Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2012 FBO #3746
SOLICITATION NOTICE

J -- DIVERS EQUIPMENT MAINTENANCE SERVICES - WAGE DETERMINATION

Notice Date
2/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 1, 3632 Guadalcanal Road, Bldg 165, San Diego, California, 92155, United States
 
ZIP Code
92155
 
Solicitation Number
H92240-12-T-0010A
 
Archive Date
3/27/2012
 
Point of Contact
Wayne S Johnson, Phone: 6194372715, Cynthia Y. Urias, Phone: 6195373292
 
E-Mail Address
wayne.s.johnson.ctr@navsoc.socom.mil, cynthia.urias@navsoc.socom.mil
(wayne.s.johnson.ctr@navsoc.socom.mil, cynthia.urias@navsoc.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
WAGE DETERMINATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, associated references as it pertains to FAR 13.5 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92240-12-T-0010A. A Firm Fixed Price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55 effective February 2, 2012. North American Industrial Classification Code (NAICS) 541380 with a Standard Business Size of $12M applies to this procurement. The proposed contract is 100% set aside for Small Business Concerns. STATEMENT OF WORK FOR THE NAVAL SPECIAL WARFARE GROUP ONE (NSWG-1) SUPPORT UNIT ONE DIVERS LIFE SUPPORT SYSTEM (DLSS) AND DIVING SUPPORT EQUIPMENT ROUTINE AND NON ROUTINE MAINTENANCE SERVICE 1. Background: This is a contract for routine and non routine depot level maintenance and repair of Naval Special Warfare (NSW) DLSS and diving support equipment. NSWG-1 does not possess the equipment or the facilities to perform certain types of required maintenance and repairs to the equipment. 2. Objectives: To perform depot level maintenance and repairs to NSW DLSS equipment associated diving support equipment, and hyperbaric chamber facility. 3. Scope: Contractor will provide routine and corrective maintenance of Oxygen and Air DLSS and Equipment. Maintenance must be provided on scheduled monthly, semi-annual, and annual basis, on various amounts of equipment as needed. The contractor must have a location within 25 miles of the command. This is to facilitate drop off of equipment on a daily basis at the contractor's facility by military personnel. On site quality assurance visits that are required by NAVSEA and NAVFAC during the maintenance of equipment. NSWG-1 LOGSUPPO personnel are required to perform unannounced spot checks for cleanliness and procedural compliance. Timeliness of maintenance when unforeseen acceleration of need makes maintenance turnaround critical mandates short delivery timelines. Equipment and systems include but are not limited to: a. Calibration of oxygen and divers breathing air gauges at the maintenance facility and in-place of the system b. Calibration of test equipment, torque devices, electrical/electronic test equipment, atmospheric gaseous analyzer and scales c. Testing of oxygen and divers breathing air relief valve d. Fabrication, maintenance, nondestructive testing, chemical composition testing, hydro testing, bead blasting, painting and cleaning of oxygen and divers breathing air clean components: i. Valves ii. Piping iii. Hand loaders/Reducer/regulator iv. Flexible hoses v. Moisture separators/Filters vi. Volume tanks vii. Compressed gas cylinders viii. Compressed gas flask ix. Supports and frame work x. Tool, maintenance fixtures, test equipment fabrication e. Overhaul of oxygen booster pumps f. Overhaul divers breathing air Compressors g. Breacher Torch Kits h. Special Operations Charging Assembly (SOCA) to include oxygen booster pump, portable compressor, and manifold kit. i. Contractor must be able to assemble and test various H.P. and L.P. air and oxygen delivery components for divers life support systems used in a variety of applications. These components are mainly comprised of high pressure hoses / fittings / tubing and applicable software, All of which must be built and cleaned to meet Navy Standards. j. Divers breathing gas mixing and certification testing. k. Fabrication of metal framework, tanks, sheet metal. l. Machining of fixtures and mounting brackets. m. Installation of piping and systems into NAVFAC facility. Preventative maintenance is scheduled using the Navy's 3M system computer based SKED program, periodic maintenance is scheduled at various time periods throughout the year. NSWG-1 LOGSUPPU personnel will track scheduled maintenance and inform the contractor as to the maintenance to perform. Unscheduled corrective maintenance will be requested as required. NSWG-1's equipment includes but not limited to: a. Oxygen booster pump overhaul b. Portable compressor overhaul c. Oxygen and divers breathing air compressed gas cylinders that will require visual inspection, eddy current testing, hydrostatic testing, interior cleaning and exterior bead blasting as required d. Portable and install gages for calibration e. Installed high pressure divers breathing air flasks f. Installed high pressure divers breathing air compressors g. Divers breathing air purification systems h. NAVFAC certified hyperbaric chamber system i. NAVSEA certified Transportable Recompression Chamber System j. Oxygen and divers breathing air flexible hoses. 4. Requirements: a. Contractor must have had a previous audit / on site visit by NAVSEA and or NAVFAC system certifying authorities. Contractor must provide a copy of the process control procedures which details the performance, cleaning, maintenance, testing and assembly of various Divers Life Support Systems and components to system certifying authorities. b. Contractor shall comply with the following standards and directives when performing the maintenance listed in section three (3). In case of a conflict between the references listed below, the work must be stopped and further guidance from NSWG-1 LOGSUPPU Diving Department must be received before continuing. Contractors must have copies of the following references. i. NAVSPECWARCENINST 10560.1D Re-Entry Control Program ii. OPNAVINST 4790.8B Ships Maintenance and Material Management (3M) Manual. iii. DOD MIL-STD-1330D Standard Practice for Precision Cleaning and Testing of Shipboard Oxygen, Helium, Helium -Oxygen, Nitrogen, and Hydrogen Systems iv. DOD MIL-STD-1622B Standard Practice Cleaning of Shipboard Compressed Air Systems v. NAVSEAINST SS521-AA-MAN 010 U.S. Navy Diving and Manned Hyperbaric System Safety Manual. vi. NAVSEA Topside Tech Notes vii. RIX Compressor Technical Documentation viii. Bauer Compressor Technical Documentation ix. Bauer Filtration System Technical Documentation x. U.S. Navy diving manual Chapter 4-3.1 (Table 4-1) xi. NAVFAC MO-406 c. Contractor must possess for the term of the contract NAVSEA approved process control procedures for cleaning and testing of divers breathing air and oxygen DLSS systems. d. Contractor must possess for the term of the contract NAVSEA recognized AND SWRMC/NAVY certified to perform METCAL laboratory services. ISO 9001:2000 accreditation and ANSI/NCSL Z 540-1 requirements must certify to 10,000 psi. e. Contractor must possess for the term of the contract NAVSEA trained divers breathing air and oxygen cleaning technicians. f. Contractor must employ personnel factory trained and certified on cleaning, operation, maintenance and repair of various oxygen booster pumps. The contractor shall provide a list of employees with qualification and clearance information that will perform maintenance on corporate letter head. i. Oxygen clean worker qualification certificates ii. Haskel technician qualification certificates iii. DOT hydro test facility certification iv. Hydro test technician qualification certificates g. Contractor must possess for the term of the contract NAVSEA certified class 100,000 and class "B" clean room on site with all required equipment (Infrared spectrometer, ultrasonic sinks, vacuum ovens, flushing equipment etc.) h. Contractor must possess for the term of the contract a D.O.T. certified hydrostatic re-test facility, and employs D.O.T. certified technicians and capable of testing all types and sizes of cylinders using the water jacket method. i. Contractor must provide experience/history as a contractor working with US Navy air and oxygen DLSS systems, and standards for cleaning, testing, and documentation IAW the following: i. NAVSPECWARCENINST 10560.1D Re-Entry Control Program ii. DOD MIL-STD-1330D Standard Practice for Precision Cleaning and Testing of Shipboard Oxygen, Helium, Helium -Oxygen, Nitrogen, and Hydrogen Systems iii. DOD MIL-STD-1622B Standard Practice Cleaning of Shipboard Compressed Air Systems iv. NAVSEAINST SS521-AA-MAN 010 U.S. Navy Diving and Manned Hyperbaric System Safety Manual. v. NAVSEA Topside Tech Notes vi. U.S. Navy diving manual Chapter 4-3.1 (Table 4-1) vii. NAVFAC MO-406 j. All gage calibration equipment must be certified and cleaned for use on DLSS, IAW DOD MIL-STD-1622B Standard Practice Leaning of Shipboard Compressed Air Systems, and DOD MIL-STD-1330D Standard Practice for Precision Cleaning and Testing of Shipboard Oxygen, Helium, Helium -Oxygen, Nitrogen, and Hydrogen Systems as applicable for each calibration standard. k. Contractor must possess for the term of the contract all applicable certifications and permits required to handle Freon for gage cleaning affluent sampling. l. Contractor must provide certified grade "B' water for cleaning and sampling. m. Contractor must possess for the term of the contract all required certification required by San Diego County and City for hazmat and air quality control board requirements. n. Contractor must possess an onsite NAVSEA Certified Precision Oxygen Cleaning Instructor. o. Contractor must provide all required documentation of certifications from NAVSEA and NAVFAC to perform work on certified DLSS and must present prior to contract award. p. The contractor shall provide a list of subcontractors and update it as necessary that may be used during the course of the contract to perform work with certificates if required. q. The contractor must maintain for the length of the contract and five years after an electronic inventory system and electronic maintenance history documentation system accessible by NSWG-1 LOGSUPPU personnel through internet portal. 5. Delivery: Routine maintenance referenced in paragraph two (2) will be performed in accordance with applicable documentation included in and not confined to paragraph four (4). Maintenance will be performed by factory certified technicians and qualified in accordance with (IAW) reference listed in paragraph (4). Equipment covered by this contact is U.S. Navy certified life critical systems; all safety precautions listed in the references in section four (4) shall be followed. Contractor is to maintain system certification Foreign Material Exclusion (FME) boundaries. The contractor must be able to pick up and deliver equipment to the military facility and will be required to perform certain maintenance and repairs on a permanent installed system at the military facility. Documentation of work performed will be provided by the contractor to include Objective Quality Evidence (OQE) of parts, processes and materials used upon completion of work performed. Prior to work starting an approved detailed work request will be provided by the NSWG-1 LOGSUPPU Diving Equipment Manager. The contractor will deliver a detailed price quote for maintenance/repairs. The Diving Equipment Manager will review the quote and approve the work by signature on the work request. No services will be rendered by the contractor without a properly approved work request signed by the Diving Equipment Manager. 6. Government Supplied Material: Contractor may be required to use Government Supplied Material in certain applications to complete maintenance and repairs. Contractor must be able to procure parts from technical documentation necessary to complete maintenance and repairs IAW procedures contained in references in paragraph four (4). 7. Security: Contractor personnel and vehicles must be able to gain access to the military bases through base security. 8. Travel: Contractor personnel must be able to travel to San Clemente Island CA, and Naval Amphibious Base, Coronado CA. 9. Special Material Requirements: Contractor must use parts and materials as prescribed in Technical Manuals and Navy PMS listed in paragraph four (4) and document for OQE. 10. Place of Performance: Locations include but not limited to Naval Amphibious Base Coronado, CA, and San Clemente Island MAROP's Facility and Contracts maintenance facility. 11. Period of Performance: Mar 2012 (date of contract award) to 30 Sep 2012. End of the Statement of Work SECTION B CLIN 0001 - CALIBRATION SERVICES IN ACCORDANCE WITH THE STATEMENT OF WORK. QTY- 71 HOURS UNIT PRICE___________ EXT PRICE______________ CLIN 0002 -BREACHER MAINTENANCE SERVICES IN ACCORDANCE WITH THE STATEMENT OF WORK. QTY- 150 HOURS UNIT PRICE___________ EXT PRICE______________ CLIN 0003 - SPECIAL OPERATION CHARGEING ASSEMBLY MAINTENANCE (SOCA) SERVICES IN ACCORDANCE WITH THE STATEMENT OF WORK. QTY- 800 HOURS UNIT PRICE___________ EXT PRICE______________ CLIN 0004 -DIVERS LIFE SUPPORT SYSTEM MAINTENANCE (DLSS)SERVICES IN ACCORDANCE WITH THE STATEMENT OF WORK. QTY- 150 HOURS UNIT PRICE___________ EXT PRICE______________ CLIN 0005 - COMPRESSOR GAS CYLINDER MAINTENANCE SERVICES IN ACCORDANCE WITH THE STATEMENT OF WORK. QTY- 150 HOURS UNIT PRICE___________ EXT PRICE______________ CLIN 0006 - DIVING EQUIPMENT MAINTENANCE SERVICES QTY- 35 HOURS UNIT PRICE___________ EXT PRICE______________ CLAUSES INCORPORATED BY REFERENCE: 52.202-1 Definitions (JUL 2004) 52.203-3 Gratuities (APR 1984) 52.203-5 Covenant Against Contingent Fees (APR 1984). 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006) 52.203-7 Anti-kickback Procedures (OCT 2010). 52.203-8 Cancellation, Recession, and Recovery of Funds for illegal or improper Activity (JAN 1997) 52.203-10 Price or Fee Adjustment for illegal or Improper Activity (JAN 1997) 52.204-4 Printed or Copied Double-Sided on Recycled Paper (MAY 2011) 52.204-7 Central Contract Registration (APR 2008) 52.204-8 Annual Representations and Certifications (MAY 2011) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (MAY 2011) 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2011) 52.212-4 Contract Terms and Conditions - Commercial Items (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2011) 52.219-8 Utilization of Small Business Concerns (JAN 2011) 52.219-18 Post-Award Small Business Program Representation (APR 2009) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246) 52.222-35 Equal Opportunity for Veterans, (SEP 2010) (38 U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-37 Employment Reports on Veterans, (SEP 2010) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-41 Service Contract Act 1965 (NOV 2007) 52.222-43 Fair Labor Standards Act and Service Contract Act (SEP 2009) 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving(AUG 2011) 52.224-1 -- Privacy Act Notification 52.224-2 -- Privacy Act. 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (SEP 2010) 52.232-23 Assignment of Claims (JAN 1986) 52.232-25 Prompt Payment (OCT 2008) 52.233-1 Disputes (JUL 2002) 52.233-2 Service of Protest (SEP 2006) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.242-13Bankruptcy (JUL 1995) 52.244-6 Subcontracts for Commercial Items (DEC 2010) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.252-6 Authorized Deviations in Clauses (APR 1984) 52.253-1 Computer Generated Forms (JAN 1991) 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (JAN 2009) 252.203-7001 Prohibition on Person Convicted of Fraud or Other Defense-Contract Related Felonies (DEC 2008) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7004 Alternate A Required Central Contractor Registration (SEP 2007) 252.204-7007 Alternate A, Annual Representations and Certifications (MAY 2010) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.243-7002 Requests for Equitable Adjustment (MAR 1998) SOFARS 5652.201-9002 Authorized Changes Only by Contracting Officer (JAN 2005) SOFARS 5652.204-9000 Individual Authorized to Sign (2003) SOFARS 5652.233-9000 Independent Review of Agency Protests (2009) SOFARS 5652.237-9000 Contractor Personnel Changes (JAN 1998) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.212-2 Evaluation --Commercial Items (JAN 1999) (a) The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technically Acceptable (2) Price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.217-8 FAR Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days prior to the period of performance expiration date. USSOCOM FAR SUPPLEMENT 5652.209-9002 Use of Contractor Support/Advisory Personnel for Review of Proposals (2005) The offeror's attention is directed to the fact that contractor consultant/advisors to the Government will review and provide support during proposal evaluations. When appropriate, non-government advisors may have access to offeror's proposals and may be utilized to objectively review a proposal in a particular functional area and provide comments and recommendations to the Government's decision makers. They may not establish final assessments of risk, rate or rank offerors' proposals. All advisors shall comply with procurement Integrity Laws and shall sign Non-Disclosure and Rules of Conduct/Conflict of Interest statements. The Government shall take into consideration requirements for avoiding conflicts of interest and ensure advisors comply with safeguarding source selection and proprietary data. Submission of proposal in response to the solicitation constitutes approval to release the proposal to Government Support Contractors. USSOCOM FAR SUPPLEMENT 5652.209-9003 Use of Contractor Support/Advisory Personnel as Contract Specialists (2006) The contractor's attention is directed to the fact that contractor personnel may assist the Government in a contract administrator role for administration of this contract. Execution of this contract constitutes approval to release the contract and contractor's proposal to Government Support Contractors who have signed Non-Disclosure and Rules of Conduct/Conflict of Interest Statements SOFARS 5652.215-9016 Technical and Contractual Questions Concerning All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Wayne S. Johnson, Contractor Support Contract Specialist; wayne.s.johnson.ctr@navsoc.socom.mil, Ph:(619) 537-3291, 3632 Guadalcanal Road, Bldg 165, San Diego, CA 92155
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c341643cb458b15a3fa9f90e9bd42687)
 
Record
SN02682703-W 20120226/120224235057-c341643cb458b15a3fa9f90e9bd42687 (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.