MODIFICATION
J -- Resident Mechanic
- Notice Date
- 4/23/2012
- Notice Type
- Modification/Amendment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for North Carolina, 4201 Reedy Creek Road, Raleigh, North Carolina, 27607-6412
- ZIP Code
- 27607-6412
- Solicitation Number
- W9124212T1450006
- Archive Date
- 5/10/2012
- Point of Contact
- Christopher L. Amburn, Phone: 7043914207
- E-Mail Address
-
christopher.amburn@ang.af.mil
(christopher.amburn@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- STATEMENT OF WORK (SOW) RESIDENT MECHANIC This statement of work (SOW) contains a recommended format for contracting a resident mechanic for services associated with Joint Task Force (JTF) Summit, Mt. Hope, WV. It may be used by all persons and organizations that prepare, use, award, and administer these contracts. The standards describe the minimum acceptable standards for the resident mechanic and services rendered. When local conditions dictate, modifications should seek the highest standards attainable at a reasonable price. 1 GENERAL 1.1 SCOPE OF WORK: The contractor shall provide (one) resident mechanic for 40 Hour work week, with all equipment, tools, materials supervision, and other items necessary to perform master mechanic services as defined in this SOW for JTF Summit. For the period of April 26th to Sep 29th 2012. The on site work schedule is 8:00 AM to 4:30 PM with a half hour lunch period. The organization shall perform to the standards in this contract. 1.2 QUALITY CONTROL: The contractor shall establish and maintain a complete quality control program for the performance requirements of this contract. 2 DEFINITIONS 2.1 Equipment: Miscellaneous tools, resources and vehicles to be utilized by the resident mechanic to ascertain and resolve heavy equipment faults. 2.2 Resident Mechanic: Contractor representative on-site for troubleshooting equipment deficiencies, faults and failures. Additionally, provide instruction and training to military field mechanics. See attachment for list of equipment to be maintained and used for training. 2.3 Schematics: a graphic diagram representing system characteristics, demographics and flow. 3 CONTRACTOR FURNISHED ITEMS AND SERVICES 3.1 GENERAL: The contractor shall provide all the equipment and labor required to perform this statement of work. 3.2 MINIMUM QUALITY STANDARDS: 3.3 VEHICLES: The contractor shall provide any and all vehicles necessary to fulfill the requirements of this contract. 3.4 All vehicles shall be operated in accordance with project site traffic regulations. 3.5 EQUIPMENT: The contractor shall provide all associated hydraulic, electrical, mechanical and pneumatic equipment necessary to fulfill the requirements of this contract. 4 SPECIFIC TASKS: The following identifies, but is not limited to specific tasks for the Resident Mechanic: 4.1 Assembling electrical circuits and using a Digital Multi-Meter (DMM) to measure electrical circuits. 4.2 Identifying basic components and applying Ohm's Law 4.3 Identifying and servicing connectors 4.4 Diagnosing basic circuit faults in a faulty harness 4.5 Navigating and interpreting schematics 4.6 Successfully flashing an Electronic Control Module (ECM) using Electronic Technician (ET) 4.7 Identifying inputs and outputs and measuring their signals 4.8 Explaining/demonstrating pull-up voltage and its function in a circuit 4.9 Using service resources to troubleshoot diagnostic codes 4.10 Using service resources to correctly diagnose battery, starter, and alternator faults 4.11 Troubleshoot and repair heavy construction equipment electrical/electronic, fuel, hydraulic, mechanical, and drive train systems/subsystems. 4.12 Effective communicator in oral and written formats 4.13 Conduct On-The-Job (OJT) training evolutions to senior and junior military mechanics 52.204-7, Central Contractor Registration; 52.211-6, Brand Name or Equal; 52.215-5, Facsimile Proposals; 52.219-1, Alt I, Small Business Program Representations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions and Contract Clauses (http://farsite.hill.af.mil); 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil); 52.253-1, Computer Generated Forms 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, Central Contractor Registration; 252.204-7006, Billing Instructions; 252.211-7003, Item Identification and Valuation; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (DEVIATION); 252-225-7002, Qualifying Country Sources as Subcontractors; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings; 252.225-7035 Alt I, Buy American Act - Free Trade Agreements - Balance of Payments Program Certificate; 252.225-7036 Alt I, Buy American Act - Free Trade Agreements - Balance of Payments Program; 252.232-7003, Electronic Submission of Payment requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.247-7023 Alt III, Transportation of Supplies Sea. The contracting officer will award to the offeror whose offer represents best overall value to the Government, which may or may not be the lowest priced offer. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Technical capability will be rated as pass or fail. Quotes must provide information on price, delivery, Tax ID number, Cage Code and DUNS number. Additionally, your company must be registered in the CCR System as well as registered and have completed the online Reps and Certs at the following website: http://orca.bpn.gov. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the FedBizOps (https://www.fbo.gov) web site. They will be contained in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than 22 April 2012. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XV) Quotes will be due to the 145th AW Base Contracting Office 4930 Minuteman Way Charlotte NC 28208, by 24 April 2012, 12:00 a.m. eastern standard time. Email quotes will be accepted at thomas.kurtz.1@ang.af.mil Quotes may also be faxed to 704-391-4309. Emailed quotes are the preferred method.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA31/W9124212T1450006/listing.html)
- Place of Performance
- Address: JTF Summit, Mt Hope, West Virginia, 25880, United States
- Zip Code: 25880
- Zip Code: 25880
- Record
- SN02729004-W 20120425/120423235455-899251da5288cf2ff2114c0d20a866a9 (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 |