Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2006 FBO #1791
MODIFICATION

J -- Hoist/Fall Arrest Inspections

Notice Date
10/20/2006
 
Notice Type
Modification
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight 700 Suffolk Street, STE 1200, Peterson AFB, CO, 80914-1200
 
ZIP Code
80914-1200
 
Solicitation Number
FA2517-07-T-6000
 
Response Due
10/9/2006
 
Archive Date
10/24/2006
 
Point of Contact
Kira Matevie, Contract Specialist, Phone 7195564838, Fax 7195564538,
 
E-Mail Address
kira.matevie@peterson.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Air Force Space Command (AFSPC) (I) 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; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quote (RFQ). Submit a written quote, to include price quotes for all CLINS for the base year and four option years, on RFQ reference number FA2517-07-T-6000. (III) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13. (IV) This solicitation is a small business set-aside; the associated NAICS code is 811310 and the small business size standard is $6.5 Million dollars. (V) This combined synopsis/solicitation is for the following commercial service: CLIN 0001- Maintenance, Annual Hoist/Trolley ? The contractor to provide all labor, parts, materials, and transportation necessary to perform annual Hoist/Trolley inspection in accordance with (IAW) the Statement of Work (SOW). (VI) Description of requirements are as follows: STATEMENT OF WORK 302d Maintenance Group Annual Hoist and Fall Arrest System Inspections Dated 1 Oct 2006 1. SCOPE. The contractor shall provide all labor, equipment, tools, materials, supervision, and other items and services necessary to perform hoist and fall arrest system inspections for the 302d Maintenance Group at Peterson AFB, Colorado. 2. SPECIFIC TASKS. The contractor shall perform inspections of hoists and fall arrest systems as outlined in the following paragraphs: 2.1. The contractor must complete the inspection of each hoist and fall arrest system annually. 2.2. The contractor will inspect each fall arrest system by completing the following: check all mechanisms for wear; check lanyard material for fraying, tearing, and stretching; check lubrication of all fall arrest system mechanisms (rollers); load and weight test each fall arrest system (with certified weights) to 125% of capacity of each fall arrest system; verify the capacity, manufacturer, model, and serial number of each system; provide a load test certificate, and inspection and maintenance report for each fall arrest system inspected; provide an inspection sticker for each fall arrest system inspected. 2.3. The contractor will inspect each hoist by completing the following: check all mechanisms for wear; check the lubrication of all hoist mechanisms; check each hoist for proper alignment; load and weight test each hoist (with certified weights) to 125% of capacity of each hoist; verify the capacity, manufacturer, model, and serial number of each hoist; provide a load test certificate, and inspection and maintenance report for each hoist inspected; provide an inspection sticker for each hoist inspected. 2.4. Hoists range in size from 300 lbs to 8 tons. Each hoist is identified below in section five. Each fall arrest system consists of a lanyard, beam, and trolley. A total of 44 fall arrest systems exist within the 302d Maintenance Group (14 - Bldg 210 Bay 1, 14 ? Bldg 210 Bay 2, and 16 ? Bldg 216 Bay 3). 3. WORK CONTROL 3.1. The 302d Maintenance Group POCs will schedule the inspection of each hoist and fall arrest system with the contractor to ensure minimum impact to ongoing 302d Maintenance Group mission requirements. 4. DELIVERY AND INSPECTION/ACCEPTANCE. 4.1. The contractor will notify the 302d Maintenance Group POCs upon completion of work for inspection and acceptance. The 302d Maintenance Group POCs are identified in section five. 5. GENERAL INFORMATION 5.1. PLACE OF PERFORMANCE. Work will be performed in the hangar where each hoist and fall arrest system is located at Peterson AFB, Colorado Springs, CO. 5.2. The contractor will not remove any hoist or portion of the fall arrest system from the hangar to conduct any portion of the inspection. Should the contractor identify a need to move a hoist or portion of the fall arrest system, the contractor must notify the respective 302d Maintenance Group POC for approval and coordination. 5.3. The following is a list of each hoist and the location of the hoist: Hoist 1 Ton, Bldg 207 Float Room (Survival) Manufacturer: (Bridge) SHOP Model Number: Monorail Span: 3? 8? POC: MSgt Sharon Adams, 556-4773 Hoist 500 lb, Bldg 207 Loading Dock (Survival) Manufacturer: SPANCO Model Number: JIB Span: 8? 0? POC: MSgt Sharon Adams, 556-4773 Hoist 500 lb, Bldg 207 Tower (Survival) Manufacturer: (Bridge) SHOP Model Number: Monorail Span: 14? 0? POC: MSgt Sharon Adams, 556-4773 Hoist 500 lb, Bldg 207 Tower (Survival) Manufacturer: (Bridge) SHOP Model Number: Monorail Span: 14? 0? POC: MSgt Sharon Adams, 556-4773 Hoist 500 lb, Bldg 207 Tower (Survival) Manufacturer: (Bridge) SHOP Model Number: Monorail Span: 14? 0? POC: MSgt Sharon Adams, 556-4773 Hoist 500 lb, Bldg 207 Tower (Survival) Manufacturer: (Bridge) SHOP Model Number: Monorail Span: 14? 0? POC: MSgt Sharon Adams, 556-4773 Hoist 500 lb, Bldg 207 Tower (Survival) Manufacturer: (Bridge) SHOP Model Number: Monorail Span: 14? 0? POC: MSgt Sharon Adams, 556-4773 Hoist 500 lb, Bldg 207 Tower (Survival) Manufacturer: (Bridge) SHOP Model Number: Monorail Span: 14? 0? POC: MSgt Sharon Adams, 556-4773 Hoist 500 lb, Bldg 207 Tower (Survival) Manufacturer: (Bridge) SHOP Model Number: Monorail Span: 14? 0? POC: MSgt Sharon Adams, 556-4773 Hoist 500 lb, Bldg 207 Tower (Survival) Manufacturer: (Bridge) SHOP Model Number: Monorail Span: 14? 0? POC: MSgt Sharon Adams, 556-4773 Hoist 2 Ton, Bldg 208 (AGE) Manufacturer: (A Frame) SHOP Model Number: Gantry Span: 10? 0? POC: MSgt Gerald Tuttle, 556-7300 Hoist 2 Ton, Bldg 208 (AGE) Manufacturer: (Engine Pick) PARKWELDING Model Number: 3950-01 Span: N/A POC: MSgt Gerald Tuttle, 556-7300 Hoist 1 Ton, Bldg 208 (AGE) Manufacturer: (Engine Pick) DAYTON Model Number: 3ZC72 Span: N/A POC: MSgt Gerald Tuttle, 556-7300 Hoist 5 Ton, Bldg 210 (Bay 2) Manufacturer: (Bridge) ACCO Model Number: Louden Span: N/A POC: MSgt John Wilson, 556-7686 Hoist 0.5 Ton, Bldg 210 (Bay 2) Manufacturer: (Tail Hoist) SHOP Model Number: N/A Span: N/A POC: MSgt John Wilson, 556-7686 Hoist 1.5 Ton, Bldg 214 (ISO Dock) Manufacturer: (Tail) Wazee Model Number: SG-TR-CD Span: 10? 0? POC: TSgt Joe Prebish, 556-1746 Hoist 4 Ton, Bldg 214 (ISO Dock) Manufacturer: (Bridge) Orclet Myers Model Number: SG-UR-CD Span: N/A POC: TSgt Joe Prebish, 556-1746 Hoist 3 Ton, Bldg 214 (Support Bay) Manufacturer: (Bridge Crane) WAZEE Model Number: SG-UR-DD Span: 40? 0? POC: MSgt John Wilson, 556-7686 Hoist 2 Ton, Bldg 216 (Metals Tech) Manufacturer: (Monorail) SHAWBOX Model Number: 80L03030S08 Lift: 8? 0? POC: MSgt Charlie Huffman, 556-4341 Hoist 300 lb, Bldg 216 (R&R) Manufacturer: (JIB) SHOP STAR Model Number: N/A Lift: 9? 0? POC: MSgt Sean Jones, 556-4626 Hoist 1125 lb, Bldg 216 (R&R) Manufacturer: (Come Along) LUG ALL Model Number: H2B Span: N/A POC: MSgt Sean Jones, 556-4626 Hoist 0.75 Ton, Bldg 216 (R&R) Manufacturer: (Come Along) CM Model Number: 640 Span: N/A POC: MSgt Sean Jones, 556-4626 Hoist 1125 lb, Bldg 216 (R&R) Manufacturer: (Come Along) LUG ALL Model Number: 302L Span: N/A POC: MSgt Sean Jones, 556-4626 Hoist 1700 lb, Bldg 216 (R&R) Manufacturer: (Come Along) DAYTON Model Number: 71106371 Span: N/A POC: MSgt Sean Jones, 556-4626 Hoist 3 Ton (South Crane), Bldg 502 (Propulsion) Manufacturer: IR Model Number: LE4D030M4 Lift: 13? 0? POC: MSgt Freddie Sanchez, 556-6690 Hoist 3 Ton (North Crane), Bldg 502 (Propulsion) Manufacturer: IR Model Number: LE4D030M4 Lift: 13? 0? POC: MSgt Freddie Sanchez, 556-6690 Hoist 8 Ton, Bldg 502 (Propulsion) Manufacturer: Shuttle Lift Model Number: 3330E Lift: N/A POC: MSgt Freddie Sanchez, 556-6690 Hoist 0.5 Ton, Bldg 502 Manufacturer: Columbus McKinnon Model Number: CM648 Lift: 1? 0? POC: MSgt Freddie Sanchez, 556-6690 Hoist 2 Ton, Bldg 502 Manufacturer: Model Number: AGPR 33 Lift: 1? 0? POC: MSgt Freddie Sanchez, 556-6690 Hoist 1 Ton, Bldg 502 Manufacturer: Prop House Model Number: AGPR 06 Lift: 4? 0? POC: MSgt Freddie Sanchez, 556-6690 Hoist 3.5 Ton, Bldg 502 (Engine Test Cell) Manufacturer: N/A Model Number: 69F52104-10 Lift: 10? 0? POC: MSgt Freddie Sanchez, 556-6690 Hoist 0.5 Ton, Bldg 538 (NDI) Manufacturer: ACCO Model Number: N/A Lift: 11? 6? POC: MSgt Randy Ferguson, 556-7688 Hoist 1,000 lbs, Bldg 538 (NDI) Manufacturer: YALE Model Number: A1-2M10L25MMP Lift: 10? 3? POC: MSgt Randy Ferguson, 556-7688 Hoist 1,000 lbs, Bldg 538 (NDI) Manufacturer: N/A Model Number: N/A Lift: 11? 6? POC: MSgt Randy Ferguson, 556-7688 (VII) Period of Performance is 16 Oct 2006 ? 30 Sep 2007. Option years will carry performance out to 30 Sep 2011 if exercised. Performance will take place on Peterson AFB, CO. (VIII) FAR 52.212-1, Instructions to Offerors ? Commercial Items (Jan 2006), applies to this acquisition. In addition to written quotes, offerors are instructed to provide a capability statement describing qualifications to perform requirements listed at paragraphs V and VI. (IX) FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. Paragraph A of this clause is completed as follows: 1. Price, 2. Technical Capability (Pass/Fail Assessment), 3. Capability Statement (Pass/Fail Assessment) , and 4. Experience in conjunction with Past Performance shall be used to evaluate offers. Only those offerors receiving a ?pass? assessment will be considered for award. The contractor must submit a technical and price quote. The technical quote must outline the specific process regarding the load and weight testing system process for both the hoists and fall arrest systems, and the type of equipment the contractor will use for the load and weight testing process. (X) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jun 2006) is required for this action. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. (XVII) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Sep 2005), applies to this acquisition. (XII) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Aug 2006) Deviation. (XIII) The following clauses are also applicable to this acquisition: 52.219-6 Notice of Total Small Business Set-Aside, 52.232-18 Availability of Funds, 52.222-3 Convict Labor, 52.222-19 Child Labor?Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special 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, 52.225-13 Restrictions on certain Foreign Purchases, 52.222-41 Service Contract Act 0f 1965, as Amended, Department of Labor Wage Determination 05-2079 Rev 1 Applies, 52.222-42 Statement of Equivalent Rates for Federal Hires, 252.225-7001 Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests, 252.212-7001 Contract Terms and Conditions Required to Implement States or Executive Orders Applicable to Defense Acquisitions of Commercial Items Deviation, 5352.201-9101 Ombudsman. A site visit has been scheduled for 9:00 a.m. MST 19 Oct 06. Please confirm attendance with Kira Matevie at 719 556-4838 or via email at Kira.Matevie@Peterson.af.mil, no later than 17 Oct 06 at 12:00 p.m. MST. (XIV) (XV) The Government intends to award a single Firm Fixed Priced contract resulting from this solicitation. The award will be contingent upon the availability of funds. (XVI) The proposed contract is 100% set aside for small business concerns. (XVI) Quotes are required to be received no later than 4:30 pm Mountain Standard Time, Tuesday, 24 Oct 2006. All quotes and Capability Statements must be faxed or emailed to the attention of SrA Kira I. Matevie. The fax number is (719) 556-4321 and email address is Kira.Matevie@peterson.af.mil. (XVII) Please direct any questions regarding this solicitation to SrA Kira I. Matevie at (719) 556-4838 or Kira.Matevie@peterson.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-OCT-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFSC/21CONSb984/FA2517-07-T-6000/listing.html)
 
Place of Performance
Address: 700 Suffolk Peterson AFB, CO
Zip Code: 80914
Country: UNITED STATES
 
Record
SN01169051-F 20061022/061020223009 (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.