Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2003 FBO #0455
SOLICITATION NOTICE

J -- Preventive and Remedial Maintenance on Metal Embossing Machines

Notice Date
2/28/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker AFB OC-ALC - (Base Contracting), OC-ALC/PKO 7858 5th Street Ste 1, Tinker AFB, OK, 73145-9106
 
ZIP Code
73145-9106
 
Solicitation Number
F7MADW3008-0400
 
Response Due
3/21/2003
 
Archive Date
4/5/2003
 
Point of Contact
Bettye Brown, Contract Negotiator, Phone (405) 739-4286, Fax (405) 739-7422, - Bettye Brown, Contract Negotiator, Phone (405) 739-4286, Fax (405) 739-7422,
 
E-Mail Address
bettye.brown@tinker.af.mil, bettye.brown@tinker.af.mil
 
Description
Description: This is a combined Solicitation/Synopsis in accordance with Federal Acquisition Regulation (FAR), Part 12, Commercial Practices. Services Non-Personal: The Contractor shall provide all labor, tools, parts, materials, equipment, transportation, and any other incidentals necessary to provide Preventive and Remedial Maintenance for eleven (11) each MAE?s Data Card Metal Tag Embossing Machines (Appendix A), located in Bldg 3001, Tinker AFB OK, in accordance with manufacturer?s specifications and this Statement of Work (SOW) and Appendix C. A Firm-Fixed Price contract is contemplated IAW FAR, Part 12. One award will be made under this solicitation. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether future procurements will be competitive. Award will be based on initial response(s). However, the Government reserves the right to enter into an exchange with a contractor for the purpose of clarifications of a response. The resultant single award will be made to the offeror who is deemed responsible in accordance with the Federal Acquisition Regulation (FAR) Part 9, as supplemented, whose proposal conforms to the solicitations requirements. Point of contact is Bettye Brown, 405-739-4286, FAX 405-739-7422, or email at Bettye.Brown@tinker.af.mil. Anticipated award date is 21 Mar 03. All quotes must be submitted by 14 Mar 2003, 12:00 PM Central Time. Late proposals WILL NOT be considered for award. STATEMENT OF WORK FOR PREVENTIVE & REMEDIAL MAINTENANCE SERVICES METAL TAG EMBOSSING MACHINES PREPARED BY: OC-ALC/MADWRS TINKER AFB OK JANUARY 2003 1. DESCRIPTION OF SERVICES. 1.1. The contractor shall provide all labor, material, parts, tools, equipment, transportation and other incidentals to provide Preventive and Remedial Maintenance for eleven (11) each MAE?s Data Card Metal Tag Embossing Machines (Appendix A), located in Bldg 3001, Tinker AFB OK, in accordance with manufacturer's specifications and this Statement of Work (SOW). 1.2. Preventive Maintenance (PM). The contractor shall as a minimum perform two (2) PM?s per year or follow manufacturer?s specifications for performing scheduled PMs. 1.3. Troubleshooting Via Telephone. The contractor shall respond to the authorized government representative's request for troubleshooting (problem solving) assistance via the telephone, within 2 hours or less after notification of a problem. If after 24 clock hours of working with the government representative without resolution of the problem, the contractor's representative shall travel to Tinker AFB OK, arriving no later than 48 clock hours after termination of attempted problem resolution. 1.4. Remedial Maintenance (RM). The contractor shall evaluate, troubleshoot, and diagnose equipment to isolate the source of the malfunction. The contractor shall repair the equipment to ensure optimal performance IAW manufacturer's specifications. 1.5. Service Report. The contractor shall provide the authorized government representative a service report following each repair service. The following minimum information: Name of Company, Service Date, Service(s) Performed, and Additional Services Needed (if any), Name of Technician, Completion Date, etc. 2. SERVICE DELIVERY SUMMARY. Performance Objective SOW Para Performance Threshold Preventive Maintenance IAW Manufacture?s Specifications. 1.2. Minimum of two (2) PM?s per year or follow manufacture?s specifications. Remedial Maintenance. Evaluate, troubleshoot, diagnose and repair to serviceable condition. 1.4. Interim repairs for optimal operation of the item for purpose intended. 3. GOVERNMENT-FURNISHED PROPERTY AND SERVICES. 3.1. Facilities. Government will furnish access to the equipment, existing working space around the equipment, and existing utilities in the immediate work area. 4. GENERAL INFORMATION. 4.1. Government Acceptance: Designated government personnel will accomplish inspection and acceptance of services performed based on Performance Objectives and Performance Thresholds set forth in Paragraph 2 of the SOW. 4.2. Hours of Operation. The contractor shall perform services Monday through Friday, 6:30 a.m. until 3:15 p.m., excluding Federal Holidays, unless otherwise directed by the Contracting Officer. 4.2.1. Federal Holidays. New Year?s Day, Martin Luther King?s Birthday, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans? Day, Thanksgiving, and Christmas. If the holiday falls on a Saturday, it is observed on Friday. If the holiday falls on Sunday, it is observed on Monday. 4.3. Parts/material. Parts and materials furnished shall consist of new original factory and replacement only. Parts overhauled/repaired to a like new condition or remanufactured parts consistent with manufacturer's recommendations may be used only upon approval of the Contracting Officer. 4.4. Shipment. When necessary to ship/transport units or parts to the government, the contractor shall assume responsibility for packing and shipment/transporting to the government, FOB Tinker AFB OK. All shipments shall be sent the most expedient, traceable method. Ship to: OC-ALC/MADWRS Attn: Debbie Smith PO# Bldg 3772 Tinker AFB OK 73145 4.5. Safety. The contractor shall obey all safety cautions posted in the shop work area and comply with the requirements of the attached Safety Appendix C. 4.6. Tool Control. While performing contract services in or around Maintenance Production Shop areas at Tinker AFB OK, the contractor shall comply with the intent of Tinker AFB?s Tool Control Program. 4.6.1. As a minimum, the contractor shall maintain a tool inventory checklist of all tools taken to the work site on Tinker AFB OK. 4.6.2. The contractor shall account for every tool on their tool inventory checklist at the beginning and end of each day they are working on site at Tinker AFB OK and at the end of each job. 4.6.3. The contractor shall secure all tools located at the work site when the contractor is not in the immediate area. No tools shall be left unattended/unsecured at any time. 4.6.4. The contractor shall make the tool inventory checklist and tools available for random inspection by authorized government representatives. 4.7. Foreign Object Damage (FOD) and Dropped Object Damage (DO) Prevention Programs. While performing contract services at Tinker AFB OK, the contractor shall comply with the intent of Tinker AFB?s Foreign Object Damage (FOD) and Dropped Object Damage (DO) Awareness Prevention Programs. 4.7.1. The contractor shall practice good housekeeping at all times in all areas. Properly dispose of waste and excess material. Ensure all tools, equipment, material, and hardware are accounted for at the end of each task, and at the end of each shift. Remove metal insignias/badges, watches, rings, chains, and other jewelry that could be dropped or become loose. 4.7.2. The designated government representative will ensure FOD/DO awareness and prevention is briefed to the contractor prior to the contractor starting work in FOD critical areas. 4.8. Mandatory Provision. Performance of Services During Crisis Declared by the National Command Authority or Overseas Combatant Commander. In a state of an emergency, if the government deems it necessary the contractor shalll provide all services necessary to ensure mission accomplishment. On occasion, services may be required to support an activation or exercise of contingency plans outside the normal duty hours described above. The contractor?s responsibilities for emergency support are described in the SOW. 4.9. Quality Control. The contractor shall develop, submit for contracting office acceptance, A Quality Control Plan (QCP). The written QCP is required when proposals are submitted. The QCP shall be maintained; and the QCP shall ensure the requirements of this contract are performed in accordance with established standards. The contractor shall develop and implement procedures to identify, prevent and ensure non-recurrence of defective services. As a minimum the contractor shall develop quality control procedures addressing the areas identified in the Service Delivery Summary. The contractor shall make appropriate modifications (at no additional costs to the government) and obtain acceptance of the plan by the CO. The Air Force shall reserve the right to determine contractor QCPs unacceptable at any time during contract performance. If a QCP is found to be unacceptable, the contractor shall be notified and the CO will take action to enforce the Inspection of Services clause requiring an inspection system acceptable to the government. 4.10. Security Requirements/Identification Badges. The contract manager or alternate shall complete a ?Request for Identification Credential (AFMC Form 496) for each employee of the contractor requiring access to Tinker Air Force Base. The request shall be submitted to Pass and Registration (Bldg. 590). The government will provide a complete ?Identification Credential? (AFMC Form 387), which shall be issued, displayed and surrendered as directed in TAFBI 31-101, Installation Security Program. The contractor shall ensure that all employees have the proper identification credentials prior to entering TAFB. 4.11. Quality Assurance. According to the Inspection of Services Clause, the government will evaluate the contractor?s performance under this contract. The identification of the QAP, with a brief resume of their duties and authority will be promptly furnished to the successful bidder/offeror. 4.11.1. The government representative will evaluate the contractor?s performance through inspections. The government representatives may inspect each task as completed or increase number of quality assurance inspection if deemed appropriate because of repeated failures discovered during quality assurance inspection or because of repeated customer complaints. Likewise, the government may decrease the number of quality assurance inspections if performance dictates. 4.11.2. When an observation indicates defective performance, the Quality Assurance Personnel (QAP) will notify the CO and the contractor. When an observation indicates a defective performance, the QAP will inform the contract manager or alternate and require them to initial/sign and date the observation. The initialing of the observation does not necessarily constitute the contractor?s concurrence with the observation, only acknowledgement that the contractor has been made aware of the defective performance. Any action taken by the CO as a result of surveillance will be according to the terms of this contract. Any matter concerning a change to the scope, prices, terms or conditions of its contract shall be referred to the CO and not to the QAP. 4.12. Performance Evaluation Meetings. The contract manager may be required to meet with the QAP and the CO during the performance period of this contract. Meetings will be as often as necessary thereafter as determined by the CO. The written minutes of all performance evaluation meetings may be prepared by the government and signed by the contract manager, CO, and QAP. Should the contractor nonconcur with the minutes, the contractor shall so state any areas of nonconcurrence in writing to the CO within 10 calendar days of receipt of the signed minutes. The minutes will be included in the contract file. 4.13. Special Qualification. Technicians shall be trained to maintain all Metal Tab Embossing Machines that are manufactured by DataCard Corporation. 4.14. Contractor Personnel. The contractor shall provide the name of this person and any alternate(s) who shall act for the contractor when the manager is absent shall be designated in writing to the Contracting Officer (CO) within 2 days after contract award. The contractor shall provide telephone numbers of the Contract Manager and alternate(s) where these persons may be contacted at any time. The Contract Manager or alternate shall have full authority to act for the contractor on all matters relating to operation of this contract at Tinker AFB. The Contract Manager or alternate shall be available to meet on the installation with government personnel designated by the Contacting Officer to discuss problem areas. The contractor shall provide a Contract Manager who can read, write, speak, and understand English fluently. 4.15. Contractor Employees. The contractor shall not employ persons on this contract if such employee is identified to the contractor by the CO as a potential threat to the health, safety, security, and/or general well being or operational mission of the installation and its population. Contractor shall provide government initial and updated lists of contractor employees? names and position titles. The contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest, nor shall the contractor employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such person seeks and receives approval according to the DoD 5500.7-R Joint Ethics Regulations (JER). In addition, the contractor shall not employ any person who is an employee of the Department of the Air Force if such employment would be contrary to the policies contained in AFI 64-106, Air Force Industrial Labor Relations Activities. The contractor is cautioned that off-duty active military personnel hired under this contract may be subject to permanent change of station, change in duty hours, or deployment. Military Reservists and National Guard members may be subject to recall to active duty. The abrupt absence of these personnel could adversely affect the contractor's ability to perform. Their absence at any time shall not constitute an excuse for nonperformance under this contract. The contractor shall be prohibited from employing off-duty Quality Assurance Personnel (QAPs) who are surveilling any contracts/subcontracts awarded to the contractor. All contract employees depending on particular condition, occasion or place, or job assignment shall require professional, suitable attire. All contractor employees shall conduct themselves in a professional, courteous manner. The selection, assignment, reassignment, transfer, supervision, management, and control of contractor employees in performance of this SOW shall be the responsibility and prerogative of the contractor; however, the contractor shall comply with the requirements set forth in this SOW and Tinker AFB regulations concerning conduct of employees as referenced herein. Contractor personnel shall comply with directives pertaining to operation of privately owned vehicles on Tinker AFB per AFI 31-204, Motor Vehicle Traffic Supervision. The contractor shall employ and maintain a technically trained and experienced work force. 4.16. Environmental Protection & Safety. The contractor shall be knowledgeable of and comply with all applicable federal, state, and local laws, regulations and requirements regarding environmental protection. In the event environmental laws or regulations change during the term of this contract, the contractor is required to comply as such laws come into effect. 4.17. Information Assurance (IA). Not Applicable. 4.18. Estimated Workload Data. Not Applicable. 4.19. Key Control. Not Applicable. APPENDIX A EQUIPMENT LIST ITEM DESCRIPTION MODEL NO SER # LOCATION 0400 DataCard Embossing Machine 3000 102 Bldg 3001, Post X-63 0401 DataCard Embossing Machine 3000 103 Bldg 3001, Post N Annex 0402 DataCard Embossing Machine 3000 104 Bldg 3001, Post V-87 0403 DataCard Embossing Machine 3000 224 Bldg 3001, Post N Annex 0404 DataCard Embossing Machine 3000 225 Bldg 3001, Post W-73 0405 DataCard Embossing Machine 3000 226 Bldg 3001, Post W-73 0406 DataCard Embossing Machine 3000 268 Bldg 3001, Post W-73 0407 DataCard Embossing Machine 3000 336 Bldg 3001, Post X-81 0408 DataCard Embossing Machine 3000 337 Bldg 3001, Post C-111 0409 DataCard Embossing Machine 3000 338 Bldg 3001, Post I-91 0410 DataCard Embossing Machine 3000 339 Bldg 3001, Post I-91 7 16 JAN 03 APPENDIX "C" SAFETY SPECIFICATION INDUSTRIAL SAFETY REQUIREMENTS PURCHASE ORDER PREVENTIVE AND REMEDIAL MAINTENANCE METAL TAG EMBOSSING MACHINES File No: MADWRS Prepared BY: OC-ALC/SEGE SECTION I - GENERAL REQUIREMENTS A. Safety Program Requirements. The contractor will implement a safety program that ensures protection of Government personnel and property. The program will consist of, as a minmum: 1. Mishap notification/reporting as defined in paragraph 1.B. below. 2. A Safety Program that addresses, as a minimum, the subjects listed in Safety Program Elements, Section II and to be used during performance of the work described in THE CONTRACT. a. Competent personnel to initiate the Safety Program. b. Routine and recurring surveillance of the procedures listed in the Safety Program. B. Mishap Notification. 1. The contractor shall notify the procuring Safety Office and the ACO, or a designated Government Representative (GR) within one (1) hour of all mishaps or incidents at or exceeding $2,000 (material + labor) in damage to DoD property entrusted by this contract. This notification requirement shall also include Foreign Object Damage (FOD) and physiological mishaps/incidents. A written copy of this mishap/incident notification shall be sent within three calendar days to the GR, who will forward it to the Procuring Safety Office. For information not available at the time of initial notification, the contractor shall provide the remaining information no later than 20 calendar days after the mishap, unless extended by the ACO. 2. Mishap notifications 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. Nomenclature of equipment and personnel involved in accident/incident g. Corrective actions (taken or proposed) h. Other pertinent information 3. If requested by Government Personnel or designated government representative, the contractor shall immediately secure the mishap scene/damaged property and impound pertinent maintenance and training records, until released by the Procuring Safety Office. C. Provide a process for ensuring subcontracts include requirements for subcontractors to comply with the safety provisions of this contract, as applicable. Safety requirements listed herein that do not concern contractor?s operations or services shall be considered self-deleting as mutually agreed by the contractor and the ACO. SECTION II - SAFETY PROGRAM ELEMENTS The contractor prepared Safety Program shall clearly define procedures, personnel qualifications, facilities and required equipment, and other attributes necessary to fulfill the following elements. Each attribute shall meet or exceed the indicated benchmarks. SAFETY REQUIREMENTS Element/Requirement REFERENCED BENCHMARK Mishap Notification/Reporting AFI 91-204 Housekeeping AFOSH Std 91-66 Material Handling Equipment (MHE) AFOSH Std 91-46, applicable ANSI Stds, and Manufacturers Specifications Facility Fire Protection NFPA 13, NFPA 70 and NFPA 72 Handling, Storage and use of Flammable/Combustible Liquids AFOSH Std 127-43, NFPA 30 and NFPA 33 SECTION III - BIBLIOGRAPHY OF PUBLICATIONS/DIRECTIVES These publications/directives and all supplements/changes thereto apply to the extent required by the provisions of Sections I, and II. Subject directives are not included as a part of the solicitation/bid/contract and must be requested through the ACO/PCO. AFI 91-202 Oct 95 USAF Mishap Prevention Program AFI 91-204 Apr 96 Safety Investigations and Reports AFOSH Std 91-46 Feb 97 Materials Handling and Storage Equipment AFOSH Std 91-66 Jan 95 General Industrial Operations AFOSH Std 127-43 Sep 80 Flammable and Combustible Liquids National Fire Code (NFPA) VENDOR CODE:___________________________________________________ DUNS NUMBER:____________________________________________________ COMPANY NAME:___________________________________________________ ADDRESS:__________________________________________________________ POINT OF CONTACT:_______________________________________________ TELEPHONE:_______________________________________________________ FAX:_______________________________________________________________ EMAIL:_____________________________________________________________ REMITTANCE ADDRESS:____________________________________________ WARRANTY TERMS: :____________________________________________ FOB POINT: DESTINATION, TINKER AFB 52.212-1 Instructions to Offers (Commercial) 52.212-4 Contract Terms and Conditions ? Commercial Items (Dec 2001) 52.212-5 Contract terms and conditions required to implement statutes or executive orders ? commercial items (Dec 2001) 52.222-41 Service Contract Act of 1965, As Amended (May 1989) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (May 1999) 52.237-2 Protection of Government Buildings, Equipment and Vegetation 52.237-3 Continuity of Services 52.242-15 Stop-Work Order 52.247-34 F.O.B. Destination 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 52.253-1 Computer Generated Forms 252.204-7004 Required Central Contractor Registration 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 5352.237-9001 Contractor Identification 5352.237-9002 Contract Hoildays (AFMC)(Jul 1997) 5352.242-9000 Contractor Access to Air Force Installations (May 1996) 5352.245-9004 Base Support (AFMC)(JUL 1997) The following is provided for information only DOL 23183 Electronics Technician, Maintenance III 1 Each WAGE DETERMINATION NO: 94-2431 REV (19) AREA: OK,OKLAHOMA CITY
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/OCALCBC/F7MADW3008-0400/listing.html)
 
Place of Performance
Address: TINKER AFB OK
Zip Code: 73145
Country: USA
 
Record
SN00267809-F 20030302/030301141834 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.