Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2010 FBO #3186
SOLICITATION NOTICE

J -- WELDING EQUIPMENT MAINTENANCE

Notice Date
8/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
RDECOM Contracting Center - Adelphi (RDECOM-CC), ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX10T0141
 
Response Due
8/14/2010
 
Archive Date
10/13/2010
 
Point of Contact
Barbara DeSchepper, 410-278-5425
 
E-Mail Address
RDECOM Contracting Center - Adelphi (RDECOM-CC)
(barbara.deschepper@us.army.mil)
 
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. 8. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is W911QX-10-T-0141. This acquisition is issued as a Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44, dtd July 8, 2010 with a correction to 2005-43, dtd July 23, 2010. This acquisition is set-aside for small business set-aside. The associated NAICS code is 811310 The small business size standard is $7.0m. The following is a list of contract line item numbers and items, quantities and units of measure. Base and four option years: CLIN 0001MAINTENANCE HOBART WELDING ARC FFP MAINTENANCE OF HOBART WELDING ARC DC 400 AMP MDL R400S, S/N 79WS18409, BC 25692 FOUR PM/YEAR IN ACCORDANCE WITH THE STATEMENT OF WORK 001AA BASE YRMAINTENANCE HOBART WELDING ARC FOUR PM/YEAR 001AB OPTION YR 1 MAINTENANCE HOBART WELDING ARC FOUR PM/YEAR 001AC OPTION YR 2 MAINTENANCE HOBART WELDING ARC FOUR PM/YEAR 001AD OPTION YR 3 MAINTENANCE HOBART WELDING ARC FOUR PM/YEAR 001AE OPTION YR 4 MAINTENANCE HOBART WELDING ARC FOUR PM/YEAR CLIN 0002 MAINTENANCE HOBART WELDING MACHINE FFP MAINTENANCE OF AIRCO WELDING SYSTEM ARC MDL RCC450RVS, S/N 84WS06708, BC 25685 FOUR PM/ YEAR IN ACCORDANCE WITH THE STATEMENT OF WORK 002AA BASE YR MAINTENANCE HOBART WELDING MACHINE FOUR PM/ YEAR 002AB OPTION YR 1MAINTENANCE HOBART WELDING MACHINE FOUR PM/ YEAR 002AC OPTION YR 2MAINTENANCE HOBART WELDING MACHINE FOUR PM/ YEAR 002AD OPTION YR 3MAINTENANCE HOBART WELDING MACHINE FOUR PM/ YEAR 002AE OPTION YR 4MAINTENANCE HOBART WELDING MACHINE FOUR PM/ YEAR CLIN 0003 MAINTENANCE ESAB WELDING MACHINE FFP ESAB WELDING MACHINE, P/N SVI450I, S/N ML171194, BC 8786D TWELVE PM/YEAR IN ACCORDANCE WITH THE STATEMENT OF WORK 003AA BASE YR MAINTENANCE ESAB WELDING MACHINE TWELVE PM/YEAR 003AB OPTION YR 1 MAINTENANCE ESAB WELDING MACHINE TWELVE PM/YEAR 003AC OPTION YR 2 MAINTENANCE ESAB WELDING MACHINE TWELVE PM/YEAR 003AD OPTION YR 3 MAINTENANCE ESAB WELDING MACHINE TWELVE PM/YEAR 003AE OPTION YR 4 MAINTENANCE ESAB WELDING MACHINE TWELVE PM/YEAR CLIN 0004 MAINTENANCE MILLER WELDING MACHINE FFP MAINTENANCE ESAB WELDING MACHINE, P/N SYNCROWAVE 350, S/N KA758120, BC 4044F SIX PM/YEAR IN ACCORDANCE WITH THE STATEMENT OF WORK 004AA BASE YRMAINTENANCE MILLER WELDING MACHINE SIX PM/YEAR 004AB OPTION YR 1 MAINTENANCE MILLER WELDING MACHINE SIX PM/YEAR 004AC OPTION YR 2 MAINTENANCE MILLER WELDING MACHINE SIX PM/YEAR 004AD OPTION YR 3 MAINTENANCE MILLER WELDING MACHINE SIX PM/YEAR 004AE OPTION YR 4 MAINTENANCE MILLER WELDING MACHINE SIX PM/YEAR CLIN 0005 MAINTENANCE HOBART WELDING MACHINE FFP MAINTENANCE HOBART WELDING MACHINE, P/N RCC450RVS, S/N 85WS03506, BC 25709 FOUR PM/YEAR IN ACCORDANCE WITH THE STATEMENT OF WORK 0005AA BASE YRMAINTENANCE HOBART WELDING MACHINE FOUR PM/YEAR 0005AB OPTION YR 1MAINTENANCE HOBART WELDING MACHINE FOUR PM/YEAR 0005AC OPTION YR 2MAINTENANCE HOBART WELDING MACHINE FOUR PM/YEAR 0005AD OPTION YR 3 MAINTENANCE HOBART WELDING MACHINE FOUR PM/YEAR 0005AE OPTION YR 4 MAINTENANCE HOBART WELDING MACHINE FOUR PM/YEAR CLIN 0006 MAINTENANCE AIRCO WELDING MACHINE FFP MAINTENANCE AIRCO WELDING MACHINE, P/N AC/DC MDL 300, S/N MH404062, BC 25699, FOUR PM/YEAR IN ACCORDANCE WITH THE STATEMENT OF WORK 0006AA BASE YR MAINTENANCE AIRCO WELDING MACHINE FOUR PM/YEAR 0006AB OPTION YR 1 MAINTENANCE AIRCO WELDING MACHINE FOUR PM/YEAR 0006AC OPTION YR 2 MAINTENANCE AIRCO WELDING MACHINE FOUR PM/YEAR 0006AD OPTION YR 3 MAINTENANCE AIRCO WELDING MACHINE FOUR PM/YEAR 0006AE OPTION YR 4 MAINTENANCE AIRCO WELDING MACHINE FOUR PM/YEAR 0007 MAINTENANCE MILLER INVISION WELDING MACHINE FFP MAINTENANCE MILLER INVISION WELDING MACHINE, P/N 456MP, S/N LA205792, BC 5589H TWELVE PM/YEAR IN ACCORDANCE WITH THE STATEMENT OF WORK 0007AA BASE YR MAINTENANCE MILLER INVISION WELDING MACHINE TWELVE PM/YEAR 0007AB OPTION YR 1 MAINTENANCE MILLER INVISION WELDING MACHINE TWELVE PM/YEAR 0007AC OPTION YR 2 MAINTENANCE MILLER INVISION WELDING MACHINE TWELVE PM/YEAR 0007AD OPTION YR 3 MAINTENANCE MILLER INVISION WELDING MACHINE TWELVE PM/YEAR 0007AE OPTION YR 4 MAINTENANCE MILLER INVISION WELDING MACHINE TWELVE PM/YEAR CLIN0008 MAINTENANCE ROBOTIC WORK CELL WITH SEAM TRACKER AND HOBART WELDER, P/N K6SB, S/N 88121, BC 70191, SIX PM/YEAR IN ACCORDANCE WITH THE STATEMENT OF WORK 0008AA BASE YRMAINTENANCE ROBOTIC CELL/HOBART WELDER SIX PM/YEAR 0008AB OPTION YR 1MAINTENANCE ROBOTIC CELL/HOBART WELDER SIX PM/YEAR 0008AC OPTION YR 2MAINTENANCE ROBOTIC CELL/HOBART WELDER SIX PM/YEAR 0008AD OPTION YR 3MAINTENANCE ROBOTIC CELL/HOBART WELDER SIX PM/YEAR 0008AE OPTION YR 4MAINTENANCE ROBOTIC CELL/HOBART WELDER SIX PM/YEAR CLIN 0009 MAINTENANCE MILLER WELDING MACHINE FFP MAINTENANCE MILLER WELDING MACHINE, P/N 90344, S/N KJ21415280, BC 0526J, SIX PM/YEAR IN ACCORDANCE WITH THE STATEMENT OF WORK 0009AA BASE YR MAINTENANCE MILLER WELDING MACHINE SIX PM/YEAR 0009AB OPTION YR 1MAINTENANCE MILLER WELDING MACHINE SIX PM/YEAR 0009AC OPTION YR 2MAINTENANCE MILLER WELDING MACHINE SIX PM/YEAR 0009AD OPTION YR 3MAINTENANCE MILLER WELDING MACHINE SIX PM/YEAR 0009AE OPTION YR 4MAINTENANCE MILLER WELDING MACHINE SIX PM/YEAR CLIN 0010MAINTENANCE HOBART ARC WELD MACHINE FFP MAINTENANCE HOBART ARC WELD MACHINE, P/N 400D, S/N 86WS03311, BC 13446, SIX PM/YEAR IN ACCORDANCE WITH THE STATEMENT OF WORK 0010AA BASE YRMAINTENANCE HOBART ARC WELD MACHINE SIX PM/YEAR 0010AB OPTION YR 1MAINTENANCE HOBART ARC WELD MACHINE SIX PM/YEAR 0010AC OPTION YR 2MAINTENANCE HOBART ARC WELD MACHINE SIX PM/YEAR 0010AD OPTION YR 3MAINTENANCE HOBART ARC WELD MACHINE SIX PM/YEAR 0010AE OPTION YR 4MAINTENANCE HOBART ARC WELD MACHINE SIX PM/YEAR CLIN 0011MAINTENANCE ESAB CV/CC MIG WELD MACHINE FFP MAINTENANCE ESAB CV/CC MIG WELD MACHINE, P/N VJ4501, S/N 1709250, BC 8242D, TWELVE PM/YEAR IN ACCORDANCE WITH THE STATEMENT OF WORK 0011AA BASE YRMAINTENANCE ESAB CV/CC MIG WELD MACHINE TWELVE PM/YEAR 0011AB OPTION YR 1MAINTENANCE ESAB CV/CC MIG WELD MACHINE TWELVE PM/YEAR 0011AC OPTION YR 2MAINTENANCE ESAB CV/CC MIG WELD MACHINE TWELVE PM/YEAR 0011AD OPTION YR 3MAINTENANCE ESAB CV/CC MIG WELD MACHINE TWELVE PM/YEAR 0011AE OPTION YR 4MAINTENANCE ESAB CV/CC MIG WELD MACHINE TWELVE PM/YEAR CLIN 0012MAINTENANCE KOIKE CNC MACH/WATER TABLE FFP MAINTENANCE KOIKE CNC SHAPE CUTTING MACHINE AND WATER TABLE, P/N MSG 2500, S/N MSG 7099, BC 2418H, TWELVE PM/YEAR IN ACCORDANCE WITH THE STATEMENT OF WORK 0012AA BASE YRMAINTENANCE KOIKE CNC MACH/WATER TABLE TWELVE PM/YEAR 0012AB OPTION YR 1MAINTENANCE KOIKE CNC MACH/WATER TABLE TWELVE PM/YEAR 0012AC OPTION YR 2MAINTENANCE KOIKE CNC MACH/WATER TABLE TWELVE PM/YEAR 0012AD OPTION YR 3MAINTENANCE KOIKE CNC MACH/WATER TABLE TWELVE PM/YEAR 0012AE OPTION YR 4MAINTENANCE KOIKE CNC MACH/WATER TABLE TWELVE PM/YEAR CLIN 0013MAINTENANCE MILLER AIRPAK WELD MACHINE FFP MAINTENANCE MILLER AIRPAK WELDING MACHINE, P/N 90344, S/N LA289619, BC 0694M, SIX PM/YEAR IN ACCORDANCE WITH THE STATEMENT OF WORK 0013AA BASE YRMAINTENANCE MILLER AIRPAK WELD MACHINE SIX PM/YEAR 0013AB OPTION YR 1MAINTENANCE MILLER AIRPAK WELD MACHINE SIX PM/YEAR 0013AC OPTION YR 2MAINTENANCE MILLER AIRPAK WELD MACHINE SIX PM/YEAR 0013AD OPTION YR 3MAINTENANCE MILLER AIRPAK WELD MACHINE SIX PM/YEAR 0013AE OPTION YR 4MAINTENANCE MILLER AIRPAK WELD MACHINE SIX PM/YEAR CLIN 0014MAINTENANCE MILLER WELDING MACHINE FFP MAINTENANCE MILLER WELDING MACHINE, P/N MM350P, S/N LH060564B, BC 6963J, TWELVE PM/YEAR IN ACCORDANCE WITH THE STATEMENT OF WORK 0014AA BASE YRMAINTENANCE MILLER WELDING MACHINE TWELVE PM/YEAR 0014AB OPTION YR 1MAINTENANCE MILLER WELDING MACHINE TWELVE PM/YEAR 0014AC OPTION YR 2MAINTENANCE MILLER WELDING MACHINE TWELVE PM/YEAR 0014AD OPTION YR 3MAINTENANCE MILLER WELDING MACHINE TWELVE PM/YEAR 0014AE OPTION YR 4MAINTENANCE MILLER WELDING MACHINE TWELVE PM/YEAR CLIN 0015MAINTENANCE MILLER WELDING MACHINE FFP MAINTENANCE MILLER WELDING MACHINE, P/N MM350P, S/N LH060550B, BC 6964J, TWELVE PM/YEAR IN ACCORDANCE WITH THE STATEMENT OF WORK 0015AA BASE YRMAINTENANCE MILLER WELDING MACHINE TWELVE PM/YEAR 0015AB OPTION YR 1MAINTENANCE MILLER WELDING MACHINE TWELVE PM/YEAR 0015AC OPTION YR 2MAINTENANCE MILLER WELDING MACHINE TWELVE PM/YEAR 0015AD OPTION YR 3MAINTENANCE MILLER WELDING MACHINE TWELVE PM/YEAR 0015AE OPTION YR 4MAINTENANCE MILLER WELDING MACHINE TWELVE PM/YEAR CLIN 0016MAINTENANCE MILLER WELDING MACHINE FFP MAINTENANCE MILLER WELDING MACHINE, P/N MM350P, S/N LH060562B, BC 6965J, TWELVE PM/YEAR IN ACCORDANCE WITH THE STATEMENT OF WORK 0016AA BASE YRMAINTENANCE MILLER WELDING MACHINE TWELVE PM/YEAR 0016AB OPTION YR 1MAINTENANCE MILLER WELDING MACHINE TWELVE PM/YEAR 0016AC OPTION YR 2MAINTENANCE MILLER WELDING MACHINE TWELVE PM/YEAR 0016AD OPTION YR 3MAINTENANCE MILLER WELDING MACHINE TWELVE PM/YEAR 0016AE OPTION YR 4MAINTENANCE MILLER WELDING MACHINE TWELVE PM/YEAR CLIN 0017MAINTENANCE MILLER WELDING MACHINE FFP MAINTENANCE MILLER WELDING MACHINE, P/N MM350P, S/N LH090374B, BC 6947J, TWELVE PM/YEAR IN ACCORDANCE WITH THE STATEMENT OF WORK 0017AA BASE YRMAINTENANCE MILLER WELDING MACHINE TWELVE PM/YEAR 0017AB OPTION YR 1MAINTENANCE MILLER WELDING MACHINE TWELVE PM/YEAR 0017AC OPTION YR 2MAINTENANCE MILLER WELDING MACHINE TWELVE PM/YEAR 0017AD OPTION YR 3MAINTENANCE MILLER WELDING MACHINE TWELVE PM/YEAR 0017AE OPTION YR 4MAINTENANCE MILLER WELDING MACHINE TWELVE PM/YEAR CLIN 0018MAINTENANCE MILLER WELDING MACHINE FFP MAINTENANCE MILLER WELDING MACHINE, P/N AXCESS450, S/N LH070049U, BC 6966J, TWELVE PM/YEAR IN ACCORDANCE WITH THE STATEMENT OF WORK 0018AA BASE YRMAINTENANCE MILLER WELDING MACHINE TWELVE PM/YEAR 0018AB OPTION YR 1MAINTENANCE MILLER WELDING MACHINE TWELVE PM/YEAR 0018AC OPTION YR 2MAINTENANCE MILLER WELDING MACHINE TWELVE PM/YEAR 0018AD OPTION YR 3MAINTENANCE MILLER WELDING MACHINE TWELVE PM/YEAR 0018AE OPTION YR 4MAINTENANCE MILLER WELDING MACHINE TWELVE PM/YEAR CLIN 0019MAINTENANCE MILLER AIRPAK WELDING MACHINE FFP MAINTENANCE MILLER AIRPAK WELDING MACHINE, P/N AIRPAK, S/N LH016934, BC 9014J, SIX PM/YEAR IN ACCORDANCE WITH THE STATEMENT OF WORK 0019AA BASE YRMAINTENANCE MILLER AIRPAK WELDING MACHINE SIX PM/YEAR 0019AB OPTION YR 1MAINTENANCE MILLER AIRPAK WELDING MACHINE SIX PM/YEAR 0019AC OPTION YR 2MAINTENANCE MILLER AIRPAK WELDING MACHINE SIX PM/YEAR 0019AD OPTION YR 3MAINTENANCE MILLER AIRPAK WELDING MACHINE SIX PM/YEAR 0019AE OPTION YR 4MAINTENANCE MILLER AIRPAK WELDING MACHINE SIX PM/YEAR CLIN 0020MAINTENANCE MILLER AIRPAK WELDING MACHINE FFP MAINTENANCE MILLER AIRPAK WELDING MACHINE, P/N AIRPAK, S/N LK170109E, BC 0829K, SIX PM/YEAR IN ACCORDANCE WITH THE STATEMENT OF WORK 0020AA BASE YRMAINTENANCE MILLER AIRPAK WELDING MACHINE SIX PM/YEAR 0020AB OPTION YR 1MAINTENANCE MILLER AIRPAK WELDING MACHINE SIX PM/YEAR 0020AC OPTION YR 2MAINTENANCE MILLER AIRPAK WELDING MACHINE SIX PM/YEAR 0020AD OPTION YR 3MAINTENANCE MILLER AIRPAK WELDING MACHINE SIX PM/YEAR 0020AE OPTION YR 4MAINTENANCE MILLER AIRPAK WELDING MACHINE SIX PM/YEAR CLIN 0021 MAINTENANCE MILLER AIRPAK WELDING MACHINE SIX PM/YEAR, P/N AIR PAK, S/N KJ194155, BC 7008J 0021AA BASE YRMAINTENANCE MILLER AIRPAK WELDING MACHINE SIX PM/YEAR 0021AB OPTION YR 1MAINTENANCE MILLER AIRPAK WELDING MACHINE SIX PM/YEAR 0021AC OPTION YR 2MAINTENANCE MILLER AIRPAK WELDING MACHINE SIX PM/YEAR 0021AD OPTION YR 3MAINTENANCE MILLER AIRPAK WELDING MACHINE SIX PM/YEAR 0021AE OPTION YR 4MAINTENANCE MILLER AIRPAK WELDING MACHINE SIX PM/YEAR CLIN 0022MAINT ALLTRA CNC/CUT SYSTEM/WATERTABLE FFP MAINTENANCE ALLTRA CNC OXYFUEL/PLASMA SHAPE CUTTING SYSTEM PN/14-12, S/N 5788, BC 1112 AND WATERTABLE, J.B. TECHNICAL SERVICES, P/N CF1033, S/N 09-122-T, BC 1113K, TWELVE PM/YEAR IN ACCORDANCE WITH THE STATEMENT OF WORK 0022AA BASE YRMAINT ALLTRA CNC/CUT SYSTEM/WATERTABLE TWELVE PM/YEAR 0022AB OPTION YR 1MAINT ALLTRA CNC/CUT SYSTEM/WATERTABLE TWELVE PM/YEAR 0022AC OPTION YR 2MAINT ALLTRA CNC/CUT SYSTEM/WATERTABLE TWELVE PM/YEAR 0022AD OPTION YR 3MAINT ALLTRA CNC/CUT SYSTEM/WATERTABLE TWELVE PM/YEAR 0022AE OPTION YR 4MAINT ALLTRA CNC/CUT SYSTEM/WATERTABLE TWELVE PM/YEAR CLIN 0023REPLACEMENT PARTS FFP REIMBURSEMENT OF REPLACEMENT PARTS FOR CLINS 0008, 0012 AND 0022 0023AA BASE YRREPLACEMENT PARTS FFP REIMBURSEMENT OF REPLACEMENT PARTS FOR CLINS 0008, 0012 AND 0022 0023AB OPTION YR 1REPLACEMENT PARTS FFP REIMBURSEMENT OF REPLACEMENT PARTS FOR CLINS 0008, 0012 AND 0022 0023AC OPTION YR 2REPLACEMENT PARTS FFP REIMBURSEMENT OF REPLACEMENT PARTS FOR CLINS 0008, 0012 AND 0022 0023AD OPTION YR 3REPLACEMENT PARTS FFP REIMBURSEMENT OF REPLACEMENT PARTS FOR CLINS 0008, 0012 AND 0022 0023AE OPTION YR 4REPLACEMENT PARTS FFP REIMBURSEMENT OF REPLACEMENT PARTS FOR CLINS 0008, 0012 AND 0022 CLIN 0024FACTORY MAINTENANCE FFP ANNUAL FACTORY MAINTENANCE REQUIRED FOR CLINS 0008, 0012 AND 0022 IN ACCORDANCE WITH THE STATEMENT OF WORK 0024AA BASE YRFACTORY MAINTENANCE FFP ANNUAL FACTORY MAINTENANCE REQUIRED FOR CLINS 0008, 0012 AND 0022 IN ACCORDANCE WITH THE STATEMENT OF WORK 0024AB OPTION YR 1FACTORY MAINTENANCE FFP ANNUAL FACTORY MAINTENANCE REQUIRED FOR CLINS 0008, 0012 AND 0022 IN ACCORDANCE WITH THE STATEMENT OF WORK 0024AC OPTION YR 2FACTORY MAINTENANCE FFP ANNUAL FACTORY MAINTENANCE REQUIRED FOR CLINS 0008, 0012 AND 0022 IN ACCORDANCE WITH THE STATEMENT OF WORK 0024AD OPTION YR 3FACTORY MAINTENANCE FFP ANNUAL FACTORY MAINTENANCE REQUIRED FOR CLINS 0008, 0012 AND 0022 IN ACCORDANCE WITH THE STATEMENT OF WORK 0024AE OPTION YR 4FACTORY MAINTENANCE FFP ANNUAL FACTORY MAINTENANCE REQUIRED FOR CLINS 0008, 0012 AND 0022 IN ACCORDANCE WITH THE STATEMENT OF WORK CLIN 0025CONTRACTING MANPOWER FFP THE CONTRACTOR SHALL REPORT IN ACCORDANCE WITH THE STATEMENT OF WORK PARAGRAPHED CONTRACTOR MANPOWER REPORTING FOR REQUESTING W262AA FSCJ049 0025AA BASE YRCONTRACTING MANPOWER THE CONTRACTOR SHALL REPORT IN ACCORDANCE WITH THE STATEMENT OF WORK PARAGRAPHED CONTRACTOR MANPOWER REPORTING FOR REQUESTING W262AA FSCJ049 0025AB OPTION YR 1CONTRACTING MANPOWER FFP THE CONTRACTOR SHALL REPORT IN ACCORDANCE WITH THE STATEMENT OF WORK PARAGRAPHED CONTRACTOR MANPOWER REPORTING FOR REQUESTING W262AA FSCJ049 0025AC OPTION YR 2CONTRACTING MANPOWER FFP THE CONTRACTOR SHALL REPORT IN ACCORDANCE WITH THE STATEMENT OF WORK PARAGRAPHED CONTRACTOR MANPOWER REPORTING FOR REQUESTING W262AA FSCJ049 0025AD OPTION YR 3CONTRACTING MANPOWER FFP THE CONTRACTOR SHALL REPORT IN ACCORDANCE WITH THE STATEMENT OF WORK PARAGRAPHED CONTRACTOR MANPOWER REPORTING FOR REQUESTING W262AA FSCJ049 0025AE OPTION YR 4CONTRACTING MANPOWER FFP THE CONTRACTOR SHALL REPORT IN ACCORDANCE WITH THE STATEMENT OF WORK PARAGRAPHED CONTRACTOR MANPOWER REPORTING FOR REQUESTING W262AA FSCJ049 Description of requirements: STATEMENT OF WORK C.1 BACKGROUND C.1.1 The Contractor shall provide maintenance on-site at Aberdeen Proving Ground for the Government-owned welding equipment specified in the attached table entitled: Equipment List. C.2 OBJECTIVE The Contractor shall provide all required certified factory trained labor, documentation, schematics, maintenance supplies, tools, test equipment, transportation and repair parts to maintain the equipment in working condition in accordance with Original Equipment Manufacturer OEM specifications. C.3 PRINCIPAL PERIOD OF MAINTENANCE PPM AND INVENTORY PARTS C.3.1 The PPM is from 8:00 AM until 4:30 PM local time on weekdays, Monday through Friday, Federal holidays and weekends excluded. The Contracting Officer Representative can change the PPM upon thirty days prior written notice to the Contractor, in the form of a unilateral contract modification, provided the changed PPM remains the same number of hours and does not change the weekday coverage to include Saturday, Sunday or holiday periods, or change the PPM so that the new hours are more than forty hours per week or eight hours per day. Any change in PPM shall result in no change in contract price. The Contractor shall provide preventative maintenance outside the PPM if authorized by the COR and if the contractor states that such performance will not result in any equitable adjustment to the contract price. C.3.2 The Contractor shall maintain a sufficient inventory of spare and replacement parts or readily available supply from the original equipment manufacturer to maintain properly and efficiently equipment for the life of the contract. The Contractor shall use new approved parts or parts equal in performance to new parts in accomplishing repairs. Those parts which have been replaced become the property of the Contractor. C.3.3 The Contractor shall maintain a parts logistics organization capable of supplying replacement parts within twenty-four hours. C.3.4 The Contractor shall provide all repair parts at no additional cost to the Government on all the line items except for line items 0008, 0012, and 0022 of the equipment list. The Contractor shall be reimbursed for repair part costs for these four line items in accordance with the Statement of Work, paragraph C.9. Excluded from the maintenance service is electrical work external to the equipment. Maintenance service shall not include repairs of damaged equipment resulting from accident, transportation between Government sites, misuse, failure of electrical power or environmental control equipment, or causes other than ordinary use. C.4 DOCUMENTATION C.4.1 All documentation, schematics, hardware and software manuals, diagnostic routines and any other aids herein after called documentation received by the Government as part of a routine procurement action is made available to the Contractor for use at the equipment site. Any further documentation pertinent to performing maintenance under this contract is the responsibility of the Contractor, labeled as Contractor property, and remain Contractor property. C.4.2 The Contractor shall obtain acquisition of documents necessary to perform maintenance services under and during the life of this contract. C.4.3 The Contractor shall prepare and maintain complete maintenance records on all equipment under this contract. The Contractor shall ensure the maintenance records are available for review by the COR during contract performance. The Contractor shall prepare a service report for each maintenance call. The service report will include as a minimum: 1. date, 2. model, nomenclature and serial number of equipment, 3. description of malfunction, 4. tasks performed, 5. description of parts replaced and associated costs, 6. signature of Contractor representative 7. signature of Government representative confirming work was performed, 8. acceptance by signature of the COR. The Contractor shall provide copies of all scheduled preventive maintenance and remedial repair reports to the COR on a weekly basis. C.5 CONDITION OF EQUIPMENT PRIOR TO CONTRACT COMPLETION C.5.1 Prior to termination or expiration of this contract or removal from this contract of any equipment, the equipment may be subject to an inspection by the COR. If the equipment is not in operating condition in accordance with OEM upon inspection, the Contractor shall return the equipment to operating condition in accordance with OEM or reimburse the Government for any charges including, but not limited to, travel, parts and labor required to place the equipment in operating condition in accordance with OEM. C.6 PREVENTIVE, FACTORY, AND REMEDIAL MAINTENANCE C.6.1 The Contractor shall perform Preventive Maintenance inspections at various intervals i.e. bi-monthly, quarterly, semi-annually, yearly, etc. as specified in the preventive maintenance schedule under C.4.3 and C.6.2 in accordance with commercial practice governing maintenance of the particular equipment including but not limited to a. complete inspection of instruments; b. cleaning, c. lubricating, d. adjusting, e. replacing parts as necessary, and f. calibration and testing for proper operation. C.6.2 The Contractor shall ensure that Preventive Maintenance is performed in accordance with the OEMs specifications/instructions during the PPM. The Contractor shall provide a Preventive Maintenance schedule via email to the COR for all equipment within 30 days after a date of award. C.6.3 The Contractor shall perform Factory Maintenance on CLINS 0008, 0012 and 0022 of the equipment list in accordance with commercial practice governing maintenance of the particular equipment including but not limited to a. complete inspection of the equipment; b. cleaning, c. lubricating, d. adjusting, e. replacing parts as necessary, and calibration and testing for proper service. C.6.4 The Contractor shall provide Remedial/Emergency maintenance only after receipt of notification from the COR that the equipment is inoperative. C.6.5 The Contractor shall ensure the Remedial/Emergencies are completed within twenty-four hours three -eight hour days. The response times shall start when the COR notifies the Contractor of the need for repair or fifteen minutes after contact is attempted, whichever is earlier. C.6.6 The Contractor shall provide all materials and qualified personnel to perform remedial maintenance on the equipment on-site at the Governments location, unless a major repair requires service at Contractors facility. The C shall ensure the repair is complete and in accordance with Section C.6.8. C.6.7 The Contractor shall determine the cause of equipment failure within two -eight hour days, weekends and Federal holidays excepted. The Contractor shall provide a specialist, Contractor personnel or authorized manufacturer personnel for resolution of the problem, at no additional cost to the Government. Immediately upon determination of the cause of equipment failure, the Contractor shall notify the COR of the cause. C.6.8 The Contractor personnel shall arrive at the Government site and begin repairs within twenty-four continuous hours weekends and Federal holidays excepted, from notification by the COR that remedial/emergency maintenance is required. If equipment cannot be repaired and returned to service within three -eight hour days from time of request for service, the Contractor shall provide a back-up unit, equal to the equipment being serviced, at no cost to the Government, until such time as equipment being repaired can be returned to service by the Contractor or the equipment is determined by the COR as non-serviceable. The term equal means that the back-up equipment being provided is and does what the deadline equipment did when it was working properly. If equipment is determined to be non-serviceable, the Contractor provided back-up unit/equipment will be returned within ninety days from date determined non-serviceable. Downtime for each device failure is measured by the intervals between the time the Government attempts to contact the Contractors representative at the prearranged contact point and the time that the device is returned to the Government in acceptable operating condition or until a back-up unit is delivered to the Government. The Contractor personnels travel time is included in the calculation of downtime. C.7 CALIBRATION C.7.1 The Contractor shall calibrate and test the equipment to original specifications. C.7.2 Calibration is performed at the same time as the preventive maintenance. The Contractor shall provide a hard copy of the calibration/preventive maintenance schedule to the COR. C.7.3 The Contractor shall perform calibration after repairs as required by OEMs specifications. C.8 REMOVAL OF EQUIPMENT C.8.1 The Contractor shall not perform maintenance at locations other than APG without prior approval of the COR. The Contractor shall perform remedial or calibration services at contractor's facility upon CORs approval. C.8.2 All parts, components, and equipment that require removal from the Government installation shall be transferred by the Contractor at the risk of the Contractor. The Contractor is fully responsible for the material until it is returned to the Government installation. C.8.3 The Contractor shall notify the COR via telephone or email twenty-four hours in advance of any requirements for removal of Government-owned equipment from the authorized repair site. C.9 REIMBURSEMENT OF REPLACEMENT PARTS FOR CLINS 0008, 0012, and 0022 of the equipment list. C.9.1 The Government will reimburse the Contractor at actual cost for replacement parts exceeding $25.00. The Contractor shall ensure invoices are accompanied by the copy of the suppliers invoice and a copy of the manufacturers current published price list at the time of replacement. C.9.2 The Contractor shall amortize replacement parts of less than $25.00 list price, per unit of each, in basic maintenance and remedial/emergency service price and not separately billed. These parts include, but are not limited to: Lubricants, oils, grease, belts, fuses, switches, lamps, and those items associated with preventive maintenance and standard remedial/emergency repair items. C.9.3 The amount set forth in the schedule for CLIN 0023 represents a NOT-TO-EXCEED NTE ceiling amount on costs of replacement parts to be incurred by the Contractor incident to his performance under this CLIN. No invoices will be paid under this CLIN without prior authorization from the COR. All invoices must be approved by the COR for purposes of determining the total amount due. The Contractor is responsible to ensure that the cost does not exceed the NTE amount. C.9.4 Replacement parts at list price exceeding $500.00 per unit cost of each require written approval from the COR prior to replacing. C.10 ADDITIONAL EQUIPMENT C.10.1 The Government reserves the right to add/delete new or newly transferred welding equipment to/from this contract via contract modification only. C.11 ADMINISTRATIVE C.11.1 The Contractor shall utilize Government required forms for maintenance schedules, service and repair in accordance with AR 750-1, 710 series, DA PAMS 710-2 series and 738-750 and related policies and guidelines. These forms are available from the Army Publishing Directorate web page: http://www.apd.army.mil/ C.11.2 The Government will provide a small secure area for use by the Contractor for use of communication equipment, i.e. telephones, fax machine, etc. in the welding shop area, Bldg. 1115, APG, MD. Cost of equipment, set-up and installation, and all fees associated with usage, maintenance, and supplies is the responsibility of the Contractor. Portable instruments are acceptable. The Contractor shall coordinate any installation with the COR. C.12 Contractor Manpower Reporting The Contractor shall perform manpower reporting as follows: C.12.1 The Contractor shall report all contractor manpower including subcontractor manpower required for performance of this contract using the format provided at the following web address: https://contractormanpower.army.pentagon.mil. The Contractor shall include the following: C.12.1 a. Contracting Office, Contracting Officer, Contracting Officers Technical Representative b.Contract number, including task and delivery order number c.Beginning and ending dates covered by reporting period d.Contractor name, address, phone number, e-mail address, identity of Contractor employee entering data e.Estimated direct labor hours -including subcontractors f.Estimated direct labor hours paid this reporting period -including subcontractors g.Total payments- including subcontractors h.Predominant Federal Service Code FSC reflecting services provided by contractor and separate predominant FSC fore each sub-contractor if different i.Estimated data collection cost j.Organizational title associated with the Unique Identification Code UIC for the Army Requiring Activity. The Army requiring activity is responsible for provided the contractor with its UIC for the purposes of reporting this information. k.Locations where contractor and subcontractors perform the work specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on the website l.Presence of deployment or contingency contract language m.Number of Contractor and subcontractor employees deployed in theater this reporting period by country C.12.2 The Contractor shall also provide the estimated total cost, if any, incurred to comply with this reporting requirement. The reporting period shall be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 3 October of each calendar year. C.12.3 The Contractor may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors system to the secure web site without the need for separate data entries fore each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. The following RDECOM local provisions will be incorporated into any resultant contract: 52.004-4409 RDECOMAC Point of Contact; 52.004-4411 Technical Point of Contact; 52.016-4407 Type of Contract; 52.005-4401 Release of Information; 52.032-4418 Tax Exemption Certification. A copy of the full test of these provisions will be made available upon request. This acquisition is rated under the Defense Priorities and Allocations System DPAS as None The following notes apply to this announcement: None Offers are due on 14 August 2010, by 11:59 PM, at the US Army Research Laboratory, CCRD-AB-AD, 434, Aberdeen Proving Ground, MD 21005-5001 or via e-mail: barbara.deschepper@arl.army.mil For information regarding this solicitation, please contact Barbara DeSchepper, at 410-278-5425 or e-mail at barbara.deschepper@arl.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0b997697f486463849ac568fc5d326cf)
 
Place of Performance
Address: RDECOM Contracting Center - Adelphi (RDECOM-CC) Bldg. 434, ATTN: CCRD-AD-AB Aberdeen Prov Grd MD
Zip Code: 21005
 
Record
SN02241266-W 20100815/100814000919-0b997697f486463849ac568fc5d326cf (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.