of any batteries that may need replacement or servicing. Any recommendations for next service and/or schedule non-routine maintenance if necessary. Determine Power load balancing and/or recommend possible future load balancing of UPS. Additional recommendations as needed and recommendations for spare parts to be located on hand. (h) Battery Preventive Maintenance Scope of Work. Preventive maintenance will be done no less than quarterly and will include the following inspection areas and any corrective action. (i). Inspection Items. Check integrity of battery rack or battery cabinet. Check the general appearance and cleanliness of battery system. Visually inspect the jars for cracks, leaks, or excessive bulging. Check for evidence of corrosion at the terminal post and connectors. Check hardware torque on 10% of the battery connectors to manufacture specifications. Measure and record ambient air temperature of battery room. Using Albercorp cellcorder, or equivalent, test equipment record DC voltage and internal resistance on entire battery string(s). Measure and record the system DC float voltage and DC charge current. Measure and record the AC ripple voltage or AC ripple current. Provide a report detailing any deficiencies and recommend a corrective action. Documentation shall provide necessary data for the manufacturer?s warranty requirements. 3. Inspection/Acceptance Services. Insepction/Acceptance will be IAW FAR 52.212-4(a). 4. Service Delivery Summary (SDS). The SDS chart at the end of this section lists the SOW requirements that the Government will surveil as part of this contract and defines the standard of performance for the service listed. The absence of any contract requirement from the SDS shall not detract from its enforceability nor limit the rights or remedies of the Government under any other provision of the contract. 4.1. Performance Evaluation. Contractor performance will be evaluated to determine whether or not it meets contract requirements. If the performance requirement is not met, the CO will issue a Contract Discrepancy Report (CDR). The Contractor shall respond to the CDR in writing and explain how the discrepancy will be remedied and prevented from recurring. The CO will determine if the CDR results in payment deductions. Performance evaluations will be used in determining whether or not to award contract option years. 4.2. SDS Chart. Perform Required Service SOW Ref Performance Requirement Maintenance Report 1 Submit complete and 100 % accurate report of work accomplished within 7 calendar days after maintenance/inspection 95% of the time.
- Place of Performance
- Address: Hangar 3 Hickam AFB Hawaii
- Zip Code: 96853
- Country: UNITED STATES
- Zip Code: 96853
- Record
- SN01375072-W 20070818/070816221635 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |