Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 11, 2024 SAM #8293
SPECIAL NOTICE

J -- Preventative and Emergent Maintenance for Aluminum Ion Vapor Disposition System (AVID)

Notice Date
8/9/2024 1:33:32 PM
 
Notice Type
Special Notice
 
NAICS
332812 — Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers
 
Contracting Office
FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
 
ZIP Code
20670
 
Solicitation Number
N6852024P0100
 
Response Due
8/14/2024 1:00:00 PM
 
Archive Date
08/29/2024
 
Point of Contact
Carolyn Powell
 
E-Mail Address
carolyn.a.powell.civ@us.navy.mil
(carolyn.a.powell.civ@us.navy.mil)
 
Description
Commander Fleet Readiness Center (COMFRC) Procurement Group (PG) Patuxent River, MD 20650 hereby gives notice of their intent to award a purchase order to Pregl Services INC to meet the requirement for Scheduled Semi-Annual Preventive Maintenance (PM), PM Personnel Training�Familiarization for AIVD Systems, and Emergent Repairs.� Pregl Services INC has restrictive data rights and proprietary licensing agreement to provide the required services on the Government owned AVID System.� This procurement will be made on a sole source basis in accordance with the Federal Acquisition Regulation {FAR) 13.106-l(b)(i), only one source reasonably available and no other supplies or services will satisfy agency requirements.� Fleet Readiness Center Southeast (FRCSE) located in Jacksonville Florida has a maintenance requirement for existing, Government owned AVID Systems.� For this reason, the government intends to procure these services on a sole source basis from the OEM.� THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, all responsible sources may submit a capability statement, which, if received by the Response Date in the General Information section of this notice, will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this requirement based upon responses received is solely within the discretion of the Government. Point of Contact for this requirement is Carolyn Powell, carolyn.a.powell.civ@us.navy.mil� Statement of Work (SOW): 1.0 SCOPE 1.1 Background.� The objective of this contract is to provide preventive and emergency maintenance Contractor support services for the two (2) Aluminum Ion Vapor Deposition (AIVD) systems. The AIVD systems repair and replace the metal that is lost and brings the part or component back to a Ready for Issue (RFI) condition. The FRCSE does not have the capacity or ability to perform the required maintenance to keep these systems maintained and ready to meet the fleet demand requests for these components and parts that need repairs. The FRCSE therefore requires assistance with the Preventive Maintenance and Emergent Repairs of these AIVD systems to ensure they are ready and available to apply the Aluminum coating as required when required. This contract will enable FRCSE to continue the production line and ensure the AIVD systems are repaired in a timely manner if they breakdown. 1.2 General.� This is a non-personal services contract to provide Contractor Support Services. The Government will not exercise any supervision or control over the contract service providers performing the services herein.� Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Preventive and Emergency maintenance on two (2) Aluminum Ion Vapor Deposition (AIVD) systems located at the Fleet Readiness Center Southeast (FRCSE), Naval Air Station (NAS) Jacksonville, Florida. 2.0 REQUIREMENT� ����� ������������2.1 This SOW includes all functions, tasks, and responsibilities normally performed by a Field Service Engineer.� The Contractor shall be responsible for providing preventive maintenance, emergency repairs (not covered under warranty), and AIVD Operating Systems training to Government personnel for the two Ion Vapor Deposition (IVD) Units systems. The AIVD specific systems: AIVD SYSTEMS PLANT ACCOUNT NUMBER Serial #41 65886-011434 Serial #BM1255 65886-014437 The Government will dispose of any debris and/or leftover materials upon completion of services. All work will be pre-scheduled and performed on-site. After each Preventive Maintenance (PM), an equipment self-test shall be conducted to ensure the systems can deposit Type I and Type II IVD Aluminum coating per specifications. Test acceptance must be completed in the presence of a Government Technical Representative (GTR). Contractor shall also provide Emergent Repair capability for both AIVD systems. The Contractor shall comply with all applicable laws and regulations, including but not limited to Federal Law, Florida State Law(s), Occupational Safety and Health Administration (OSHA) regulations, Navy, and installation regulations. 2.2 Scheduled Semi-Annual Preventive Maintenance shall include: Original Equipment Manufacturer (OEM) recommended PM inspection every 6 months or twice a year. This includes Poly Cold Units and include all parts, sealants, lubricants, oils, labor, and travel. PM Services shall also include inspection and maintenance of the following equipment: Pumping System: ����������� Mechanical Pump ����������� Vacuum Booster ����������� Diffusion Pump ����������� Holding Pump ����������� Cryogenic Pump ����������� Hi-Vac Valve ����������� Main Valve ����������� Roughing Valve ����������� Foreline Valve ����������� Holding Valve Chamber: ����������� Drive Feed ����������� Power Feed ����������� Nitrogen System ����������� Argon System ����������� Miscellaneous Ports Boat System: ����������� Electrode Common 1.1.3.2. Electrode Station 1 through 7 ����������� Water System ����������� Wire Feed Drives ����������� All insulators in chamber and accessory rack ����������� Remove and inspect Chamber Shields and Boat Shields ����������� Check for leaks ����������� Ensure the IVD units and all subcomponents are capable of high voltage Roughing Pump & Vacuum Booster Rebuild for Coater #1: ����������� Disassembly and Evaluation ����������� Reassembling and Installation of OEM Maintenance Kit ����������� New Oil Pump ����������� Oil�������� ����������� Testing and Helium Leak Detection Diffusion Pump: ����������� Swap for Coater #1: Diffusion Pump ����������� ����������� Coater #1 Diffusion Pump to be pulled and exchanged for rebuilt unit. Overhaul unit and replace seals and heaters. If additional repairs are required during the semiannual maintenance that are beyond the normal items that require replacement, contractor shall provide documentation identifying the problem, the type of repair required, to include cost of labor within five (5) business days. Contractor shall coordinate all findings and discrepancies with the GTR prior to leaving the site. 2.3 Emergency Services. Emergency repair service shall be provided as part of this contract and shall be as needed to diagnose and repair equipment breakdowns in the event an issue cannot be resolved by technical phone support and/or online support and occurs outside of scheduled PM visits. Emergency repair service shall have no more than a 24hr response via teleconference or online support.� If an on-site visit is required, the Contractor shall be required to be on-site within 3-5 calendar days.� All labor and travel shall be included in the price of emergency services and shall not be billed separately.� Based on historical data, it is anticipated that two (2) emergency maintenance visits may be needed per year. If the contractor identifies parts that require replacement during scheduled preventive or emergency maintenance inspections (other than normal preventative maintenance items- sealants, lubricants, oils), the contractor shall submit a written listing of these parts along with associated costs. ������������� 2.4 Preventive Maintenance Personnel Training and Familiarization: While aboard the installation during the PM contractor shall provide Two (2) 4-hour on-site training sessions held on consecutive days with operators or Plant services personnel up to four (4) government personnel. This training shall be performed prior to the preventive maintenance being performed on the units, and at the AIVD unit. 3.0 Government Furnished Items and Services. � 3.1 Equipment.� The Government will provide the following equipment to facilitate the vacuum leak check of the chamber. leak detector (AIVD ROOM) Sniffer. (AIVD ROOM) Any property shall be returned to its original condition, if applicable, prior to completion of this contract.� Contractor shall be responsible for any damages or loss of use due to their negligence.� � � � � � � � � � � � � � 3.2 Materials.� The Government will provide the Helium to perform Chamber Leak Test. 4.0 DELIVERABLES Shall be provided to TPOC�s. 4.1 After maintenance completion, written service reports for the AIVD units and their subcomponents. Service reports shall consist of dates of services, serial number of system, services performed, parts provided, and contractor employee�s point of contact information.� 4.2 Material Safety Data Sheets (MSDS) for all solvents, grease sealants, and lubricants utilized or incorporated in AIVD systems.� 5.0 PERIOD OF PERFORMANCE. The period of performance (PoP) shall be for one year.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d5d723a3eae547bfae90c4b560d7934a/view)
 
Place of Performance
Address: Jacksonville, FL 32212, USA
Zip Code: 32212
Country: USA
 
Record
SN07163833-F 20240811/240809230114 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.