Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2011 FBO #3483
SOLICITATION NOTICE

J -- Preventive Maintenance and Calibration on MTS 810 System IAW the attached SOW.

Notice Date
6/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024411T0271
 
Response Due
6/20/2011
 
Archive Date
7/5/2011
 
Point of Contact
Leilani Mutu 808-473-7625 leilani.mutu@navy.mil
 
E-Mail Address
Contract Specialist
(leilani.mutu@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for Commercial Services and authority of FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). The solicitation number is N00244-11-T-0271. Closing date Monday, June 20, 2011 @ 0800 HST. This solicitation documents and incorporates provisions and clauses in effect through FAR Case 2010-010, published in the Federal Register on May 2, 2011 and DFARS Change Notice 20110518. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334519 and the Small Business Standard is 500.This is a competitive, unrestricted action. All proposals shall include prices, FOB point, shipping terms, a point of contact name, phone number, e-mail address, business size, and payment terms. Contractor must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR is www.ccr.gov. Proposals to be directly uploaded in NECO or emailed to the Contract Specialist: leilani.mutu@navy.mil. Should you have any questions, please e-mail the Contract Specialist. Contractor shall perform services in accordance with the provided Statement of Work. On-Site Preventive Maintenance and Calibration. 01Base Year, MTS 810 hydraulic power unit systems model # 510.23B and all related ancillary components, including calibration of the 20 kip load cell and 50 kip load cell. Period of performance is 10/1/11 9/30/12 + Two Option Years. 1001Option Year I, MTS 810 hydraulic power unit systems model # 510.23B and all related ancillary components, including calibration of the 20 kip load cell and 50 kip load cell. Period of performance is 10/1/12 9/30/13. 1002Option Year II, MTS 810 hydraulic power unit systems model # 510.23B and all related ancillary components, including calibration of the 20 kip load cell and 50 kip load cell. Period of performance is 10/1/13 9/30/14. STATEMENT OF WORK 1.0 INTRODUCTION 1.1This Statement identifies necessary services and materials to provide On-Site Preventive Maintenance and Calibration of the MTS 810 Hydraulic Power Unit Systems model #510.23B and all related ancillary components, including the calibration of the 20 kip load cell and 50 kip load cell, Linear displacement (LVDT), COD gage and Axial (1 inch and 2 inch) extensometers calibration of both systems. 2.0 TASKS 2.1The Contractor must provide the Government with one (1) preventative maintenance visit within the twelve (12) month contract period, including calibration of cited items, as well as unlimited telephone technical assistance. Certification of performance shall be provided and additional services will be performed as needed. The date and time of the preventive maintenance inspection shall be determined by mutual agreement between the designated government representative (DGR) and the vendor. In the event that the DGR does not call to set up a preventative maintenance inspection, the maintenance shall be accomplished within the last four months of the contract period. The preventative maintenance will be performed at Fleet Readiness Center Southwest, NAS North Island as designated in section 4.9 2.2The contractor must provide telephone technical assistance within 1-2 working days of notification of equipment failure. The date and time shall be noted in a trouble call log reflecting all maintenance calls, and any exceptions as stipulated therein by the Designated Government Representative (DGR). 2.3The contractor must provide all test equipment, including, but not limited to: tools, diagnostic and alignment devices, meters, hardware, and software, etc needed to perform the work. 2.4The contractor must make all repairs to the extent necessary (as determined by either inspectional testing or disassembly) to ensure a functional system that efficiently serves its intended purpose. Performance completion shall be achieved within Seventy-Two (72) Hours following the arrival of the field technician. The only exceptions to this requirement will be for extenuating circumstances, which are considered beyond the immediate control of maintenance/service personnel, and to be reasonable or prudent within industry standards. 3.0 DELIVERABLES 3.1The contractor must provide the Government with a detailed Maintenance/Service report following each preventative maintenance action. The report shall include, but not limited to: contract number, date and time notified, date and 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 and time system/equipment are returned to operational conditional condition, and the time to acquire replacement parts (if applicable). Additionally contractor will be required to affix a tag on equipment upon completion of a preventative maintenance inspection. Tag may either be a sticker or hanging tag . As a minimum, the tag shall contain: the name of the contractor, technician performing inspection, and date of inspection legibly printed. Calibration references, as requested. In accordance with ISO 9001, section 7.6; the following two areas are relevant: (1) When necessary to ensure valid results, measuring equipment shall be calibrated or verified at specified intervals, or prior to use, against measurement standards traceable to international or national measurements standard; where no such standard exist, the basis used for calibration or verification shall be recorded, and (2)In addition, the organization shall assess and record the validity of the previous measuring results when the equipment is found not to conform to requirements. The organization shall take appropriate action on the equipment and any product affected. Records of the results of calibration and verification shall be maintained. 4.0 SPECIAL REQUIRMENTS 4.1The Base Year Period of Performance (POP) shall be 01 October 2011 through 30 September 2012. The Government reserves the right to exercise TWO (2) subsequent Option periods. The contractual vehicle shall be a Firm Fixed Price Acquisition. 4.2The DGR and the Contracting Officer are the only Government representatives authorized to place service calls for preventative maintenance and on-site emergencies. The end user is authorized to call for telephone assistance. 4.3Unless otherwise specified herein, there shall be no additional maintenance charges, 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 normal business, are not included in this order. 4.4Services are to be performed Monday through Friday (excluding federal holidays), during the hours of 8:00 AM and 1630 PM, local time. 4.5The contractor must have full knowledge of the referenced equipment, and must be able to perform all work in compliance with the manufacturer s technical specifications, current commercial practices and in accordance with this statement of work. 4.6The contractor is cautioned to not exceed the amount of the Firm Fixed Price (FFP) acquisition. Failure to comply with this requirement shall result in invoice rejection, or reduction of the invoiced amount to the allowed amount. 4.7The contractor must ensure that all personnel involved in the scope of this work order are aware of monetary limitations of the FFP. In the event the vendor is confronted with uncertainly related to performance, or this procurement, they are instructed to immediately notify the Contracting Officer and Designated Government Representative, who shall contact the end user. 4.8In the event the contractor is confronted with uncertainty related to performance, or has knowledge of a necessity that has not been previously identified within the limitations of this contractual agreement, they are instructed to immediately notify the Designated Government Representative (DGR). 4.9Service Location: Fleet Readiness Center Southwest, NAS North Island Bldg. 469-N (Materials Engineering Laboratory), San Diego, CA 92135. Area POC: Timothy R. Woods; (619) 545-9757 End User: David R. Arenas; (619) 545-0027 5.0 PAYMENT/SCHEDULE 5.1Maintenance cost includes all travel, accommodations, labor, equipment and parts (excluding certain consumable items). 5.2This work order will be served by bi annual, in arrears of calibration/preventive maintenance service(s). Either party may terminate support plans with a 30-day prior written notice. 5.3 Base year 10/01/11 - 9/30/12 Option Year 1 10/01/12 - 9/30/13 Option Year 2 10/01/13 - 9/30/14 6.0 EQUIPMENT LISTING MATERIALS ENGINEERING LABATORY (1)MAINTENANCE AGREEMENT IAW STATEMENT OF WORK (2)MTS 810 Model Number: 510.23B, S/N: 504, PEMA 65888222668 (3)20 Kip Load Frame Model Number: 381700, S/N:401, PEMA 65888029185 (4)50 Kip Load Frame Model Number:381701, S/N:400, PEMA 65888029185 (5)COD Gage Model Number: 632.02B-20, S/N: 913 (6)1 inch Extensometer Model Number: 634.11E-24, S/N: 1024222 (7)2 inch Extensometer Model Number: 632.25B-20, S/N: 381 7.0 TASK ORDER POINT OF CONTACT 7.1The Designated Government Representative (DGR) is Lorie Affeldt, Fleet Readiness Center Southwest, NAS North Island, Bldg 6, San Diego, CA 92135-7058, (619) 767-7767. In the event of the unavailability of the DGR, clarification or modification of this order shall be neither implied nor indicated, the contractor shall NOT undertake any additional actions without the receipt of written approval from the Contracting Officer. 8.0 SECURITY PROCEDURES 8.1Upon award, the contractor must submit to the Fleet Readiness Center Southwest, Security Department, Code 6.5.2., a Company letter requesting site clearance for all maintenance personnel. The letter shall include the names (s), date (s) of birth, place of birth, last 4 of SSN, procurement number, and procurement commencement and end date. The letter shall be required within five (5) working days following receipt of this order, by the Contractor. Additionally, the Contractor shall send a copy of the clearance request to the Government s DGR: Lorie Affeldt, Naval Air Depot, Code 4.0C, Bldg 6, San Diego, CA 92135-7058 WAWF ACCEPTOR: Lorie.Affeldt@navy.mil ACTIVITY POINT OF CONTACT: Timothy R Woods Fleet Readiness Center Southwest Bldg. 469 North Materials Engineering Laboratory Code 43400 P.O. Box 357058 NAS North Island San Diego, CA 92132-7058 619-545-9757 FAX 619-545-7810 Email: Tim.Woods@navy.mil INVOICE CERTIFIER POINT OF CONTACT: Paula B. Stauffer, Financial Technician Fleet Readiness Center Southwest Comptroller Office, Bldg 94-1, Code 10.2.3 P.O. Box 357058 NAS North Island San Diego, CA 92135-7058 Hearing Impaired: Call relay svcs 1-800-735-2922; optr to call 619-545-5184 FAX 619-545-3520 Email: Paula.Stauffer@navy.mil This solicitation incorporates the following FAR and DFARS Clauses Provisions: 52.204-7 Central Contractor Registration (JUL 2006). 52.212-1, Instructions to Offerors - Commercial Items (SEP 2006); 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2004). 52.212-4, Contract Terms and Conditions - Commercial Items (SEP 2005). 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (SEP 2005) with the following clauses incorporated by reference in paragraphs (a) (1) 52.233-3 Protest after Award (AUG 1996) (31 U.S.C 3553.) (2) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub.I. 108-77.108-78); (b) 52.222-3Convict Labor (JUNE 2003) (E.O. 11755). 52-222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126). 52-222-21 Prohibition of Segregated Facilities (FEB 1999). 52-222-26 Equal Opportunity (APR 2002) (E.O. 11246). 52.22-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era; And Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (SEP 2006) (38 U.S.C 4212). 52.225-13 Restrictions Certain Foreign Purchases (FEB 2006) (E.O.S. proclamations, and statues administered by the Office of Foreign Assets Control of the Department of proclamations, and statues administered by the Office of Foreign Assets Control of the Department of Treasury) and 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). 252-204-7004 Alt A Required Central Registration Alternate A (NOV 2003). 252.225-7002 Qualifying Country Subcontractors (APR 2003). 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.252-2 Clauses Incorporated by reference (FEB 1998). 252-212-7001 Contract Terms and Conditions Required Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (OCT 2006) with DFARS Clauses incorporated in reference (b) (17) 252.232-7003 Electronic Submission of Payment Requests (MAY 2006) (10 U.S.C. 2227). 52.217-4 Evaluation of Options Exercised at Time of Contract Award; 52.217-8 Option to Extend Services (NOV 1999); 52.217-9 Option to extend the Term of the Contract (MAR 2000); 52.222-48 Exemption from Application of Service Contract Act (AUG 1996); 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984); 52.237-3 Continuity of Services (JAN 1991).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024411T0271/listing.html)
 
Place of Performance
Address: Fleet Readiness Center Southwest, NAS North Island, San Diego, CA
Zip Code: 92135
 
Record
SN02464489-W 20110608/110606234131-6a73ad80efde1c1bafe0b99be9184d7e (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.