Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2010 FBO #3151
SOLICITATION NOTICE

J -- MAINTENANCE - "ON SITE" REPAIR,FLOOD LEAK TESTING AND CERTIFICATION OF THE PMB BOOTHAIR POLLUTION CONTROL SYSTEM AT NAVAL AIR DEPOT NORTH ISLAND, SAN DIEGO, CA 92135

Notice Date
7/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024410T0300
 
Response Due
7/20/2010
 
Archive Date
8/4/2010
 
Point of Contact
Reid Chambers 619-532-3635
 
Small Business Set-Aside
N/A
 
Description
FY11 SERVICE "FUNDS SUBJECT TO THE ENACTMENT OF THE FY11 DOD APPROPRIATION ACT OR THE FY10 CONTINUING RESOLUTION AUTHORITY, AND IS SUBJECT TO WHICHEVER ACT BECOMES APPLICABLE." STATEMENT-OF-WORK (SOW) A. Overview This statement identifies "supplies and services" to provide an on-site maintenance agreement for Government owned assets, at Fleet Readiness Center Southwest (FRC-SW), PO Box 357058, San Diego, CA 92135-7058. The primary Period-of-Performance (POP) shall be 01-October-2010, through 30- September-2011. Additionally, the Government reserves the right to exercise THREE (03 EA) subsequent Option Periods. Upon request of the Government, the Contractor shall furnish the resumes of corporate personnel for the purpose of ascertaining their qualifications, relative to the terms and conditions stipulated herein. Maintenance and repair services shall include: all travel, accommodations, labor, materials and equipment needed to complete the work. The agreement will provide annual maintenance services to establish a leak-free system and supporting "Letter of Certification," attesting to operational compliance with the Environmental Protective Agency (EPA), California Air Resources Board (CARB), and/or San Diego Air Pollution Control District (APCD). In particular, the work, associated with the performance of this order, shall facilitate "Leak-Free" Status and Certification, in compliance with California (CALIF) O.S.H.A., Regulation #5143 (a) 5. B. Service Requirements and Performance Services shall provide basic equipment cleaning, the inspection and/or identification of components for wear, lubrication, adjustment, and testing that is commensurate with maintaining and/or restoring operation and function to the designed and engineered parameters of the Original Equipment Manufacturer (OEM). The Contractor shall schedule all services requiring "on-site" visitation by corporate personnel with the Designated Government Representative (DGR) cited in the order, a minimum of FORTY-EIGHT (48 EA) Hours in advance of their anticipated arrival. Oversight or failure to meet this requirement has the potential to delay the receipt of required "Contractor Authorization" and contribute to further equipment downtime. Additionally, and for purposes of clarification, this is the only Government representative, in addition to the Contracting Officer, Contract Specialist or Purchasing Agent, who is authorized to place service calls to your company. Services are to be performed Monday through Friday (excluding federal holidays or shutdown period),during the hours of 7:00 AM and 4:00 PM, local time. Work schedules that are influenced by either afederal holiday or shutdown period will be initiated or resumed on the next regularly scheduled workday, of the Government. The Contractor shall provide all test equipment, including: tools, diagnostic and alignment devices, meters, hardware, software, etc., needed to complete the work. C. Leak-Free Testing and Letter of Certification The work associated with the performance of this order, shall facilitate "Leak-Free" Status and Certification, in compliance with California (CALIF) O.S.H.A., Regulation #5143 (a) 5. The Contractor shall undertake and complete a confined space entry flood leak test and certification procedure, during either the "second or third" Week, of July. The application will entail Measurement of Mechanical Ventilation Equipment: 27000 acfm airflow per Pilot Traverse Method, as required. It is duly noted, the dynamics of operating said equipment require "due diligence" on behalf of FRC-SW, and that the Contractor cannot guarantee or warranty (either expressed or implied) the equipment will continue to operate mechanically correct or leak-free after the original date of certification. Identified maintenance necessities will include: all preparation costs, adjustment of components, sealing of doors, man-ways, hatches, etc., and a coordinated shutdown of the system prior to testing, and the test itself. Work completion shall be achieved within SEVENTY-TWO (72 EA) Hours, following the arrival of the field-service technician. The only exceptions to this requirement will be for extenuating circumstancesthat are considered beyond the immediate control of "maintenance and/or service" personnel, and to be reasonable or prudent within industry standards. D. Off-Site Repair Should circumstances develop wherein the Contractor is unable to specify the extent of repairs needed, the Contractor is authorized to take the equipment "off-site" for repair, with approval from the Designated Government Representative (DGR). The equipment shall be repaired, and returned, within FIVE (05 EA) Business Days. If repairs cannot be completed within the allotted timeframe, it shall become incumbent upon the Contractor to notify the FRC-SW DGR, in a timely manner, of the new delivery date. E. Field Service Reports Following each site-visit, the Contractor shall provide the Government with a detailed "Field Service Report" (FSR). The report shall include, but is not limited to: Date & Time notified, Date & Time arrived, Name of technician, Type / Model / Serial Number of equipment serviced, Time spent on repair, a Description of the malfunction, Comments as to the cause of the malfunction, a General Description of any parts replaced, Date & Time "system/equipment" are returned to operational condition and the Time to Acquire replacement parts (if applicable). The cited report and/or Calibration Certificates are to be sent using traceable means, via U.S. Postal mail or expedited courier service (i.e. Fed-Ex, UPS, etc.), to the indicated DGR within SEVEN (07 EA) Days following the completion of maintenance services. F. Replacement Parts The purchase of replacement parts will require prior approval and the award of a separate purchase order, or One-Time (1X) procurement via a Government Purchase Card (GPC). In the event such items are formally requested by the Government, they must meet the Original Equipment Manufacturers (OEM) standards, and be of equivalent quality. G. Instruction/Guidance for Additional Supplies/Services Should the Contractor be confronted with uncertainty related to performance, or have knowledge of a necessity that has not been previously identified within the limitations of this negotiated agreement, the Contractor is instructed to immediately notify the cited DGR of a potential disparity in requirements, which may adversely impact the ability of the Contractor to provide requested and/or identified supplies or services. In the event of the unavailability of the DGR, wherein modification of this order may either be indicated or implied, the Contractor shall not undertake any additional actions without the receipt of written approval from the Contracting Officer, at the Fleet & Industrial Supply Center San Diego (FISCSD). H. Termination and Unused Portion This negotiated agreement may be terminated, but only through formal modification of the award. In the event that such actions are required, all related correspondence and/or documentation will be submitted directly to the Contracting Officer, at the Fleet and Industrial Supply Center San Diego (FISCSD). Additionally, by accepting this purchase order, the Contractor agrees to release the Government from any claims on the unused portion of this agreement. I. Security Following award, the Contractor shall submit to the Fleet Readiness Center Southwest (FRC-SW), Security Department, Bldg. 94-1, Code 6.5.2, PO Box 357058, NAS North Island, San Diego, CA 92135-7058, a letter requesting site clearance for all maintenance personnel. The letter shall include: the name(s), place of birth, date of birth, last 4 of the Social Security Number (SSN), vehicle license number(s), contract number, and contract commencement and end date. The letter shall be required within FIVE (05 EA) Days of receipt of the order for supplies and services, by the Contractor. Additionally, the Contractor shall send a copy of the clearance request to the Designated Government Representative (DGR), at FRC-SW. (SEE BELOW). J. Designated Government Representative (DGR) Tom S. Wallis, Fleet Readiness Center Southwest (FRC-SW), Bldg. 379-2, Code 6.3.3, PO Box 357058, NAS North Island, San Diego, CA 92135-7058, PH: (619) 545-1369, E-mail: thomas.wallis@navy.mil K. Additional Information There shall be no additional maintenance charges or fees, other than those specified herein, regardless of when the maintenance is performed, the time spent by maintenance personnel after arrival at the site (or lodging while awaiting the arrival of additional maintenance personnel, equipment, or delivery of parts), or for transportation to, or from, other sites. Overtime work, or work performed outside of normal business, are not included in this order. This order will be served by billing in arrears; following receipt by the Government of the award's indicated "supplies and/or services". The Contractor shall submit all demands for payment in accordance with DFAR CLAUSE 252.232-7004 (JAN 2004), and provide all invoices electronically through Wide Area Work Flow (WAWF). Facsimile, e-mail and scanned documents are not acceptable electronic formats. All requests for payment will contain a thorough itemization by "Contract Line Item Number" (CLIN) specifying type, quantity, unit, unit cost, total cost related to service and the associated Accounting Classification Reference Number (ACRN). All requests for financial compensation will be in accordance with the previously identified provisions, and shall be submitted within THIRTY (30 EA) Days following completion of services. The Contractor is cautioned not to exceed the amount specified herein, without prior approval from theContracting Officer, at the Fleet and Industrial Supply Center San Diego (FISCSD). Failure to complywith this requirement will result in rejection of the invoice, or reduction of the invoiced amount to the allowed amount. The Contractor will insure that all personnel involved in the scope of this work order are aware of the monetary limitations. L. Synopsis of Supplies and Services Leak Free-Status and Certification, in compliance with California O.S.H.A. Regulation #5143 (a) 5. EQUIPMENT LOCATION / AREA POINT-OF-CONTACT (POC) Fleet Readiness Center Southwest (FRC-SW)A/C Paint ComplexBldg. 468; Bay 11 & 12NAS North IslandSan Diego, CA 92135-7058Area Point-of-Contact: Anthony McClure / Code 98101 / PH: (619) 545-8979Technical Point-of-Contact: Dan Conley / Code 6.5.3 (08213) / PH: (619) 545-1982
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024410T0300/listing.html)
 
Record
SN02200543-W 20100711/100709234706-25807d9da057211ab8fa26adfa6abbaa (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.