Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SOLICITATION NOTICE

R -- COMBINED SYNOPSIS/SOLICITATION, EQUIPMENT MANAGEMENT AND CALIBRATION MAINTENANCE SERVICES

Notice Date
7/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 311th HSW/PK 8150 Aeromedical Road, Brooks AFB, TX, 78235-5123, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1JEAB7158B001
 
Response Due
8/1/2007
 
Archive Date
8/16/2007
 
Small Business Set-Aside
Total Small Business
 
Description
EQUIPMENT MANAGEMENT AND CALIBRATION MAINTENANCE SERVICES. 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; quotations are being requested and a written solicitation will not be issued. (ii) The solicitation reference number is F1JEAB7158B001 and is issued as a request for Proposal (RFP) for the purpose of entering into a Firm-Fixed price contract for services in accordance with the Performance Work Statement (PWS) PROPOSALS SHALL BE VALID FOR 90 DAYS. The current Department of Labor (DOL) Wage Determination for Bexar County shall apply. The DOL Wage Determination Number and Revision used for these services shall be identified in the proposals. (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-18. (iv) This solicitation is 100% set-aside for small business concerns. The associated NAICS code is 541380, and the small business size standard is $11 Million.(v) This requirement consists of Contract Line Item 0001 Equipment Management Program Support, Lot (1), monthly amount and Total amount per year; Contract Line Item 0002 Calibration Program Support, Lot (1), monthly amount and Total amount per year. (vi) DESCRIPTION OF WORK: FOR A COPY OF THE PERFORMANCE WORK STATEMENT SEE BELOW, FOR COPYIES OF THE ATTACHMENTS, PLEASE CONTACT GEORGE DOWDEY BY EMAIL AT george.dowdey@brooks.af.mil. THE PWS AND TWO ATTACHMENTS (CDRL AND EQUIPMENT LIST) WILL ALSO BE POSTED IN AMENDMDNT 01 WITHIN 24 HOURS. (vii) Period of Performance is 09 Sep 07 through 8 Sep 08 for the basic period including two one-year option periods, if required. The incumbent contractor currently has two employees performing the same requirements. (viii) The provision at 52.212-1, Instructions to Offerors ? Commercial Items, applies to this solicitation (ix). The provision at 52.212-2, Evaluation, Commercial Items, applies to this solicitation, paragraph (a) reads: Best Value proposal that is most advantageous to the government. Price will be considered, however, technical capability in accordance with the PWS is more significant than price. Proposals will be evaluated and awarded using the simplified acquisition procedures on the basis of sufficiency of skill and experience to efficiently and effectively respond to and successfully complete tasks defined in the PWS. Factors in order of importance; 1. Technical/management approach demonstrating the offeror?s understanding of the requirements as set forth in the PWS. 2. Reasonableness of proposed costs to planned labor hours and labor categories. Offerors shall provide the following in their proposal: (a) A comprehensive technical and management approach to accomplish the work effort, (b) A cost estimate in sufficient detail to conduct a thorough technical and pricing evaluation. The following FAR/Supplements clauses are also applicable to this acquisition: (x) 52.203-3 Gratuities (Apr1984), 52.204-9 Personal Identity Verification of Contractor Personnel (Nov 2006), 52.212-3, Offeror Representations and Certifications, Commercial Items, (xi) 52.212-4, Contract Terms and Conditions, Commercial Items, (xii) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses identified at paragraph b. of FAR 52.212-5 are considered checked and are applicable to this acquisition: (b)1, 5, 15 through 22, 32, (c) 1, 2, and 3, (xiii) FAR 52.217-8 Option To Extend Services (Nov 1999), 52.217-9 Option To Extend The Term Of The Contract (Mar 2000), FAR 52.222-50 Combating Trafficking in Persons (Apr 2006), 252.201-7000 Contracting Officer's Representative (Dec 1991), DFARS; 252.204-7000 Disclosure of Information (Dec 1991), (19920, 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting (Aug 1991), 252.204-7003 Control of Government Personnel Work Product (Apr 2002), 252.204-7004 Alternate A Central Contractor Registration (Nov 2003), DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007), 252.232-7003 Electronic Submission of Payment Requests (Mar 2007), 252.232-7010 Levies on Contract Payments (Dec 2006), 252.243-7002 Requests for Equitable Adjustment (Mar 1998), AFFARS; 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (Apr2003), 5352.223-9001 Health and Safety on Government Installations (Jun 1997), 5352.242-9000 Contractor access to Air Force Installations (Jun 2002), 5352.242-9001 Common Access Cards (CAC) for Contractor Personnel (Aug 2004), AFMCFARS; 5352.201-9101 Ombudsman (Aug 2005) and 5352.245-9004 Base Support (Jul 1997) and local clauses E0006 Payment Reqests and Receiving Report Submission Instruction (Aug 2006) H-17 Unexpected Base/Installation/Office Closure Policy for On-Site Contractors. (xvi) The Proposal due date is COB 3:00 PM, 01 Aug 2007. (xvii) Detailed proposals shall be submitted via E-mail in Microsoft Excel 5.0 format with all the required information to 311 HSW/PKAH, Attn: George Dowdey who is also the point of contact, email address George.Dowdey@brooks.af.mil (210) 536-2452, 2513 Kennedy Circle, Bldg 180, Rm. 117, Brooks City-Base TX 78235-5116. In addition please forward a courtesy copy to aubrey.lewis@brooks.af.mil and Mr. Ruben Sandoval at Ruben.Sandoval@brooks.af.mil. Once a technical evaluation has been performed, negotiations will be conducted, if required. Performance of this effort shall not proceed until the contractor receives direction from the Contracting Officer or an executed contract. PERFORMANCE WORK STATEMENT FOR EQUIPMENT MANAGEMENT AND CALIBRATION MAINTENANCE SERVICES IN SUPPORT OF AIR FORCE INSTITUTE FOR OPERATIONAL HEALTH RADIATION SURVEILLANCE DIVISON 17 JULY 2006 1.0 DESCRIPTION OF SERVICES: The Radiation Surveillance Division (SDR) of the Air Force Institute Operational Health (AFIOH), Surveillance Directorate, Brooks City-Base, Texas provides environmental health physics consulting support to Bioenviron-mental Engineering Services and Civil Engineering Environmental Management at over 40 Air Force Installations. In addition, SDR is responsible for the Air Force Radiation Assessment Team (AFRAT); AFRAT provides rapid, global response for radiation accidents/incidents by delivering immediate radiological assessment and expert risk assessment for consequence management and site recovery. This effort is for contract services to maintain radiation detection equipment on a timely basis according to national and AF standards. Daily maintenance to the specialized AFRAT equipment will allow AFIOH and the AFRAT to continue providing radiation recovery services. The contract personnel shall be exposed to low levels of ionizing radiation well within Air Force and national standards. 2.0 TECHNICAL REQUIREMENTS: 2.1. Maintenance and Calibration of Radiation Detection Equipment: The contractor shall maintain SDR radiation monitoring equipment and associated measurement and test equipment (M&TE); shall employ scientific knowledge and experience to manage day to day operation of the calibration facility, evaluate radiation monitoring instrumentation, research and recommend new instrumentation or optimize existing instruments, evaluate instrumentation using gamma/alpha spectroscopy and other test equipment, and ensure calibrations are in accordance with the radioactive materials permit and ANSI N323A ( See attached Technical Exhibit A). The contractor shall also interface with project managers to ensure equipment is optimized for specific applications (radionuclide specific). The contractor shall recommend techniques for use or setup, and ensure equipment is calibrated for field surveys according to specific project requirements. 2.1.1. Using technical expertise, the contractor shall evaluate and optimize new instrumentation to include advising the manufacturer, of recommended modifications to the software, firmware, and hardware in order to ensure the equipment meets Air Force requirements. 2.1.2. On a as needed basis, the contractor shall train military staff on radiation monitoring equipment calibration requirements and maintenance techniques, 2.1.3 The contractor shall possess adequate scientific and instrumentation knowledge in order to assist the government personnel with quality assurance and quality control documents/procedures for calibration and routine maintenance functions, and also to ensure that Measuring and Test Equipment (M&TE) is not compromised. The contractor shall ensure that the M&TE) is controlled in order to limit access to the National Institute Standards & Technical (NIST) traceable functions and AF T.O. 00-20-14. 2.1.4. The contractor shall assist in performing and maintaining X-Ray, Cs-137, and neutron radiation exposure facilities to include characterization of radiation fields and normal usage. 2.1.5 The contractor shall coordinate with appropriate government offices as detailed below: 2.1.5.1. Contractor shall coordinate with the Air Force Metrology and Calibration Program Office, (AFMETCAL) on issues related to AF technical orders or instructions related to calibration and maintenance of radiation monitoring equipment. 2.2 Maintenance of other AFIOH/SDR assigned equipment, vehicles and Automated Data Processing Equipment (ADPE). 2.2.1 The contractor shall be the alternate Medical Equipment & ADPE Custodian on all AFIOH/SDR accounts. The contractor shall serve as the Precision Measurement Equipment Laboratory (PMEL) coordinator for Nuclear Incident Response Force 1 and 2, which are subcomponents of AFRAT, maintaining constant status of the condition and location of individual items. The contractor shall maintain an efficient tracking and issue system that may include computerized inventories, bar scanning, hand receipts, etc. 2.2.2 The contractor shall design and maintain an inventory database, or log system sufficiently capable of producing timely reports to include quantity of any given item type, items issued on hand-receipts, items out for calibration, etc. All equipment or ADPE that is not in the possession of the Equipment & ADPE Custodian should be issued to an individual or unit. 2.2.3 Other requirements as detailed below: 2.2.3.1 The contractor shall act as a liaison with PMEL and Medical Logistics on the initial receipt, disposition, and periodic calibration/repair of equipment. The contractor shall establish a calibration cycle for all equipment that staggers the submission of a given equipment type over the course of the year to maintain limited capabilities at all times. The contractor shall process items to PMEL or if necessary ship items to manufacturer for calibration or repair. The contractor shall prepares and submit AFTO 45s, Request for Calibration Determination, to Air Force Metrology and Calibration (AFMETCAL) on all items that do not have an AFTO 45 or that require a change in calibration source. 2.2.3.2 The contractor shall proactively coordinate with the government to identify future equipment and ADPE requirements. This should include projected upgrades/replacements based on known or learned life cycles. The contractor shall also prepare appropriate information (such as AF Form 601s ? Equipment Action Request) for purchase requests processing. 2.2.3.3 The contractor shall prepare equipment for use by AF consultants on projects. This preparation includes the packing, issue, shipment, and receipt of items/systems requested by the consultants. *Note that all equipment is the responsibility of the Custodian until issued to an individual or unit. 2.2.3.4 The contractor shall coordinate with AF users to identify future vehicle requirements., 2.2.3.5 The contractor shall coordinate with local vendors or base units involved with the maintenance of SDR vehicles. 2.2.3.6 The contractor shall assist the account custodian in the inventory maintenance of all ADPE and medical equipment to ensure accountability of all items managed by SDR. 2.2.3.7 The contractor shall interface with government auditors on all medical equipment and ADPE audits. 2.3 Monthly Reporting Requirements 2.3.1 The contractor shall provide a monthly status report summarizing accomplishments, including a description of work for the subject performance period. (CDRL A001) 3.0 TRAVEL REQUIREMENTS: Two trips shall be required per year for this contract. One trip from San Antonio, TX to Wright Patterson AFB, OH (Dayton) for a period of one week (5 days) to interface with Air Force Material Command Health Physicists and one week trip (5 days) to McGuire AFB, NJ in support of the BOMARC work site. 4.0 PERIOD OF PERFORMANCE: Normal work hours shall be an 8 hour work day/40 hours per week for the base period and each option period as exercised. The work week will be Monday through Friday. 5.0 GOVERNMENT PROPERTY: Access to relevant government documentation and facilities will be provided through coordination with the government program manager. Work will be performed at AFIOH (Bldg. 140), Brooks City Base, TX 78235-5123. AFIOH will provide office space and furniture, routine office supplies, computer hardware and software necessary to perform tasks of contract 6.0 COMPUTER SECURITY: All contract personnel require a minimum of a NAC/SF 85 for any position that requires access to the INTERNET, AUTOMATED SYSTEM or unescorted entry into restricted or controlled areas. The investigation is not for a security clearance; it is for a POSITION OF TRUST. This is a mandatory requirement listed in DOD 5200.1-R and AFI 31-401 Info Security. 7.0 GOVERNMENT OPR/EVALUATOR: COR/TPM: Alternate TPM: Gerald M. Achenbach, DAF, BSC Capt. Joseph Green AFIOH/SDRR AFIOH/SDRO 2350 Gillingham Dr. B140 2350 Gillingham Dr. B140 Brooks AFB TX 78235-5103 Brooks AFB TX 78235-5103 Tel (210) 536-5569 Tel (210) 536-5562 Contract Program Manager Contracting Officer Ruben T. Sandoval 311 HSW/PKAH AFIOH/DOT 2315 Kennedy Circle B180 2315 Kennedy Circle, B180 Brooks City- Base TX 78235-5116 Brooks City ? Base TX 78235-5116 Tel (210) 536-5790 8.0 DELIVERABLE PRODUCTS: See attached Contract Data Requirement List (CDRL): 9.0 CONTINUATION OF ESSENTIAL DOD CONTACTOR SERVICES DURING CRISIS: The performance of these services is not considered to be mission essential during time of crisis. Should a crisis be declared, the Contracting Officer or his/her representative will verbally advise the Contractor of the revised requirements, followed by written direction. 10. SERVICE DELIVERY SUMMARY: Performance Objectives SOW para Performance Thresholds Inspection Method Customer Service 2.2.3.1?2.2.3.7. Respond to 100% of request for equipment service with a down time not to exceed 24 hrs of request Customer Feedback Quality 2.1.-2.2 Technical products/deliverables were complete and accurate with an error rate shall not exceed 5%. Customer Feedback Schedule 2.1-2.2 Met Major and minor milestones and coordinated schedule updates with no more than 1 error. Customer Feedback
 
Place of Performance
Address: AFIOH/SDR, 2350 Gillingham Dr. Bldg. 140, Brooks City-Base, TX
Zip Code: 78235-5130
Country: UNITED STATES
 
Record
SN01345498-W 20070720/070718221513 (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.