Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2007 FBO #1959
SOLICITATION NOTICE

68 -- Welding Supplies and Maintenance

Notice Date
4/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N68836-07-R-0032
 
Response Due
4/16/2007
 
Archive Date
12/31/2007
 
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; proposals are being requested and a written solicitation will not be issued. Solicitation Number N68836-07-R-0032 applies and is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11 and Defense Acquisition Circular 2005-0621. The requirement includes a one year base period with four one-year option periods. This requirement is 100% set aside for small business concerns. Numbered Note 1 applies. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT BASE PERIOD ? 1 MAY 2007 THROUGH 30 APRIL 2008 0001 Welding Gases in accordance with the Performance Statement of Work (PWS) 0001AA Oxygen, 16-pack of 251 CF CYL 37 Each 0001AB Argon, 336 CF CYL 117 Each 0001AC Oxygen, 251 CF CYL 153 Each 0001AD C25 Mixed Gases 75/25 380 CY CYL 60 Each 0001AE Acetylene, 300 CF CYL 168 Each 0002 Welding Rods (Electrodes) in accordance with the Performance Statement of Work (PWS) 0002AA Electrode 6011 1/8? Easy 9500 Pound Arc AWS/ASME, SFA5.1/5.5 0002AB Electrode 7018 1/8? Atom 12,400 Pound Arc AWS/ASME, SFA5.1/5.5 0002AC Electrode 7018 3/32? Atom 12,300 Pound Arc AWS/ASME, SFA5.1/5.5 0003 Preventive Maintenance Service for 46 Each Forty-six (46) Welding Machines (Navy-Owned). Equipment manufactured by Miller. Four (4) quarterly service visits in accordance with the PWS 0004 Preventive Maintenance Service for 40 Each Forty-six (40) Welding Machines (Air Force-Owned). Equipment manufactured by Miller. Four (4) quarterly service visits in accordance with the PWS PERIODS OF PERFORMANCE Base Period -1 May 07?30 Apr 08 1st Option -1 May 2008-30 Apr 09 2nd Option-1 May 09-30 Apr 10 3rd Option -1May 10-30 Apr 11 4th Option-1 May 11-30 Apr 12 PERFORMANCED BASED STATEMENT OF WORK WELDING GASES Requirement shall include all cylinder services, rental and/or demurrage, pick-up of empty cylinders, delivery of filled cylinders, and furnishing Material Safety Data Sheets (MSDS) in accordance with the Department of Transportation regulations including devalving, testing, indenting, new test date, drying interior, and resetting valve. The contractor shall furnish all services that are required at each and every filling of a cylinder to comply with applicable regulations, specifications, and normal good working practices. Deliveries on routine orders are required within three (3) days. Deliveries of emergency orders are required within twenty-four (24) hours. It is estimated that less than 10% of orders placed will be emergency orders. WELDING RODS (ELECTRODES) Electrodes are to be delivered in ten (10) pound containers and shall not be substituted with any other brand as they are training specific. Deliveries on routine orders are required within three (3) days. Deliveries of emergency orders are required within twenty-four (24) hours. It is estimated that less than 10% of orders placed will be emergency orders. INSPECTION, MAINTENANCE, AND REPAIR OF NAVY WELDING MACHINES GENERAL INFORMATION. The contractor shall provide preventive maintenance service for forty-six (46) welding machines. The majority of the machines are manufactured by Miller. The contractor shall provide all management, tools, supplies, equipment transportation, and labor necessary to perform quarterly welding machine inspection, maintenance, and repair at Naval Construction Training Center, Gulfport, Mississippi, in a satisfactory manner. SUPERINTENDENCE BY CONTRACTOR. The contractor shall at all times provide adequate supervision of his employees to ensure complete and satisfactory performance of all work in accordance with the terms of the contract. BASIC SERVICES. The contractor shall perform inspection, maintenance, and repair of welding machines listed below in accordance with commercially accepted standards. All services shall be performed by a certified technician specifically trained for the inspection, maintenance and repair of the below referenced machines. The maintenance/ inspection dates are to be no closer than 75 days apart. Email the contracting officer at annie.c.williams@navy.mil for drawings identifying make, model, serial number, location, and owner of welders requiring maintenance, and the past performance survey. a. Service shall include: 1) Visual inspection, 2) Disassemble machines, 3) Test limit outputs, 4) Calibrate machine, 5) Clean machines thoroughly, 6) Test rectifiers, 7) Test machines for ground fault, 8) Tighten all connections, 9) Check all output leads, 10) Check all controls for proper operation, 11) Check and re-insulate all windings, as needed, 12) Pre-assembly test weld, 13) Reassemble machines, 14) Make final test, 15) Return machines to operational status. b. An inspection report indicating the welding machines/serial numbers serviced shall be provided to the Government within one (1) workday after the inspection/maintenance is performed. EMERGENCY AND SPECIAL EVENT SERVICES. Upon notification by the contracting officer, the contractor shall perform emergency or special event services within 24 hours of notification. QUALITY CONTROL. The contractor shall develop and maintain a quality control program to ensure services are performed in accordance with factory accepted standards, local safety standards and other commonly accepted commercial practices. They shall also develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. QUALITY ASSURANCE. According to the Inspection of Services clause, the Government will evaluate the contractor's performance using the one hundred percent method of surveillance. This method will be used each time the contractor performs service. The Government will inspect the work to ensure the specified work is complete. GOVERNMENT REMEDIES. The contracting officer will follow FAR 52.212.4, Contract Terms and Conditions-Commercial Items (May 1997), for contractor's failure to perform satisfactory services or failure to correct non-conforming services. HOURS OF OPERATION. The contractor shall coordinate with the Government point of contact prior to inspection/maintenance of any welding machine. Services are to be performed within 48 hours of request during the hours of 0800 -1600, Monday -Friday, excluding federal holidays. Schedule: first quarter (October, November, December); second quarter (January, February, March); third quarter (April, May, June); fourth quarter (July, August, September). MATERIAL. The contractor shall furnish to the Government point of contact a written work estimate, including materials and labor costs, prior to any repairs. The permit for repair must be obtained from the Government point of contact. PAYMENT FOR SERVICE. Invoices are to be quarterly in arrears. Invoices are to be forwarded to Naval Construction Training Center, Code N8A, 5510 CBC 8th Street, Gulfport, MS 39501-5003. INSPECTION, MAINTENANCE, AND REPAIR OF AIR FORCE WELDING MACHINES GENERAL INFORMATION. The contractor shall provide preventive maintenance service for forty-six (46) welding machines. The majority of the machines are manufactured by Miller. The contractor shall provide all management, tools, supplies, equipment transportation, and labor necessary to perform quarterly welding machine inspection, maintenance, and repair at Naval Construction Training Center, Gulfport, Mississippi, in a satisfactory manner. SUPERINTENDENCE BY CONTRACTOR. The contractor shall at all times provide adequate supervision of his employees to ensure complete and satisfactory performance of all work in accordance with the terms of the contract. BASIC SERVICES. The contractor shall perform inspection, maintenance, and repair of welding machines listed below in accordance with commercially accepted standards. All services shall be performed by a certified technician specifically trained for the inspection, maintenance and repair of the below referenced machines. The maintenance/ inspection dates are to be no closer than 75 days apart. Email the contracting officer at annie.c.williams@navy.mil for drawings identifying make, model, serial number, location, and owner of welders requiring maintenance, and the past performance survey. a. Service shall include:1) Visual inspection, 2) Disassemble machines, 3) Test limit outputs, 4) Calibrate machine,5) Clean machines thoroughly, 6) Test rectifiers, 7) Test machines for ground fault, 8) Tighten all connections, 9) Check all output leads, 10) Check all controls for proper operation, 11) Check and re-insulate all windings, as needed, 12) Pre-assembly test weld, 13) Reassemble machines, 14) Make final test, 15) Return machines to operational status. b. An inspection report indicating the welding machines/serial numbers serviced shall be provided to the Government within one (1) workday after the inspection/maintenance is performed. EMERGENCY AND SPECIAL EVENT SERVICES. Upon notification by the contracting officer, the contractor shall perform emergency or special event services within 24 hours of notification. QUALITY CONTROL. The contractor shall develop and maintain a quality control program to ensure services are performed in accordance with factory accepted standards, local safety standards and other commonly accepted commercial practices. They shall also develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. QUALITY ASSURANCE. According to the Inspection of Services clause, the Government will evaluate the contractor's performance using the one hundred percent method of surveillance. This method will be used each time the contractor performs service. The Government will inspect the work to ensure the specified work is complete. GOVERNMENT REMEDIES. The contracting officer will follow FAR 52.212.4, Contract Terms and Conditions-Commercial Items (May 1997), for contractor's failure to perform satisfactory services or failure to correct non-conforming services. HOURS OF OPERATION. The contractor shall coordinate with the Government point of contact prior to inspection/maintenance of any welding machine. Services are to be performed within 48 hours of request during the hours of 0800 -1600, Monday -Friday, excluding federal holidays. Schedule: first quarter (October, November, December); second quarter (January, February, March); third quarter (April, May, June); fourth quarter (July, August, September). MATERIAL. The contractor shall furnish to the Government point of contact a written work estimate, including materials and labor costs, prior to any repairs. The permit for repair must be obtained from the Government point of contact. PAYMENT FOR SERVICE. Invoices are to be quarterly in arrears. Invoices are to be forwarded to Naval Construction Training Center, Code N8A, 5510 CBC 8th Street, Gulfport, MS 39501-5003. INSPECTION AND ACCEPTANCE (DESTINATION) (SEP 1994) (NAVSUP) Inspection and acceptance of the supplies or services to be furnished hereunder shall be performed at destination by the receiving activity. DELIVERY ADDRESS AND TIMES Naval Construction Battalion Center, NCTC Building 67 or Building 391 (will be specified at time of order), Gulfport, MS 39501-5002 7:30 a.m. to 11:00 p.m.; 1:00 p.m. to 3:00 p.m. Monday-Friday (excluding Government holidays). GOVERNMENT REPRESENTATIVE ? will be completed at time of award. PAYMENT BY CREDT CARD Payment will be made in accordance with FAR 52.232-36 entitled Payment by Third Party (Credit Card) (MAY 1999). Contractors shall mail invoices to the address below for timely payment. The Government point of contact is responsible for inspection and acceptance, and to maintain records of all appropriate paperwork regarding receipt and payment by the Government Credit Card. INVOICING ADDRESSES NCTC N8, 5510 CBC 8th Street, Gulfport, JS 39501-5002 CLAUSES INCORPORATED BY REFERENCE 52.203-1 Definitions JUL 2004 52.203-3 Gratuities APR 1984 52.203-6 Restrictions on Subcontractor Sales to the Government SEP 2006 52.204-2 Security Requirements AUG 1996 52.204-6 Data Universal Numbering System (DUNS) Number OCT 2003 52.204-7 Central Contractor Registration JUL 2006 52.204-9 Personal Identity Verification of Contractor Personnel NOV 2006 52.209-6 Protecting the Government?s Interest When Subcontracting with SEP 2006 Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 Instructions to Offerors-Commercial Items JAN 2006 52.212-1 Addendum (c) 45 calendar days JAN2006 52.212-4 Contract Terms and Conditions-Commercial Items SEP 2005 52.215-5 Facsimile Proposals OCT 1997 52.216-1 Type of Contract (FFP Supply) APR 1984 52.219-6 Notice of Total Small Business Set-Aside JUN 2003 52.219-8 Utilization of Small Business Concerns May 2004 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor-Cooperation with Authorities and Remedies JAN 2006 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 SEP 2006 Vietnam Era and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities JUN 1998 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the SEP 2006 Vietnam Era and Other Eligible Veterans 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees DEC 2004 52.222-41 Service Contract Act of 1965, as Amended JUL 2005 52.222-42 Statement of Equivalent Rates for Federal Hires MAY 1989 52.225-13 Restrictions on Certain Foreign Purchases FEB 2006 52.228-5 Insurance-Work on a Government Installation JAN 1997 52.229-3 Federal, State and Local Taxes APR 2003 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration OCT 2003 52.232-36 Payment by Third Party (Credit Card) MAY 1999 52.252-2 Clauses Incorporated by Reference FEB 1998 52.247-34 F.O.B. Destination NOV 1991 252.204-7004 Alt A ? Central Contractor Registration NOV 2003 252.209-7001 Disclosure of Ownership or Control by the Government of a OCT 2006 Terrorist Country 252.209-7004 Subcontracting with Firms that are Owned or Controlled by MAR 1998 The Government of a Terrorist Country 252.225-7001 Buy American Act and Balance of Payments Program JUN 2005 252.225-7002 Qualifying Country Sources as Subcontractors APR 2003 252.225-7012 Preference for Certain Domestic Commodities JUN 2004 252.225-7013 Duty-Free Entry OCT 2006 252.225-7031 Secondary Arab Boycott of Israel JUN 2005 252.232-7010 Levies on Contract Payments SEP 2005 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.247-7023 Transportation of Supplies by Sea MAY 2002 CLAUSES INCORPORATED BY FULL TEXT 52.212-3 Offeror Representations and Certifications-Commercial Items JUN 2006 52.212-5 Contract Terms and Conditions Required to Implement Statutes or NOV 2006 Executive Orders-Commercial Items 52.217-5 Evaluation of Options JUL 1990 52.217-8 Option to Extend Services (30 days) NOV 1999 52.217-9 Option to Extend the Term of the Contract (a) 30 & 60 days) MAR 2000 52.233-2 Service of Protest AUG 1996 252.212-7000 Offeror Representations and Certifications-Commercial Items JUN 2005 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or OCT 2006 Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7003 Electronic Submission of Payment Requests MAY 2006 5252.243-9400 Authorized Changes Only by the Contracting Officer JAN 1992 PROHIBITED PACKING MATERIALS The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper and similar hygroscopic or non-neutral material) is prohibited. In addition, loose fill polystyrene and plastic are prohibited as packing materials for items with a MARK FOR indicating a ship as the final destination. An itemized packing slip shall be included with each shipment citing the order number. MARK FOR ADDRESS Vendors are required to include the Order Number as part of the shipping address. (Block 2 ?Delivery Order Number? of Form DD 1155 or Block 2 ?Contract Number of SF 1449). INVOICE NUMBER In accordance with Title 5 of the Code of Federal Regulation (CFR), Part 1315, Prompt Payment, Final Rule, a vendor's invoice number (account number and/or any other identifying number agreed to by contract) is now required for a proper invoice. FREEDOM OF INFORMATION ACT (FOIA) UNIT PRICES Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. WAGE DETERMINATION Pursuant to Federal Acquisition Regulation (FAR) CLAUSE 52.222-41, Service Contract Act of 1965, as amended, the US Department of Labor Register Number 05-2301, Revision No. 3, dated 14 February 2007, is herby incorporated and shall apply to the period 01 May 2007 through 30 April 2008. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) AND SIZE STANDARD CODE FOR ORDERS NAICS Code (325120) Size Standard (500 Employees) FSC Code (6830) COMMERCIAL ITEM TEST PROGRAM This acquisition will be accomplished under the authority of the test program for commercial items ?Section 4202 of the Clinger-Cohen Act of 1996?, as implemented by FAR 13.5. 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: Technical Capability to meet the Government?s requirement: The offeror shall submit written evidence of a certified technician to maintain equipment manufactured by Miller. This is a pass/fail factor. Past Performance: The offeror?s proposal will be evaluated in accordance with the evaluation criteria outlined in the Contractor Performance Evaluation Survey that is included in the solicitation. This is a pass/fail factor. To be considered for award, the offeror must have an overall Past Performance Rating other than ?POOR? (see ?Contractor Performance Evaluation Survey Rating Sheet?). If an offeror has a ?POOR? rating, their offer will be considered unacceptable. This survey should be sent to representatives familiar with your performance (Government, State, Private Industry contracts). The representative should submit the form directly to the contracting officer for this requirement. Price: The contract resulting from this solicitation will be awarded to the responsible offeror submitting a technically acceptable proposal, having acceptable past performance, and the lowest evaluated price. (b) A Low Price Technically Acceptable best value evaluation technique will be used to evaluate offers. The contract resulting from this solicitation will be awarded to the responsible offeror submitting a technically acceptable proposal, having acceptable past performance, and the lowest evaluated price. (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) PROPOSAL SUBMITTALS All contractors responding must have a current registration with the Central Contractor Registration (CCR) at http://www.ccr.gov/. Proposals must be received by the contracting officer no later than 10:00 a.m. (EST) on 16 April 2007 in writing via mail, fax, or email to: Fleet & Industrial Supply Center, Attn: Carolyn Williams, Code 240CW, 110 Yorktown Ave, Box 97, Jacksonville, FL 32212-0097, annie.c.williams@navy.mil, or fax (904) 542-1098, telephone (904) 542-1061. Ability to meet the requirements set forth in this RFQ shall be demonstrated by the contractor?s submission of a signed offer, which hasn?t taken exception to the schedule. Offers that take exception and do not meet Government?s requirement, may be determined to be unacceptable and not considered for award. Offer shall, therefore, contain the contractor?s best terms from a technical, past performance, and pricing standpoint. PROPOSALS SHALL INCLUDE: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items per the scheduled included in this synopsis. Offerors who do not submit clear specification will be eliminated from competition. (2) Completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in the FedBizOps, the same as the combined synopsis/solicitation.
 
Place of Performance
Address: Naval Construction Training Center, Naval Air Station, Gulfport, MS
Zip Code: 39501
Country: UNITED STATES
 
Record
SN01268372-W 20070408/070406225838 (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.