Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2004 FBO #0851
SOLICITATION NOTICE

L -- Technical Support Services

Notice Date
3/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
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
FA8501-04-T-0036
 
Response Due
3/31/2004
 
Archive Date
4/15/2004
 
Point of Contact
Harold (Craig) Polk, Contract Specialist, Phone (478)926-9501, Fax (478)926-3590, - Douglas (Doug) Pugh, Supervisory Contract, Phone (478)926-7393, Fax (478)926-3590,
 
E-Mail Address
craig.polk@robins.af.mil, Douglas.Pugh@robins.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. This announcement constitutes the ONLY solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being conducted under Simplified Acquisition Procedures (SAP) as a Request for Quote No. F09650-04-T-0036. This acquisition is a 100% Small Business Set Aside. NAICS Code: 541330 Place of Performance/FOB: Robins AFB, GA. Period of Performance: Date of Award through 30 Sep 2004. STATEMENT OF WORK: This Statement of Work (SOW) covers technical assistance required by the Engineering Support Section of the Engineering Support Branch, WR-ALC / MAIP. 1. SCOPE 1.1 The contractor will provide services necessary to perform on-site technical support for all test stations and equipment as defined in this SOW and located in Bldg 645, WR-ALC, Robins AFB, GA. The contractor will perform to the standards set forth in this contract. 2. PERSONNEL 2.1. CONTRACT MANAGER 2.1.1 The contractor will provide a contract manager who will be responsible for the performance of the work. The name of this person and an alternate(s), who will act for the contractor when the manager is absent, will be designated in writing to the contracting officer. 2.1.2. The contract manager or alternate will have full authority to act for the contractor in all contract matters relating to daily operation of this contract. 2.1.3. The contract manager or alternate will be available during normal duty hours within 60 minutes to meet on the installation with Government personnel designated by the contracting officer to discuss problem areas. After normal duty hours the manager or designated alternate will be, available within 4 hours. 2.1.4. The contract manager and alternate(s) must be able to read, write, speak, and understand English. 2.2. EMPLOYEE 2.2.1. The contractor will 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 will 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 in accordance with AFR 30-30 (for military) or AFR 40-735 (for civilian). In addition, the contractor will 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 AFR 79-1. 2.3. SECURITY REQUIREMENTS. 2.3.1. The contract manager or alternate shall complete an AFMC Form 496, Request for Identification Credential, for each employee of the contractor and/or subcontractor requiring access to Robins Air Force Base. The requests shall be submitted to the Pass and Registration Section, 78 SFS/SFOXI, (Building 263). The government will provide a completed AFMC Form 387, Identification Credential, which will be issued, displayed at all times, and surrendered as directed in AFI 31-209/WR-ALC-RAFB Supplement. 2.3.2. The procedure for obtaining base identification passes for contractor personnel to work on Robins Air Force base shall be as follows: 2.3.2.1. The contractor shall submit a written request on company letterhead stationery to the WR-ALC/MA Security Manager specifying: contract number; location of work site; date entry to the base must begin and contemplated termination date of entry; including all option periods; names of contractor and subcontractor employees requiring access to the base; and the name of the individual who will submit the AFMC Form 496 for each employee for whom identification credentials are needed. Attach a copy of the contract cover page and any other pages that provide performance information such as the need for and duration of access to the work site. 2.3.2.2. The contractor shall also obtain an AF Form 75, Visitor/Vehicle Pass, or DD Form 2220, DOD Registered Vehicle, for vehicle decals when the AFMC Form 496 is submitted. To obtain the vehicle decal from the 78 SFS/SFAP, the contractor shall produce: a valid driver?s license, proof of insurance that meets minimum state requirements, and current vehicle registration. 2.3.2.3. 78 SFS/SFOXI, upon issuance of appropriate credentials and decals, will furnish the contractor, if available, one executed copy of the AFMC Form 496 for each set of credentials issued. The MA Security Manager maintains this copy. 2.3.2.4. Work under this contract requires unescorted entry to controlled areas. The contractor must have a valid security clearance and shall comply with AFI 31-209, The Air Force Resource Protection Program. The contractor shall complete an AF Form 2586, Unescorted Entry Authorization Certificate, for each prime contractor employee and subcontractor employee for which an access control badge is required. Contractor employees with access control badges are not allowed to escort contractor employees, without badges, in and out of controlled areas. 2.3.2.5. During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel, and for prompt return of credentials and vehicle registration decals to the 78 SFS/SFOXI, for any employee who no longer requires access to the work site. 2.3.2.6 At the termination or completion of the contract, or upon the expiration of credentials (if any such expirations are specified), the contractor must be sure that all base identification credentials and vehicle registration decals for all contractor and subcontractor employees are returned to the 78 SFS/SFOXI and building 624 Visitor Control Center. 2.3.2.7. Contractor employees, at all times while on Robins AFB, will wear visible Contractor-provided identification either as a part of, or attached to, their outer clothing. The identification will clearly identify the individual as being a Contractor employee. 2.3.2.8. Prior to submitting an invoice for final payment, the prime contractor shall obtain a clearance certification from the issuing pass and registration office, and bldg 624 Visitor Control Center, if applicable, which states that all base identification credentials and vehicle decals have been returned or ?accounted for.? This certification shall be attached to the final invoice at the time of submittal for payment. Failure to comply with these requirements will result in the government?s withholding final payment until compliance is effected. 3. EMPLOYEE EXPERIENCE/TRAINING. 3.1. The contractor must have hands-on experience with both the operation and maintenance of the following systems: 1. MADARS II Avionics Intermediate Shop (AIS) Station 2. AN/USM 603 3. AN/GSM 231,232,233 F-15 Avionics Intermediate Shop (AIS) Stations 4. AN/ALM 261 5. AN/ALM 252 6. AN/ALM 233D 7. AN/USM 464 8. AN/USM 195 9. AN/USM 607 10. AN.GSM 305 11. MR 1505 12. AN/GSM 293 13. AURORA VTS 1000 14. HP 2005 VXI TEST STATION 15. GENRAD 2225/2235 & 2751 16. MATE 390 17. A10 IATS 18. IE 390 19. SCHLUMBERGER S645 & S790 20. TERADYNE SPECTRUM 9100 21. HP 3070 22. KPST 23. KMT 3.2 The contractor must be able to diagnose hardware or software problems, perform fault isolation and make repairs on those systems listed in section 3.1. 3.3 The Government will provide no training. 4 QUALITY ASSURANCE. 4.1. The government will evaluate the contractor?s performance monthly under this contract using an all purpose checklist (see attached AF Form 2519) which will be forwarded to the Contracting Officer. The government will record all surveillance observations. When an observation indicates defective performance, the Contract Monitor will request the contractor?s representative to initial the observation. If the discrepancy is serious enough to prevent normal operation of the equipment, an AF372 will be issued and sent to the Contracting Officer. 4.2. Performance Evaluation Meetings. The contract manager may be required to meet at least weekly with the CFM and the contracting officer during the first month of the contract. Meetings will be as often as necessary thereafter determined by the contracting officer. 4.3 Government Observations. Government personnel, other than contracting officers and service contract monitors may from time to time observe the contractor operations. However, these personnel may not interfere with the contractor performance. 5. HOURS OF OPERATION 5.1 Normal Hours. Normal duty hours for the contractor will be M-F 0600-1430 hrs. These hours are the same as the WR-ALC/MAI Avionics depot repair shop personnel?s first shift. 5.2 Recognized Holidays. The contractor is not required to provide service on government-observed holidays. 6. PHYSICAL SECURITY. 6.1 The contractor will be responsible for safeguarding all government property provided for contractor use. At the close of each work period, government facilities, equipment, materials and T.O.?s shall be secured. 7. GOVERNMENT FURNISHED PROPERTY AND SERVICES. 7.1 PROPERTY. 7.1.1 The Government will provide the contractor with test equipment, tools and parts necessary to support the maintenance on those systems listed in section 3.1. 7.1.2 The Government will provide a desk, chair and computer for the Contractor?s use. 7.2 SERVICES. 7.2.1 Telephone: The Government will provide a telephone for the contractor?s use. 7.2.2 Automatic Data Processing. The government will provide the contractor access to the Robins network for data collection required to support SOW requirements only. 8. SPECIFIC TASKS. 8.1 The objective of this Statement of Work is to (1) Assist in work related to the development, evaluation, testing, installation, maintenance, and repair of electronic systems, test equipment [test, measurement, and diagnostic equipment (TMDE)], and Automatic Test Equipment (ATE), associated interfaces, and related technical data. (2)Assist Engineers and technicians with research, plans, and execution of projects to effect solutions for design and/or operational test equipment problems encountered during production. Performs development work and conducts research by the application of previously established experimental and empirical methods and techniques, interprets results and selects or recommends approach appropriate to the solution of the design problem. Develops and/or implements solutions to resolve test equipment and production problems. (3) Assist Engineers and technicians to plan, design, and fabricate test equipment to be used in initial testing of electronic systems and equipment. (4) Serves as a specialist regarding assigned electronic testing equipment. (5) Provides technical support to production workers. (6) Assist Engineers and Technicians with technical research necessary to define solutions for modernization or replacement of aging or obsolete equipment. 9. RESPONSIBILITIES 9.1 RESPONSIBILITY OF THE GOVERNMENT 9.1.1 The Government will provide adequate working space, including heat, light, electric current and outlets at the site where the equipment is installed. 9.1.2. Subject to security regulations, the Government will provide Contractor access to T.O?s and software to perform technical support on systems listed in section 3.1. 9.1.3. The Government will designate a Contract Monitor (CM) as a single point of contact through which all contractor-provided services will be requested. The Functional Area Branch Chief may designate alternates by notifying the Contracting Officer. These alternates may perform all functions of the CM. The Contracting Officer will provide the names of any alternates to the Contractor in writing. The Government will notify the Contractor, in writing, of any changes of alternates through the Administrative Contracting Officer (ACO) within 5 work days of the change. 9.2 RESPONSIBILITIES OF THE CONTRACTOR 9.2.1 The contractor shall provide technical support services for the Engineering Support Branch, Engineering Support Section in support of development/evaluation, maintenance, installation and testing of electronic systems and equipment in the Support Equipment/Com-Nav/EW production branch located at WR-ALC/MAI, Bldg 645 ROBINS AFB, GA. 10. PERIOD AND LOCATION OF PERFORMANCE 10.1 Period of performance will be from date of award and ending 30 September 2004. The contractor will be required to perform all duties on-site at the WR-ALC / MAI Avionics Depot, Robins AFB, Ga. The following clauses apply and may be accessed at http://farsite.hill.af.mil 52.212-1 ? Instructions to Offerors ? Commercial; 52.212-3 ? Offeror Representations and Certifications ? Commercial Items; 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 (JAN 2004) (DEVIATION) 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUN 2003) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) 52.222-26 EQUAL OPPORTUNITY (APR 2002) 52.222-35 EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (DEC 2001) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUN 1998) 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (DEC 2001) 52.222-41 SERVICE CONTRACT ACT OF 1965, AS AMENDED (MAY 1989) 52.232-33 ? Payment by Electronic Funds Transfer ? Central Contractor Registration 252.204-7004 ? Required Central Contractor Registration 252.212-7000 ? Offeror Representations and Certifications ? Commercial Items; 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2004) (DEVIATION) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) ALTERNATE III (MAY 2002) 5352.223-9001 Health And Safety On Government Installations (JUN 1997) 5352.242-9000-Contractor Access to Air Force Installation 52.212-2 Evaluation--Commercial Items (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Past Performance Price Past performance is more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class: WG-0856-11 Monetary Wage: $23.45 Fringe Benefits: 1) Contributions of 5.1% of basic hourlyrate for health insurance 2) Contributions of 7% of basic hourly rate for retirement 3) Ten paid holidays 4) Paid annual leave (vacation) of two hours each week for employees with less than three years of service, three hours each week for employees with three but less than fifteen years of service, and four hours each week for employees with fifteen or more years of service (End of clause) DEPARTMENT OF LABOR WAGE DETERMINATION NUMBER 94-2139 Rev 27 DATED 03-02-2004 APPLIES. A COPY IS AVAILABLE FROM THE CONTRACTING OFFICER. RESPONSE TIME: 4:00 PM 31 March 2004 Request for Quotes may be faxed to (478) 926-3590 ATTN: Craig.Polk/PKOC or E-Mailed to: Craig.Polk@robins.af.mil. CONTRACTING OFFICER: Craig Polk, (478)926-9501
 
Place of Performance
Address: Robins AFB GA
Zip Code: 31098
Country: USA
 
Record
SN00553238-W 20040326/040324224406 (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.