Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2002 FBO #0292
SOLICITATION NOTICE

J -- EFATS Fuel System Maintenance

Notice Date
9/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS, 3112 Broadway Ave, Unit 5B, Eielson AFB, AK, 99702-1887
 
ZIP Code
99702-1887
 
Solicitation Number
Reference-Number-FU859R21780200
 
Response Due
9/24/2002
 
Archive Date
10/9/2002
 
Point of Contact
Thomas Allman, Contract Admin, Phone 907-377-1123, Fax 307-377-2389, - Thomas Allman, Contract Admin, Phone 907-377-1123, Fax 307-377-2389,
 
E-Mail Address
thomas.allman@eielson.af.mil, thomas.allman@eielson.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Solicitation FU859R21780200 is hereby issued as a Request for Quote. This solicitation document and all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09. This acquisition is 100% set-aside for small businesses under NAICS code 811310, which has a small business size standard of $6.0 million. The requirement is IAW the following statement of work: STATEMENT OF WORK FOR INSPECTION AND SERVICING OF THE EXTERNAL AIRCRAFT FUEL TANK STORAGE SYSTEM (EAFTSS) AT EIELSON AFB ALASKA 1. INTRODUCTION The 354th MXS/LGMCF currently operates and maintains the EAFTSS system located on Eielson AFB, AK. The system consists of 3 storage lines with storage space for 36 tanks each (108 tanks total). The system must be operational 24 hours a day, 7 days a week, year round. To render the system fully operational in a reliable and safe working condition at all times, a comprehensive maintenance plan must be designed and followed, especially considering the severe climatic conditions in which the system is located. The contractor shall perform the following functions: 2. SCOPE OF WORK 2.1 Preventive Maintenance Preventive maintenance shall consist of equipment inspection, cleaning, lubricating, and performance of all other scheduled adjustments and repairs to the EAFTSS. Scheduled adjustments will include a detailed inspection of: a. Trolleys b. Chains c. Bearings d. Fasteners e. Welds f. Drive mechanism g. Take-up mechanism Scheduled repairs will include equipment overhaul of: a. Fasteners b. Paint c. Replace worn trolley wheels d. Worn trolley wheels e. Chain/Sprocket f. Gear box lubrication change g. Take-up - chain tension Preventive maintenance shall also include any repairs, adjustments, and replacement of components, which are necessary to keep all mechanical, hydraulic, electrical, and electronic systems in operational condition. The objective of preventive maintenance is to protect the operational capability of the system by detecting and correcting minor malfunctions before they become major repair items, disrupt operation, or become a safety hazard. Two maintenance visits will be required each year. One maintenance service visit should occur in early fall and the other should occur in early spring. 2.2 Emergency/Remedial Maintenance Emergency maintenance is the service rendered for the purpose of removing the cause of system downtime due to component or equipment failure or damage. Emergency maintenance is accomplished during normal working hours and at any time necessary to make the system operational. Remedial maintenance is also the service rendered for the purpose of removing the cause of the system downtime due to component or equipment failure to damage, but service shall be performed during normal working hours. Remedial maintenance is equivalent to emergency maintenance with the exception of urgency of the repair to make the system operational. 2.3 Routine Inspection/Maintenance Procedure This activity is performed by the government and consists of a weekly schedule of inspections and minor preventive maintenance tasks as outlined in a maintenance manual for the system. The contractor will provide technical assistance, and assistance in obtaining spare parts as required by the government maintenance crew at all times, while the contract is in effect. 3. PAYMENT SCHEDULE Invoicing for service performed shall consist of two categories based on type of services. One invoice will be for scheduled services according to the Maintenance Contract (items 2.1 and 2.3). The other category of invoicing will cover services or items added due to unscheduled events and replacement parts (item 2.2). 4. DURATION OF AGREEMENT The contract shall remain in effect for a period of four years, with negotiation of fees on an annual basis. Evaluation of offers will be performed on the basis of price. The following clauses and provisions are hereby incorporated by reference: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications -- Commercial Items; 52.212-3 (ALT III); 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items; 52.217-8 Option to Extend Service 52.217-9 Option to the Term of the Contract 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity;52.222-35, Equal Opportunity for 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; 52.222-41, Service Contract Act of 1965, as amended; 52.232-33, Payment by Electronic Funds Transfer - - Central Contractor Registration; 52.233-3, Protest After Award; 52.247-34, F.O.B. Destination; 52.253-1, Computer Generated Forms; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004, Required Central Contractor Registration; 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.225-7009, Duty Free Entry -- Qualifying Country Supplies (End Products and Components); 252.225-7036, Buy American - North American Free Trade Agreement; 252.225-7036, Alt I, Implementation Act - Balance of Payments Program; Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, along with its alternates I and III. Wage Determination # 94-2017 rev 27 applies to this procurement in full force and effect. Applicable employee class(es): Fuel Distrobution System Mechanic, Minimum wage rate $25.84. Submit signed and dated quotes to 354 CONS/LGCB, by Fax to (907) 377 - 2389, by email to thomas.allman@eielson.af.mil, or by mail to 3112 Broadway Ave Unit 5B, Eielson AFB AK 99702-3112. Quotes must be received no later than 1630 (4:30pm) AST, 24 Sep 2002 to be considered for award. If any information regarding the solicitation is required, please contact SSgt Thomas Allman in any of the above methods, or by telephone at (907) 377 - 1123. The Government reserves the right to award without discussions.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/PAF/354CONS/Reference-Number-FU859R21780200/listing.html)
 
Place of Performance
Address: Eielson AFB Alaska
Zip Code: 99702
Country: USA
 
Record
SN00170823-F 20020920/020918222238 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.