SOLICITATION NOTICE
49 -- Heller Oven Upgrade - Product Description
- Notice Date
- 6/19/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333994
— Industrial Process Furnace and Oven Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- F3QCCM7135A001
- Archive Date
- 6/27/2017
- Point of Contact
- Stewart Jenkins, Phone: 478-926-9040
- E-Mail Address
-
stewart.jenkins@us.af.mil
(stewart.jenkins@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sole Source Justification Product Description PURCHASE DESCRIPTION For HELLER OVEN UPGRADE AND REPAIR 9 May 2017 •1.0. DESCRIPTION : The Contractor shall provide all materials, parts and labor necessary to the repair and upgrade of the Heller model 1706EXL oven controller from HC1 to HC2 to the 402d Electronics Maintenance Group (EMXG), Robins Air Force Base. •1.1 The contractor shall provide the following items for the upgrade to the Heller Oven Model 1706EXL: QTY PART NUMBER DESCRIPTION 2 SPL- HC1 to HC2 Upgrade Kit 1 5362 Thermocouple Digitizer Module (TDM) 1 5336 Computer Mini Tower IBM •1.2 The contractor shall provide the manufacturer's standard warranty beginning on the date of acceptance of all items. •1.3 The contractor shall provide installation of the upgrade kit within 30 days after the contract is awarded. •2.0 DELIVERY: The Contractor shall provide delivery to the following address : Attn.: Patty Causey 402 EMXG/MXDEB 635 Tech Rd., Bldg. 639 Robins AFB, GA 31098 (478) 926-9473 Patty.causey@us.af.mil 3.0 GENERAL INFORMATION 3.1 Place of Performance. The work shall be performed in building 640 room 1026-01at Robins AFB, Georgia. The Government will escort the Contractor at all times while the Contractor is working on Robins AFB. 3.2 Hours of Operation. The Contractor's work hours on Robins AFB shall be from 6:00 am to 4:30 pm (EST), Monday through Friday. Working any hours outside of this period shall be coordinated with the Government Representative and approved by the Contracting Officer. 3.3 Holidays and other Non-Work Periods. Contractor personnel shall observe Federal holidays and closings, such as energy conservation days in accordance with the guidance provided for the WR-ALC civilian populace. 4.0 Security Requirements. 4.1 Security Clearance. The Contractor shall ensure Contractor personnel have a valid security clearance appropriate to the access required for proper accomplishment of contract requirements. Contractor personnel shall not be authorized access to classified and/or sensitive, but unclassified, information and/or materials or be permitted to work on classified and/or sensitive, but unclassified, projects and/or programs without a proper security clearance and a need-to-know. Contractor personnel whose clearances have been suspended or revoked shall immediately be denied access to classified and/or sensitive, but unclassified, information. 4.2 Access to Government Systems. The Contractor will not require or be provided access to the base network or any Government Automated Information System. 4.3 Access to Government Facilities. The Government Representative will ensure that Government personnel escort the Contractor at all times while the Contractor is on Robins AFB. The Air Force has mandated visitors, to include all non-DOD cardholders, to consent to a check of their criminal history prior to being allowed access to installations. The check is similar to a driver's license check and is conducted at the Visitor Control Center located by the Main Gate to the base. 4.4 Operations Security (OPSEC). The Contractor shall ensure compliance with OPSEC requirements including procedures to protect classified and/or sensitive, but unclassified, Government projects and/or programs. The Contractor shall ensure Contractor personnel who perform work at Robins AFB or another Government facility comply with the OPSEC procedures of the facility. 4.5 Security Incident or Violation. The Contractor shall immediately notify the Government Security Office of any potential or actual security incidents or violations including potential or actual unauthorized disclosure or compromise of classified and/or sensitive, but unclassified, information. 4.6 Safety Requirements. The Contractor shall be responsible for the safety and health of all Contractor employees. 4.6.1 Contractor Safety & Health Plan and Program. The Contractor shall establish and maintain a safety and health program detailed in a written Contractor's Safety and Health Plan tailored to this contract. This plan shall address the requirements established in Appendix C (Industrial Safety and Health Requirements). No more than two (2) Class C mishaps per contract year and Zero (0) Class A or B mishaps will be tolerated. The Contractor shall notify the cognizant safety office of any revisions made to its safety and health plan after contract award. All changes to the plan must also be submitted in writing and approved by the cognizant Government safety office. (CDRL A001, Contractor's Standard Operating Procedures - Safety Plan, DI- MGMT-81580). 4.6.2 The Contractor shall notify the WR-ALC Safety Office by telephone at 478)-926-1708 during duty hours and (478)-926-3567 after hours, within four (4) hours after initial notification of all mishaps or incidents for damage to DoD property (material plus labor) entrusted by this contract and employee injuries as a result of the contract operation. A follow-up (written or e-mail) of this mishap/incident notification shall be sent within three calendar days to the Government POC, the Procurement Contracting Officer (PCO) or the Administrative Contracting Officer (ACO), who will forward it to the Safety Office. The information that is not available at the time of the initial notification shall be provided within 20 calendar days after the mishap. Mishap notification shall contain, as a minimum, the following information: a. Contract, Contract Number, Name and Title of Person(s) Reporting b. Date, Time and exact location of accident/incident c. Brief Narrative of accident/incident (Events leading to accident/incident) d. Cause of accident/incident, if known e. Estimated cost of accident/incident (material and labor to repair/replace) f. Impound Authority Name and Phone Number (as applicable) g. Nomenclature of equipment and personnel involved in accident/incident h. Corrective actions (taken or proposed) i. Other pertinent information CDRL A002, Accident/Incident Report, DI-SAFT-81563 NOT 1). 4.7 Environmental Management System (EMS). Environmental Management Systems (EMS) Awareness Training: All contractor personnel working on Robins AFB who perform activities on the installation are required to complete Air Force-provided initial EMS Awareness Training. It is the responsibility of the Prime Contractor to ensure that all sub-contractors, vendors, and employees complete this training prior to beginning work on Robins AFB. Notification of training completion shall be sent to both the Robins AFB Contracting Officer (CO) to be maintained in the contract file and Environmental Management, 78 CEG/CEIE, (78ceg.cev.FrontOfc@us.af.mil) for tracking purposes. Failure to provide documentation of EMS Training may result in termination of the contract. EMS training is provided by Environmental Management at (478) 327-8104 or (478) 926-9645. Contractors have two options to satisfy the mandatory EMS Awareness Training requirement. Contractors that do not have a Common Access Card must exercise Option 2. •4.7.1 Option 1 (Preferred Option): The Air Force version of EMS Awareness Training is available through the Advanced Distributed Learning Service (ADLS) website: https://golearn.adls.af.mil/kc/rso/login/ADLS_login.asp. EMS Awareness Training is located under the Miscellaneous tab. This option is only available to contractors who have a CAC and takes approximately 10 minutes to complete. •4.7.2 Option 2: Contractor requests a copy of the Robins EMS Awareness Training Power Point Presentation from Environmental Management. The request should be sent to the Environment Management Workflow Box at the following email address, 78ceg.cev.FrontOfc@us.af.mil. Once the presentation is received, the contractor is responsible for ensuring that all his/her employees view the training 4.8 Green Procurement Program (GPP). The Contractor shall comply with the Green Procurement Program in accordance with Federal (EO 13423) and DoD and AF (GPP) policy. Green Procurement is the purchase of environmentally preferable products and services. These products are preferred because they conserve resources, create less pollution and waste, or eliminate health and safety risks. The Green Procurement Program (GPP) includes these mandatory components: •1) Recycled content products, also known as Comprehensive Procurement Guideline (CPG) Items http://www.epa.gov/cpg/products.htm •2) Energy Star® and energy-efficient products; energy efficient standby power devices http://www.eere.energy.gov/ •3) Bio-based products http://www.biobased.oce.usda.gov/fb4p/ Non-ozone depleting substances http://www.epa.gov/ozone/snap/lists/index.html
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3QCCM7135A001/listing.html)
- Place of Performance
- Address: Robins AFB, Georgia, 31098, United States
- Zip Code: 31098
- Zip Code: 31098
- Record
- SN04549197-W 20170621/170619234747-5e9e3f4be0f5a41d77112671757a0c82 (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 |