Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2002 FBO #0297
SOLICITATION NOTICE

J -- MAINTENANCE OF DCM MANUFACTURED HEPA VACS

Notice Date
9/23/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
F09650-02-Q-0112
 
Response Due
9/29/2002
 
Archive Date
10/14/2002
 
Point of Contact
Joy Carroll, Contract Specialist, Phone (478)926-5215, Fax (478)926-3590,
 
E-Mail Address
Joy.Carroll@robins.af.mil
 
Description
SOLICITATION # F09650-02-Q-0112 CONTRACTING OFFICE: WRALC/PKOS 235 BYRON ST ROBINS AFB GA 31098-1611 POINT OF CONTACT: JOY E. CARROLL/ (478) 926-5215 or fax at (478) 926-3590 e-mail at Joy.Carroll@robins.af.mil BUYER CODE: V3X PURCHASE REQUEST # F6TIPP21430100 SOURCE OF SUPPLY: DCM Clean Air Products, Inc All qualified sources interested in this requirement should submit proposals to the above point of contact. DESCRIPTION OF REQUIREMENT: Annual maintenance for HEPA Vacs IAW SOW for TINPL at Robins AFB, GA. Basic period of performance is one year. There will be 4 annual option periods as well. Line Item 0001 12 Months $___________/MO $________________ Total Annual preventive maintenance for HEPA Vacs IAW SOW for 110 units located in Bldgs 110, 140, 169, 180, 255, 350, 603, and 670 at Robins AFB GA. Preventive maintenance includes lubricating, cleaning, changing filters, performing tests, and making corrective adjustments as necessary per manufacturer?s service manuals. Disassembly will be required to permit adequate inspection, cleaning, trouble-shooting, lubricating, repair, filter replacement, and other maintenance required. Line Item 0002 1 Lot (To Be Determined at Time of Award) Cost reimbursable line item for parts and material PERIOD OF PERFORMANCE: 01 Oct 02 ? 30 Sep 03 FOB: Destination Line Item 1001 12 Months $___________/MO $________________ Total Same as CLIN 0001 Line Item 1002 1 Lot (To Be Determined at Time of Option) Cost reimbursable line item for parts and material PERIOD OF PERFORMANCE: 01 Oct 03 ? 30 Sep 04 FOB: Destination Line Item 2001 12 Months $___________/MO $________________ Total Same as CLIN 0001 Line Item 2002 1 Lot (To Be Determined at Time of Option) Cost reimbursable line item for parts and material PERIOD OF PERFORMANCE: 01 Oct 04 ? 30 Sep 05 FOB: Destination Line Item 3001 12 Months $___________/MO $________________ Total Same as CLIN 0001 Line Item 3002 1 Lot (To Be Determined at Time of Option) Cost reimbursable line item for parts and material PERIOD OF PERFORMANCE: 01 Oct 05 ? 30 Sep 06 FOB: Destination Line Item 4001 12 Months $___________/MO $________________ Total Same as CLIN 0001 Line Item 4002 1 Lot (To Be Determined at Time of Option) Cost reimbursable line item for parts and material PERIOD OF PERFORMANCE: 01 Oct 06 ? 30 Sep 07 FOB: Destination APPLICABLE STOCK NUMBER: N/A ANTICIPATED/ESTIMATED AWARD DATE: 29 Sep 02 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. PROPOSALS ARE DUE NOT LATER THAN 6 DAYS AFTER THE DATE OF THIS NOTICE. FAR CLAUSE 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS, APPLIES TO THIS ACQUISITION. FAR 52.217-8 OPTION TO EXTEND SERVICES, FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT, and FAR 52.232-18 AVAILABILITY OF FUNDS also apply. Requirement is subject to the Service Contract Act. Request interested parties, planning to submit a proposal, to call Ms Joy Carroll at (478) 926-5215 or fax at (478) 926-3590. STATEMENT OF WORK TINPL (Synopsized version. Contact contracting personnel for complete copy) 1. Scope: The purpose of this Statement of Work (SOW) is to provide contractual preventive maintenance requirement for the DCM vacuum equipment. These are commercial vacuum machines used for the collection of paint dust and particles removed from aircraft parts by vacu-sander/grinder operation. The contractor shall provide all labor, transportation, tools, and other items necessary to maintain and service this equipment. 2. Service: The contractor shall provide scheduled preventive maintenance (PM) service on: 6 gal electric vacuum machines (MN: EDP 50006); 5 gal air vacuum machines (MN: EDP 50120); 15 gal electric vacuum machines (MN: EDP 50015); and 15 gal air vacuum machines (MN: EDP 50170). There is a total of 96 vacuum machines. As a minimum, the maintenance and service schedule for the equipment shall be as follows and conform to the manufacturer?s instructions: Inspection: Twice a month the contractor technician shall completely inspect the equipment by visually looking at all components, both inside and outside. These components include, but are not limited to, the vacuum head, vacuum canister, filters, containment bags, and vacuum hoses. Clean: The vacuum equipment shall be thoroughly cleaned inside and outside. Removal and Replacement: The government will purchase the following consumable items and maintain them in a central supply area: Disposable Hazmat Containment Bags, HEPA Filter Covers, and Black Poly Liners. Upon the inspection, all components necessary to maintain the equipment at maximum efficiency will be removed and replaced as needed. Environmental Collection: All Hazmat bags and filters shall be safely removed and contained, then placed within a designated pick up area, provided by the government. The contractor shall dispose of contaminated filters and all items that have become contaminated by being in repair and preventative maintenance, such as rags, brushes, etc. The contaminants may include any of the following: Aluminum, Cadmium, Chromium, Lead, and Zinc Chromate. The contractor shall put all contaminated waste in government-furnished containers marked for hazardous material. The government will be responsible for proper disposal. Testing: The vacuum equipment shall be tested with a water lift gauge before and after inspection. The contractor shall conduct a functional test of the serviced item IAW the applicable manufacturer?s data to determine that the improper condition has been corrected. The contractor shall conduct an appropriate systems test IAW the manufacturer?s acceptance test procedure to insure good operating or serviceable condition. Log of Equipment Maintenance: The maintenance performed on the vacuum equipment shall be logged and identified per the following: Record Book, Maintenance, and Service Report. These logs will record information relating to the maintenance and service performed on each system. Upon completed inspection, copies of the new log entries shall be forwarded to the supervisor of each TIN shop and to the government POC. 3. Working Hours: The contractor shall perform required work during the following normal working hours and days: Monday through Friday from 7:30 AM to 4:15 PM except on recognized US federal holidays and period of base closures. The contractor may make arrangements with the government POC for working during other times if this is convenient for the government. 4. Manuals: All maintenance manuals and technical documentation presently on site required by the contractor in the performance of this contract will be furnished by the government and shall be retained on site. These technical documents shall be used by the contractor as the basis for all maintenance, repair, and testing. The government, however, is not responsible for the accuracy or completeness of vendor data. 5. Parts and Labor: The government will provide all parts and material and the contractor shall furnish test equipment, tools, and labor for preventive maintenance in order to comply with the requirements of this contract. Contractor shall notify the government POC when parts and materials are needed. 6. Personnel Qualifications: The contractor shall provide personnel to perform this work who are currently trained and qualified by the manufacturer?s certification to maintain the equipment specified in paragraph 2. 7. Quality Control: The contractor shall provide a self-inspection plan for on-site maintenance accomplished under the resultant contract. 8. Configuration Control: the contractor shall not make any change to the configuration of the system or its component equipment without the written authorization of the government.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/WRALC/F09650-02-Q-0112/listing.html)
 
Place of Performance
Address: WR-ALC/TIPPP Robins AFB GA
Zip Code: 31098
Country: USA
 
Record
SN00174307-F 20020925/020924073151 (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.