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

54 -- EXPLORANIUM GR-135 RADIOACTIVE ISOTOPE

Notice Date
7/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
541380 — Testing Laboratories
 
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
F4ATA77164A00100
 
Response Due
8/8/2007
 
Archive Date
8/23/2007
 
Description
0001. Obtaining service maintenance, calibration, and possibly repair or replacement for the Exploranium GR-135 Radioactive Isotope identification units. Qty: 1 LO The recommend source is a large business and a sole source provider. However, will post the requirement on FedBizOpps to generate interest and verify there is no other provider. Request permission to dissolve small business set aside. 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)283-6383 JohnT@tyndall.af.mil Phone: (850) 283-6232 FAX: (850)283-6868 richard.nordstrom@tyndall.af.mil matthew.bobb@tyndall.af.mil Project Name: Exploranium GR-135, Service, Maintenance, and Calibration Period of Performance: Date of Award through 30 Jun 08. Type: Fixed Fee This is a fixed price fee task order under contract GSA Contract GS-07F-0210J, item GR-135RECAL. USAF INSTALLATION PROTECTION PROGRAM (IPP) EXPLORANIUM GR-135 RADIOACTIVE ISOTOPE IDENTIFIER SERVICE, MAINTENANCE, CALIBRATION AND REPAIR TASK ORDER PERFORMANCE WORK STATEMENT 10 June 2007 SECTION A DESCRIPTION OF SERVICES/GENERAL INFORMATION 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 assistance in obtaining service, maintenance, calibration, and possibly repair or replacement for the Exploranium GR-135 Radioactive Isotope Identification units. 2.0. SCOPE. HQ AFCESA as Installation Protection Program (IPP) Manager and central execution point for Sustainment of Installation Protection Program assets is required to provide a method in which service, maintenance, and calibration is available to it?s installations for equipment provided through the IPP (aka. Guardian) and BEDAL programs. This specific PWS provides for that availability through Exploranium a wholly owned subsidiary of Science Application International Corporation (SAIC) (Sole-source justification attached). 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, 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 of all GR-135 functions to calibration and the addition of software upgrades. 2.1.1.1 Average GRT-135 Turn-around. Maintain an average turnaround of fourteen (14) business days from receipt of instrument until return shipment to owning organization. 2.1.1.2 Each device submitted to the contractor 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 SAIC Exploranium service depot via Federal Express priority service, and Evaluation and notification if any further repairs are necessary (This involves Task 2, see scope and Task 2 requirements for execution). 2.2. Upon completion of full service package if unit requires repair not covered in paragraph 2.1.1.1 SAIC Exploranium will provide to HQ AFCESA a recommended course of action (CoA) to include price quotes for same. 2.2.1. Upon approval from HQ AFCESA execute recommended CoA under the Task 2 guidelines. 3.0 TASKS. All work shall be performed under the auspices of the HQ AFCESA IPP manager in coordination with GSA and Exploranium. The contractor shall be given a notice to proceed (NTP) for each additional task and complete assigned final tasks as scheduled in this PWS.. 3.1. TASK 1, ANNUAL SERVICE, MAINTENANCE, AND CALIBRATION. 3.1.1. Provide full service capabilities, from thorough physical inspection and the testing of all GR-135 functions to calibration and the addition of software upgrades. Further requirements of this task are as follows: 3.1.1.1 Physical inspection. 3.1.1.2 Testing of all functions. 3.1.1.3 Software upgrades to most current version. 3.1.1.4 Calibration. 3.1.1.5 Preparation of all customs documents. 3.1.1.6 Pre-paid shipping to and from SAIC Exploranium service depot via Federal Express priority service. 3.1.1.7 Evaluation and notification if any further repairs are necessary (See Task 2). 3.1.1.8 Average turnaround should not exceed fourteen (14) business days from receipt of instrument. 3.1.2 Provide a monthly report of all units serviced. Report should contain as a minimum units serial number, originating location, and next calibration due date. 3.2. TASK 2. REPAIR AND REPLACEMENT. 3.2.1 Upon notice to proceed on a previously provided given course of action (CoA) and price quote Exploranium will commence to complete said CoA in an expeditious timeline not to exceed 30 business days. 3.2.2 Provide a monthly report of all units for which CoA was developed and executed. Report should contain as a minimum units serial number, originating location, and status of CoA. 3.3. DUE DATES. The contractor will provide all deliverables as outlined throughout Paragraph 3 and the rest of this Performance Work Statement. 4.0 DELIVERABLES. Prepared Customs documents, pre-paid shipping documents, and a monthly report provided to HQ AFCESA detailing the serial number and originating location of units serviced, 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. 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. 7. 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 8.0. TRAVEL. Travel is not expected in the execution of this PWS or associated Task Orders. However, travel expenses shall be billed as reimbursable expenses. Travel budget is estimated at a not to exceed amount of $2500.00. 9.0. SECURITY AND PRIVACY. 9.1. 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. 9.2. 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. 10.0. 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). SECTION B SERVICES SUMMARY SS ITEM PERFORMANCE OBJECTIVE PARAGRAPH (Par) Reference THRESHOLD 1 Average GR-135 Turn-around Time of 14 Days. SECTION A, 2.1.1.1 & 3.1.1.8 95 Percent Compliance per Quarter 2 TASK 1 & TASK 2 Monthly Reports SECTION A, 3.1.2 & 3.2.2 Maintain No Less Than a 97 Percent Error Free Rate Monthly reports and database due NLT the fifth day of the following month 97 Percent of the time. 3 Execute and Complete CoAs NTE 30 business Days from receipt. SECTIONA, 3.2.1 NTE 2 Completed CoAs in excess of 30 business days per 6 months. 4 DELIVERABLES SECTION A, 4.0 ZERO Defects 5 COMPLIANCE WITH 508 SECTION A, 10.0 100 Percent Compliance SECTION C GOVERNMENT FURNISHED MATERIALS. 1.0. GOVERNMENT FURNISHED MATERIALS. There are no government furnished property or services provided to the contractor under this task order. 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 Originating organization location 2.3 Next Calibration Due 2.4 Status of Course of Action (CoA) 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
SN01356266-W 20070801/070730220906 (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.