SOLICITATION NOTICE
J -- Overhead Doors PM/RM
- Notice Date
- 10/15/2020 1:33:55 PM
- Notice Type
- Presolicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- FA8125 AFSC PZIMA TINKER AFB OK 73145-3303 USA
- ZIP Code
- 73145-3303
- Solicitation Number
- FA812521Q0002
- Response Due
- 10/19/2020 8:00:00 AM
- Archive Date
- 11/03/2020
- Point of Contact
- Shelli Simmons, Phone: (405) 734-4633, CARRIE L. BROWN, Phone: 4057347863, Fax: 4057341142
- E-Mail Address
-
shelli.simmons@us.af.mil, CARRIE.BROWN.8@US.AF.MIL
(shelli.simmons@us.af.mil, CARRIE.BROWN.8@US.AF.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- NO SOLICITATION AVAILABLE AT THIS TIME. THIS SYNOPSIS IS A PRE AWARD NOTIFICATION OF THE GOVERNMENT�S INTENT TO AWARD A COMPETITIVE CONTRACT. The Government intends to issue a 100% small business set aside solicitation for the Preventative & Remedial Maintenance and 24/7 Emergency Maintenance of (35) various motorized overhead and high speed doors. Upon issuance of the solicitation, all responsible small business sources may submit a bid, proposal or quotation which shall be considered by the agency. This notice of intent does not, in itself, represent the issuing of a formal request for proposal and is not intended to be taken as such. The awarded contract will be for a (1) year and (4) 1 year options, fixed price contract, not to exceed five years. The requirements set forth in this notice are defined per PR F3YCEB0239A102 as follows: The Contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation and inspection manuals necessary to perform the PM/RM and 24/7 Emergency Maintenance at the Oklahoma City�Air Logistics Complex (OC-ALC).� The equipment is listed in the Equipment List. The Contractor shall be responsible for insuring all services, parts and Original Equipment� Manufacturer (OEM) components provided under this contract are in accordance with ��� (IAW) the terms and conditions outlined herein, conform to the manufacturer�s equipment� specifications and this PWS. Applicable CLINs: CLIN X001: Preventative Maintenance- Base Year-Two (2) each PMs for 35 doors Preventative Maintenance for Various Doors Fixed Quantity: 70 CLIN X002: Remedial Maintenance- Base Year-Ten RM/Emergency Calls Remedial Maintenance for Various Doors Quantity: 10 Preventive Maintenance (PM): The objective of PM is to protect the equipment capability and investment by removing causes of failure, performing routine maintenance� and providing adjustment to compensate for normal wear before failure occurs.� The Contractor shall perform all PM�s IAW the OEM specifications.� The Contractor shall� perform two (2) PM�s per year on each item listed in the Equipment List.� The Contractor� shall submit a proposed PM schedule to GPOC Government Point of Contact (GPOC) for review and approval within ten (10) business days after contract award. The Government� will provide a copy of the current PM schedule to assist the contractor in developing the �� schedule. The Contractor shall notify the GPOC seven (7) business days prior to each scheduled PM visit. Remedial Maintenance (RM):� �RM is defined as unscheduled work requirements which are not otherwise defined in this PWS.� RM includes the evaluation, troubleshooting and diagnosis of equipment to isolate the source of a malfunction. 24-Hour Emergency Response: The Contractor shall be available On-call at all times, i.e. 24�hours a day, seven days a week, 365 days a year including weekends and holidays. All Routine Trouble Calls shall be completed within seven (7) working days of receipt except for situations that adversely affect the work environment, which shall be completed within four (4) hours. If delays are encountered, the GPOC shall approve any completion time extension request via email. Extension requests may be necessary due to material issues. Routine trouble calls shall normally be accomplished during regular working hours, 0600- 1700, Monday through Friday. For Urgent Trouble Calls, the Contractor shall be on the job site and working within one (1) hour after receipt of the call during duty hours and ����������� during non-duty hours shall be on the job site and working within 2 hours. The Contractor shall work continuously to correct the problem so Government activities may continue/resume. Delivery is not required as this is a services requirement for CLIN�s: 0001, 1001, 2001, 3001, 4001: Qty (70) ea. and CLIN�s 1002, 2002, 3002, & 4002: Qty (10) ea. to be performed IAW the PWS. � The Contractor shall service all items described above to: F3YCEB, Services Surveillance Team , (405) 734-2692, OCALC.OBCB.Services.surveillanc@us.af.mil OMBUDSMAN (AUG) (An Ombudsman has been appointed to hear concerns from offerors or potential offeror�s during the proposal development phase of this acquisition.) The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at 405-736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Electronic procedures will be used for this solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/05bf0becda444b5e82a1bfed70059350/view)
- Place of Performance
- Address: Tinker AFB, OK 73145, USA
- Zip Code: 73145
- Country: USA
- Zip Code: 73145
- Record
- SN05828200-F 20201017/201015230135 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |