Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2007 FBO #2074
SOLICITATION NOTICE

42 -- M22 ALARM CHEMICAL AGENT AUTOMATIC

Notice Date
7/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5 Bldg 647, Tyndall AFB, FL, 32403-5526, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F4ATA77169A00100
 
Response Due
8/8/2007
 
Archive Date
8/23/2007
 
Description
0001.M22 Alarm Chemical Agent Automatic with Toxic Industrial Chemical (TIC) and Toxic Industrial Material Modulee Svce maintenance spare refurbishment repair and upgrade: Qty: 1 LO This is a sole source requirement for a maintenance spare parts refurbishment, repair and upgrade. We intend to award to a small business woman owned. Task Order ID: Government POC: Primary: John Thornton HQ AFCESA/CEXR 139 Barnes Dr. Suite 1 Tyndall AFB, FL 32403 Alternate: SMSgt Richard Nordstrom HQ AFCESA/CEXR 139 Barnes Dr. Suite 1 Tyndall AFB, FL 32403 Phone: (850) 283-6165 FAX: (850)283-6868 JohnT@tyndall.af.mil Phone: (850) 283-6183 FAX: (850)283-6868 Richard.nordstrom@tyndall.af.mil Project Name: M-22 Alarm, Chemical Agent, Automatic, w/toxic industrial chemical (TIC) and toxic Industrial material (TIM) module service, maintenance, spare parts, refurbish, repair and upgrade and records monitoring Period of Performance: Date of Award through 30 Jun 08. Type: Firm-Fixed Price GS07-F-9287F USAF INSTALLATION PROTECTION PROGRAM (IPP) M-22 ALARM CHEMICAL AGENT AUTOMATIC W/TOXIC INDUSTRIAL CHEMICAL (TIC) AND TOXIC INDUSTRIAL MATERIAL (TIM) MODULE SERVICE, MAINTENANCE, SPARE PARTS, REFURBISHMENT, REPAIR AND UPGRADE TASK ORDER PERFORMANCE WORK STATEMENT 25 July 2007 USAF INSTALLATION PROTECTION PROGRAM (IPP) M-22 ALARM CHEMICAL AGENT AUTOMATIC W/TOXIC INDUSTRIAL CHEMICAL (TIC) AND TOXIC INDUSTRIAL MATERIAL (TIM) MODULE SERVICE, MAINTENANCE, SPARE PARTS, REFURBISHMENT, REPAIR AND UPGRADE TASK ORDER PERFORMANCE WORK STATEMENT SECTION A DESCRIPTION OF SERVICES 1.0 PURPOSE. The purpose of this Performance Work Statement (PWS) is to provide the United States Air Force (USAF), HQ Air Force Civil Engineer Support Agency, (HQ AFCESA) with service, maintenance, spare parts, refurbishment, repair and/or upgrade and records monitoring for the M-22 Alarm, Chemical Agent, Automatic, w/toxic industrial chemical (TIC) and toxic Industrial material (TIM) module systems and associated components at Andrews AFB, MD, Robins AFB, GA, and Barksdale AFB, LA. There are a total of 46 M-22 systems in operation (Andrews-13, Barksdale -15, and Robins ? 18). 2.0. SCOPE. HQ AFCESA as Installation Protection Program (IPP) Manager and central execution point for sustainment of IPP assets is required to provide a method in which service, spare parts, maintenance, refurbishment, repair and/or upgrade and records monitoring, is available to it?s installations for equipment. HQ AFCESA as Installation Protection Program (IPP) Manager and central execution point for sustainment of IPP assets is required to provide a method in which service, testing maintenance, repair, spare parts, refurbishment, or replacement and records monitoring is available to it?s installations for equipment provided through the Guardian and BEDAL programs. This specific PWS provides for that availability. Product descriptions and deliverables are described in detail below. The government reserves the right to exercise or not exercise these services during the life cycle of the contract. If the government determines to execute Task 2, Service and Maintenance; Task 3, Repair, refurbishment replacement, or upgrade; or Task 4 Records Monitoring a separate quote and proposal will be required from the contractor. 2.1. The Contractor shall: 2.1.1. Provide full service capabilities, from thorough physical inspection and the testing to refurbishment, replacement or upgrade of all M-22 systems and associated component functions for the purpose of maintaining operational capability on a continuous, periodic, and/or as required basis as described in the below tasks. 2.2. REPAIR, REPLACE, OR UPGRADE AS DETERMINED. 2.2.1. Upon completion of any of service, testing, or other periodic maintenance as identified in paragraph 2.1.1 or below listed tasks, if it is determined the unit requires repair, replacement, or upgrade, the contractor will provide to HQ AFCESA a recommended course of action (CoA) to include price quotes for same. 2.2.2. Upon approval and notice to proceed from HQ AFCESA execute such CoA under Task 2 or 3 guidelines. 2.3. SERVICE, TESTING AND MAINTENANCE. 2.3.1. When required during the service, testing and maintenance coordinate with the installation of origin shipping and handling as outlined below: 2.3.2. Each device submitted to the contractor for repair, refurbishment, replacement or upgrade shall receive the full service package which will include physical inspection, testing of all functions, software upgrades to most current version, calibration, preparation of all customs documents, pre-paid shipping to and from contractor service depot via Federal Express priority service, and evaluation and notification if any further repairs are necessary (This involves Task 2, or 3 see scope and Task 2, or 3 requirements as applicable for execution). 2.4. Records management will provide for a centralized database for tracking status, equipment history, calibration, maintenance, and repairs as a minimum. 3.0. TASKS. All work shall be performed under the auspices of the HQ AFCESA IPP manager in coordination with GSA. The contractor shall be given a notice to proceed (NTP) for each additional task and complete assigned final tasks as scheduled in paragraph 6. 3.1. TASK 1, SPARE PART(S) 3.1.1. Contractor shall provide a source for spare parts that consists of two elements; 1) installation level bench stock and 2) contractor rapid re-supply of bench stock items. 3.1.2. Due Date is Date of award plus ten (10) days through contract completion for installation level bench stock and due date is date of award plus thirty (30) days through contract completion. 3.1.1.1 Installation level bench stock shall include as a minimum the following items/qty: 3.1.1.1.1. Pumps, Smith Detection Part # PC10679 6 ea 3.1.1.1.2. Sieve Pack, External, Smiths Detection Part # PC10686 12 ea 3.1.1.1.3. Sieve Pack, Internal, Smiths Detection Part # P0614-2331 12 ea 3.1.1.1.4. Inlet Filters, Smiths Detection Part # 0614-2317 12 ea 3.1.1.1.5. Batteries, Smiths Detection Part # 3420-7710N 6 ea 3.1.1.1.6. Sieve Pack Cover Assembly, Smiths Detection Part # P0614-2316 12 ea 3.1.1.1.7. Spare Fuse Kit, Smiths Detection Part # PC11497 6 ea 3.1.1.1.8. Molecular Sieve material 1 gal 3.1.1.2. Rapid re-supply of bench stock items. 3.1.1.2.1. Contractor shall maintain or have a method to re-supply expended installation level bench stock items within ten (10) business days. 3.1.1.2.2. Re-supply may be shipped direct from contractor or manufacturer to requesting installation. 3.1.2. Any other parts required will be ordered using tasks 2 or 3. 3.2. TASK 2, SERVICE AND MAINTENANCE 3.2.1. Provide full service capabilities, from thorough physical inspection and the testing of all M-22 systems and associated component functions for the purpose of maintaining operational capability. Further requirements of this task are as follows: 3.2.1.1. Physical inspection 3.2.1.2. Testing of all functions 3.2.1.3. Evaluation and notification of repairs as necessary. Upon evaluation provide a recommended course-of-action (CoA) for all items requiring repair. 3.2.1.4. Preparation of all customs documents, pre-paid shipping to and from contractor service depot via Federal Express priority service (if required) . 3.2.2. Provide a monthly report on all units serviced. Report should contain as a minimum units serial number, date of service, narrative of service/maintenance completed. 3.3. TASK 3, REFURBISHMENT, REPLACEMENT OR UPGRADE. 3.3.1. Upon identification during task 2 or at the request of HQ AFCESA and following a notice to proceed on a previously provided given course of action (CoA) and price quote contractor will commence to complete said CoA in an expeditious timeline not to exceed 30 business days unless otherwise negotiated. 3.3.2. Refurbish rather than replace those components qualifying for such action and return them to either installation bench stock or contractor maintained rapid re-supply system. 3.3.3. When requested by HQ AFCESA or through a notice to proceed on a recommended course of action, replace components or complete systems. 3.3.4. When requested by HQ AFCESA or through a notice to proceed on a recommended course of action, upgrade the component(s) or complete system. 3.3.5. Provide an annual report of all units for which a CoA involving refurbishment, replacement or upgrade was developed and executed. Report should contain as a minimum units serial number, date of service, reason for repair/replacement, and status of CoA. 3.4. TASK 4, RECORD MONITORING. 3.4.1. Contractor will provide a centralized, secure user name and password assigned, in-house managed, sub-domain that will allow customers to track the history of the equipment calibration via assigned serial numbers. 3.4.1.1. Serial numbers will be placed on equipment using a pre-determined system to aid in the following tracking system. Equipment database should allow AFCESA to navigate to the website, click a link representing this project, and enter a serial number to view its status. 3.4.1.2. Database will include but will not be limited to the following fields: date instrument arrives in lab, customer name and address, phone and fax number, customer name, status of instrument repair and calibration, instrument serial number, expected ship date, and email address for computer generated calibration reminders determined by AFCESA. 3.4.2.3. Database will allow AFCESA to modify records at an administrator level with an assigned password and will allow other users a view only password for maintenance and calibration records. 3.4.1.3.1. A copy of this database will electronically be transmitted monthly to the AFCESA equipment manager and Supervisory staff. Electronic transmission will be accomplished no later than the fifth day of the following month. 3.4.1.3.2. A list of the meters due for service in the next 60 days will be transmitted monthly to AFCESA and Supervisory staff. 3.4.1.3.3. Database will create Calibration Certifications via PDF files that certify the date instrument was calibrated and what if any parts were repaired. 3.5. COMPLIANCE WITH 508. All electronic and information technology (EIT) procured through this task order must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.accessboard.gov/sec508/508standards.htm - Part 1194. The contractor shall indicate for each line item in the schedule whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194. Further, the proposal must indicate where full details of compliance can be found (e.g., vendor's Website or other exact location). 3.6. DUE DATES. The contractor will provide all deliverables as outlined throughout Paragraph 3 and the rest of this Performance Work Statement. 4.0. DELIVERABLES. An annual report provided to HQ AFCESA detailing the serial number, narrative work completed on units serviced, dates of service, copies of CoA with quotes, and repairs/replacements completed. The acceptance criteria for all deliverables will be upon delivery, provided there are no defects. SECTION A GENERAL INFORMATION 5.0. PERIOD OF PERFORMANCE. The performance period is for one year from date of award with possibility of annual renewals for the life cycle of the asset and GSA Contract. 6.0. TRAVEL. Travel is expected in the execution of this PWS or associated Task Orders. However, travel expenses shall be bill as reimbursable expenses. Travel budget is estimated at a not to exceed amount of $10,000.00 annually. 7.0. SECURITY AND PRIVACY. 7 .1. CLEARANCES. The highest level of security clearance required by this contract is SECRET. The contractor must obtain required clearance, if necessary. This Performance Work Statement is unclassified. All ?unfavorable information? security check results will be reported to the CONTRACTING OFFICER and appropriate action will be taken. All documentation required for security certification is the responsibility of the contractor and the client organization. 7.2. PRIVACY ACT. Task may involve the use of information subject to Provisions of the Privacy Act of 1974. The contractor shall ensure that contractors assigned to this task understand and adhere to the Privacy Act of 1974. The user agency will identify such information and provide specific direction and guidance concerning the safeguarding of such information. The contract staff will be required to read, sign, and adhere to the appropriate nondisclosure requirements. 8.0. QUALITY CONTROL. Quality Control of the services tendered to the government by the contractor is a contractual requirement. It is the contractor?s responsibility to have an inspection system in place to ensure the products and services meet the terms and conditions of the contract, which includes the requirements of this Performance Work Statement. 9. 0. GOVERNMENT QUALITY ASSURANCE. Quality assurance will be the prime responsibility of the GSA contracting officer; however HQ AFCESA will sporadically monitor the deliverable status. In addition HQ AFCESA requests copies of monthly reports to be forwarded to the Government Project Manager: Mr. John Thornton, GS-14 HQ AFCESA/CEXR 139 Barnes Dr. Suite 1 Tyndall AFB, FL 32403 Phone: (850) 283-6165 FAX: (850)283-6868 JohnT@tyndall.af.mil SECTION B SERVICES SUMMARY SS ITEM PERFORMANCE OBJECTIVE PARAGRAPH (Par) Reference THRESHOLD 1 TASK 1, INSTALLATION LEVEL BENCH STOCK & RAPID RE-SUPPLY OF BENCH STOCK items within 10 days. SECTION A, 3.1.1.1 & 3.1.1.2 Re-supply within10 days: 100 Percent Compliance 2 TASK 2, SERVICE & MAINTENANCE SECTION A, 3.2.1; 3.2.1.1; 3.2.1.2; & 3.2.1.3 Maintain No Less Than 95 Percent Operational Capability per Month 3 TASK 2, SERVICE & MAINTENANCE, Preparation of Customs and Shipping Documents and Provide a monthly report on all units serviced; TASK 4, RECORD MONITORING: Submit database monthly SECTION A, 3.2.1.4; 3.2.2; 3.4.1.1; 3.4.1.2; 3.4.1.3; 3.4.1.3.1 & 3.4.1.3.2 No Less Than 95 Percent Error-Free Rate per Month Monthly reports and database due NLT the fifth day of the following month 100 Percent of the time. 4 TASK 3, REFURBISH, REPLACEMENT, OR UPGRADE: Complete CoA NTE 30 days SECTION A, 3.3.1 NTE 2 CoAs in excess of 30 days per 6 months: 5 Annual Reports: TASK 3 and DELIVERABLES SECTION A, 3.3.5 & 4.0 Provide Reports: 100 Percent Compliance & 100 Percent Error Free Rate 6 COMPLIANCE WITH 508 SECTION A, 3.5 100 Percent compliance SECTION C GOVERNMENT FURNISHED PROPERTY 1.0. Pre-arranged access to Installation and M-22 ACADA Systems and associated components as required. SECTION D APPENDICE(S) APPENDIX 1: MONTHLY STATUS REPORTS 1.0 Task Information. 1.1 Contract number and Project number. 1.2 Client agency and location 1.3 Brief task description 2.0 Reporting Period Information. 2.1 Serial Number of units serviced 2.2 Dates of Service 2.3 Status of Course of Action (CoA) (if applicable) 2.4 Narrative for all repairs performed 3.0 Maximum length 3-4 pages.
 
Place of Performance
Address: HQ AFCESA 139 Barnes Dr. TyndaLL AFB, FL 32403
Zip Code: 32403
Country: UNITED STATES
 
Record
SN01356265-W 20070801/070730220905 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.