Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2006 FBO #1609
SOLICITATION NOTICE

J -- maintenance contract on mobile VACIS system located at 32nd Street NAVSTA

Notice Date
4/21/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024406T0518
 
Response Due
5/28/2006
 
Archive Date
6/27/2006
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 ?Required Central Contractor Registration? applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. This procurement is unrestricted; all responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. Solicitation number / RFQ N00244-06-T-0518 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-07 (2/2/06) and DFAR Change Notices effective through 4/12/06. The standard industrial code is 3812 (NAICS 334511) and the business size standard is 750 employees. The agency need is for a maintenance contract on the mobile VACIS system (S/N: VM0003) manufactured by SAIC. This requirement is for a fixed priced contract. The statement of work is as follows: Contractor shall provide to Customer, for a period of twelve (12) months, the 4th year of Maintenance support to be provided on Mobile VACIS? S/N: VM00036 located at 32nd Street Naval Base San Diego, CA. The below services will be provided at a minimum. 1) Contractor must be a factory trained and a certified field service engineer (through SAIC) and must have worked on mobile VACIS within the last 12 months. 2) Requests for service will originate with a call to the Contractor. A 24-hour Hotline staff shall attempt to handle the call directly over the telephone. In the event the incident cannot be resolved through troubleshooting over the telephone, the service coordinator shall dispatch a field service engineer for on-site support. a) Technical Support services provided under this agreement shall include troubleshooting, information, and operation advice provided by telephone. b) Contractor shall employ a staff of factory trained and certified Field Service Engineers (FSE?s) that shall respond to any maintenance requirement. The goal for on-site response is within twenty-four (24) hours, after the determination that a FSE must be dispatched to the location. c) Under the terms of this contract, any vehicle and hydraulics subsystem (vehicle itself) shall not be the responsibility of the Contractor under this maintenance agreement. d) Contractor shall provide configuration management of the VACIS system to assure that any necessary hardware; software, firmware, or documentation change is tracked. e) Scheduled maintenance shall be included for the Warranty period for all covered equipment. Four quarterly scheduled on-site maintenance trips shall be included to assure proper system operation. This service shall include all supplies, materials, and consumables required to perform the service. The FSE shall consult with the Customer operators to assist in any operational or technical support issue brought to their attention during their visit. f) Monthly reports describing: services performed, system performance, contractor response performance, parts replaced, and scan counts from installation and for the period. g) Corrective Maintenance of the Equipment shall be covered. 3) During the scheduled quarterly maintenance visit the following steps shall be performed at a minimum and documented for the Mobile VACIS?: a) Detector Array Inspect each detector module for damage or wear, as well as for water intrusion. Inspect the interior of the detector modules to verify that all connections are secure, that tie-wraps are installed as appropriate, and that all wiring is routed properly and the wiring is free of nicks, cuts, and abrasions. Verify that all module seals are in good repair and that the module doors seal as originally designed. b) Source Housing Inspect the source hook mount. Ensure that all fasteners are secure. Ensure the source-locking pin can be inserted and removed freely. Inspect and readjust source cams as necessary. Verify that the primary shutter operates properly. Ensure the primary shutter closes (backup battery operation) following an Emergency Stop signal and a loss of power. c) Computer Operating System Verify the following VACIS? manipulations using the operating software: - Perform image manipulations (density stretch, color pallets, etc.) - Verify that the ?Quick Save? functions as originally designed. Verify the hard drive capacity is <50%. Instruct the operator on the method of saving images to a CD to free up hard drive space. Record the following: - Total system acquisition count - Operating system software version - PLC operating software version Run ?Tattletale? software to obtain operating system configuration information Inspect operating system cables checking for any damage Perform a ?Read All Boards? function. Ensure that all detectors respond and that the count rate displayed from each detector is within acceptable limits. Verify computer monitor is operating properly. d) Operator?s Area (Truck Cab) Video - Ensure camera and video monitor is functioning properly. Electronic Enclosure - Open the enclosure and inspect wiring for signs of damage. - Verify cabling to/from the enclosure is not damaged. Ensure windows and doors to truck cab operate as designed. Clean enclosure and remove all debris. Restock consumable supplies (printer cartridges, blank CD?s, fuses, light bulbs, etc.). Operator Control Panel - Ensure all lights on the Operator Control Panel are functioning. - Verify all switches are secure. - Test the Emergency Stop. Verify that the shutter closes as designed. Verify that the printer is functioning as designed. Ensure that the printouts have printed in the proper color. Ensure that all of the truck?s indicating gauges are functional (fuel, temperature, oil pressure, etc.). Verify that the interior lights and auxiliary equipment (A/C, heater, wipers, radio, exterior working lights) are all operating. Ensure that the Uninterruptible Power Supply (UPS) is operating as designed. If installed, start the on board diesel generator. The generator should start and run smoothly. If installed, verify that the AuraGen system is operating as designed. Inspect the circuit breaker panel. The cover shall be secure and all breakers shall operate smoothly. Record the following: - PTO Run Time - Generator Run Time (if installed) - Vehicle Mileage - Vehicle Run Time e) Truck Bed Inspect all Emergency Stop buttons for function and secure mounting. Verify the shutter closes when any Emergency Stop pushbutton is engaged. Verify the truck bed is free of debris. Inspect the bed?s non-skid surface for damage or signs of rust. Inspect all painted metal surfaces. Apply rust prevention compounds and repaint any areas that show signs of damage or rust. Inspect all welds. Should a crack be discovered in a weld, ensure that a mechanical engineer verifies system integrity. Verify operation of the truck bed ignition switches as well as the PTO dump switches. Manipulate and inspect the truck?s hydraulic systems. Inspect the system for hydraulic leaks. If a leak is discovered, contact Customer and arrange for repair through the appropriate channels. Ensure all locks on storage cabinets operate freely. Verify all required safety equipment for system operation is accounted for (including radiation warning signs, boundary rope, radiation meter, traffic cones, flares, etc.). Verify all strobe-warning lights operate properly. If necessary, perform maintenance on the on-board diesel generator (change oil, air filter, etc.). Inspect the generator for leaks or excessive wear. Verify that all system hardware is clean and free of rust. Perform quarterly maintenance on the hydraulic lift components as specified in the Altec Operating Manual. Ensure that the hydraulic lift and components operate as designed. Deploy the system to one side and then to the other. f) General Perform any retrofit or warranty replacements as needed. Review the operator logbook and resolve all outstanding issues. Verify that all radiation postings are in good condition. Replace signage as necessary. Run test scans (both moving and stationary). Ensure that the image is clear and that the system operates as designed. Schedule the vehicle for servicing at a local dealership. Have the service center perform normal quarterly service on the vehicle (oil and filter change, lube the chassis, replace fuel and air filter, perform a vehicle inspection, etc.). Verify that the radar gun is operating properly. Calibrate the gun as necessary. Ensure that the unit has spare fuses and light bulbs. Replace any spent printer cartridges and restock the blank CD supply. g) Annual Checks (During every fourth scheduled quarterly maintenance visit the following additional actions will be performed and documented for each VACIS? Unit: Computer operating system inspection and cleaning (including the monitor and printer). Run a full utilities on the computer Perform a site radiation survey and contamination wipe survey. The documented results of these surveys will be forwarded to the designated site system administrator. Replace the primary shutter close back-up batteries. Schedule the vehicle for an annual servicing. Schedule to have the lift assembly checked (annual visit from a representative of the hydraulic lift manufacturer). The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions ? Commercial Items applies. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications ? Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Provision 52.212-2, Evaluation ? Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation?s minimum criteria for technical acceptability at the lowest price. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company?s complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company?s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time on 4-28-06, and will only be accepted via e-mail @ (jessica.dunker@navy.mil) or at the following physical address: Fleet & Industrial Supply Center, 937 North Harbor Drive, 7th floor, San Diego CA 92132-0212. Quotes submitted,! as an attachment to an e-mail should be sent in Word Version 6.0 or higher.
 
Web Link
click here to download a hard copy of the RFQ
(http://www.neco.navy.mil)
 
Record
SN01032981-W 20060423/060421221329 (fbodaily.com)
 
Source
FedBizOpps 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.