SOLICITATION NOTICE
J -- Preventative Maintenance program for corrosion contral paint booth
- Notice Date
- 6/27/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
- ZIP Code
- 32542-5418
- Solicitation Number
- F1T0CW9163AQ01
- Archive Date
- 7/20/2009
- Point of Contact
- Carnell W. James, Phone: (850) 882-0259, Penny Daniels, Phone: 8508820253
- E-Mail Address
-
carnell.james@eglin.af.mil, penny.daniels@eglin.af.mil
(carnell.james@eglin.af.mil, penny.daniels@eglin.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The 96th Contracting Squadron, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for preventative maintenance for an aircraft paint booth with one option period, in accordance with the Statement of Work and associated components as listed below. This is a combined synopsis/solicitation for commercial services prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The announcement number is F1T0CW9163AQ01. The North American Industry Classification System (NAICS) code for this acquisition is 811310 with a size standard of $7M. Please identify your business size in your response based upon this standard. The requirement consists of the following items: CLIN0001: PREVENTATIVE MAINTENANCE PROGRAM FOR CORROSION CONTROL PAINT BOOTH IN ACCORDANCE WITH (IAW) PERFORMANCE WORK STATEMENT. INCLUDES: MAINTENANCE INSPECTION, PERFORM VIBRATION ANALYSIS OF FANS AND SOFT START EQUIPMENT AT BLDG 72 ON A MONTHLY BASIS. PERIOD OF PERFORMANCE 1 OCT 2009 TO 30 SEPT 2010 CLIN0002: QUARTERLY PREVENTATIVE MAINTENANCE IN ACCORDANCE WITH (IAW) PERFORMANCE WORK STATEMENT. INCLUDES: MAINTENANCE INSPECTION, PERFORM INFRARED THERMOGRAPHY AND INSPECTION OF SOFT START AND LOOSE WIRING ON A QUARTERLY BASIS. PERIOD OF PERFORMANCE 1 OCT 2009 TO 30 SEPT 2010 CLIN0003: PREVENTATIVE MAINTENANCE IN ACCORDANCE WITH (IAW) PERFORMANCE WORK STATEMENT. INCLUDES: MAINTENANCE INSPECTION, PERFORM MCC INSPECTION AND CLEANING ON AN ANNUAL BASIS. PERIOD OF PERFORMANCE 1 OCT 2009 TO 30 SEPT 2010 CLIN0004: QUARTERLY MAINTENANCE INSPECTION IN ACCORDANCE WITH (IAW) PERFORMANCE WORK STATEMENT. INCLUDES: PERFORM INSPECTION OF FAN BELTS, HOUSINGS AND FOUNDATION ON A QUARTERLY BASIS. PERIOD OF PERFORMANCE 1 OCT 2009 TO 30 SEPT 2010 CLIN0005: QUARTERLY PREVENTATIVE MAINTENANCE IN ACCORDANCE WITH (IAW) PERFORMANCE WORK STATEMENT. INCLUDES: MAINTENANCE INSPECTION, PERFORM INSPECTION ON CONTROL AND ELECTRICAL SYSTEM ON A QUARTERLY BASIS. PERIOD OF PERFORMANCE 1 OCT 2009 TO 30 SEPT 2010. PERFORMANCE WORK STATEMENT 46th MXS Corrosion Control Facility Paint Booth Insert Bldg # 72 (Aircraft Paint Booth) Section 1 GENERAL 1. SCOPE OF WORK: The service provider shall supply equipment, tools, personnel, training, and technical support necessary to maintain a preventive and predictive maintenance program to ensure this facility maintains an acceptable level of operational readiness. The service provider shall ensure work, services, and operations are in compliance with local, state, and federal laws and regulations. Additionally, the service provider shall comply with security and environmental requirements applicable to the state of Florida and Eglin Air Force Base. 1.1. SPECIFIC TASKS: The service Provider shall complete Vibration Analysis, Evaluate and repair as needed the Exhaust System Components, Controls and Electrical System to include the Electrical Motors, Soft Starts, Fan Motor Housing and Air Make-up Units (AMU) and all related components. The service provider will submit written analysis reports for all items inspected or repaired. The service provider shall accomplish applicable tasks in accordance manufacturer's recommendations. 1.1.1. ANALYSIS REPORTS 1.1.1.1 The service provider shall provide monthly preventative analysis reports to the 46 MXG Contract Management Office. The report will include the following: A. Verification of all items inspected. B. Identify any safety hazards which may require immediate attention. C. Specifically identify all deficiencies and recommended corrective action. D. Provide cost estimates for any unscheduled maintenance to government personnel. 1.1.2. Vibration Analysis, Infrared Thermography and Motor Control center 1.1.2.1. The service provider shall perform vibration analysis on a monthly basis, Infrared Thermography of soft start and loose wiring on a 3 month (quarterly) basis and Motor Control Center (MCC) inspection and cleaning on an annual basis. This will include installation or services of soft start equipment. 1.1.3. EXHAUST SYSTEMS 1.1.3.1. The service provider shall inspect and repair as needed the fan belts, housing, and foundation on a 3 month (quarterly) basis. 1.1.3.2. The service provider shall inspect fans for bearing wear, motors and sheaves for any physical damage, and motor mounts for security on a 3 month (quarterly) basis. 1.1.3.3. The service provider shall ensure sheave alignment is maintained, exhaust manometers are functioning properly, all damper actuators are functioning properly, and carbon beds are filed such that air is not going over the top of carbon on a 3 month (quarterly) basis. 1.1.4. CONTROLS AND ELECTRICAL SYSTEM 1.1.4.1. The service provider shall ensure all control panel switches are functioning properly, soft start ramp is functioning properly on all motors, filter warnings are functioning properly, and intake filter door is operational on a 3 month (quarterly) basis. 1.1.4.2. The service provider shall inspect control panel wiring integrity, amp draws on all motors and verify they are within the motor rated limits, motor control center for any damage, and filter door for damage and electrical integrity on a 3 month (quarterly) basis. 1.2. GENERAL REQUIREMENTS: The service provider will accomplish the following general requirements. 1.2.1. ADDITIONAL MAINTENANCE 1.2.2.1. The service provider shall complete all non-scheduled maintenance required to maintain operational readiness. All maintenance not associated with the preventive maintenance program (i.e. component replacement due to component failure) will be approved by a government representative and invoiced under the Miscellaneous; Non-Scheduled Maintenance Contract Line Item Number (CLIN). Upon notification, the service provider shall be required to respond within a 48 hour period due to catastrophic failure of any component. 1.2.2. PARTS AND MATERAILS 1.2.2.2. The service provider shall order and procure all parts and materials needed to perform the preventive maintenance program. Any materials required to maintain operational readiness not included in the program will be invoiced under the Parts and Materials CLIN. 1.2.3. MAINTENANCE SCHEDULE 1.2.3.1. The service provider shall provide the government with a preventive maintenance schedule each quarter. This will allow the government to coordinate facility downtime and schedule accordingly. The schedule will include date, time, and number of personnel required during the visit. 1.3. SECURITY REQUIREMENTS: The service provider shall accomplish a visitor's support agreement through contracting and Security Forces prior to accessing Eglin Air Force Base. The service provider will not be allowed to enter any restricted areas unescorted. The service provider will ensure that all vehicles operated as part of this requirement fully comply with all U.S. Air Force, Eglin Air Force Base, traffic rules, laws, and regulations. 1.4. FREQUENCY OF TASK: The Preventive Maintenance Program will be in operation for a minimum of Six Months. If the contracted operation reverts to in-house operations, the service provider shall cooperate with government personnel to ensure an orderly change over. In the event a follow-on contract is awarded to other than the incumbent, the incumbent service provider shall cooperate to the extent required to permit an orderly transition to the new service provider. Section 2 DEFINITIONS 2.1. VIBRATION ANALYSIS: The process of monitoring the condition of equipment, and the diagnosis of faults in equipment through the measurement and analysis of vibration within that equipment. 2.2. INFARED THERMOGRAPHY: A process of using infrared imaging to measure thermal energy. 2.3. OPERATIONAL READINESS: The effort to keep no less than three of four left side motors and three of four right side motors and related components operational at all times. Section 3 GOVERNMENT FURNISHED FACILITIES 3.1. FACILITY ACCESS: The requirement will be conducted within the 46th MXS Corrosion Control Facility located at Building 72, 309 Choctawhatchee Ave Eglin Air Force Base, Florida. The Corrosion Control Supervisor will provide access to the Corrosion Control facility based on notification from the service provider of date and time access is required. Section 4 OPTION YEARS 4.1. This contract shall be effective from October 1, 2009 until September 30, 2010. The Government reserves that right to extend this contract one additional year if required. The subsequent option year shall be from October 1, 2010 until September 30, 2011. (End of Performance Work Statement) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-33 Effective as of 15 June 2009. • FAR 52.204-7, Central Contractor Registration; • FAR 52.212-1, Instructions to Offerors -¬¬ Commercial Items; • FAR 52.212-2, Evaluation -Commercial Items. Evaluation will be based on the following factors: price and technical (capability of item offered to meet the government's needs); • FAR 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I (Effective January 1, 2005, in accordance with FAC 2001-26, offerors are required to provide representations and certifications electronically via the BPN website http://www.bpn.gov); • FAR 52.212-4 Contract Terms and Conditions - Commercial Items; • FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: • 52.233-3, Protest After Award; • 52.233-4, Applicable Law for Breach of Contract Claim; • 52.222-3, Convict Labor; • 52.222-19 Child Labor - Cooperation With Authorities and Remedies; • 52.222-21, Prohibition of Segregated Facilities; • 52.222-26, Equal Opportunity; • 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • 52.222-36, Affirmative Action for Workers With Disabilities; • 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • 52.225-13, Restrictions on Certain Foreign Purchases • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration • 52.217-9 Option to Extend the Terms of the Contract • 52.219-28, Post-Award Small Business Program Representation • 52.247-34, F.O.B Destination; • 52.252-2, Clauses Incorporated by Reference (Feb 98), which reads as follows: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause); • DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: • DFARS 252.225-7036 Alt I, Buy American Act - Free Trade Agreements - Balance of Payments Program • DFARS 252.232-7003, Electronic Submission of Payment Requests; • DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received no later than 4:00 P.M., Central Standard Time on 7 July 2009. The quote format is at the discretion of the offeror. Send all responses by email to Carnell James at carnell.james@eglin.af.mil or by facsimile to (850) 882-1680. Penny Daniels will be the alternate POC for this contract; contact by email at penny.daniels@eglin.af.mil or by phone at (850) 882-0253.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T0CW9163AQ01/listing.html)
- Record
- SN01859274-W 20090629/090627233336-903b66dd013fa0cbdc6f6903ecfb789f (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 |