Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2014 FBO #4690
MODIFICATION

49 -- Preventative Maintenance Service

Notice Date
9/25/2014
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Quantico - National Capital Region (NCR), 2010 Henderson Road, Quantico, Virginia, 22134-5045, United States
 
ZIP Code
22134-5045
 
Solicitation Number
M0026414T0120
 
Archive Date
9/30/2014
 
Point of Contact
Venson Wilkins, Phone: 7037841900
 
E-Mail Address
venson.wilkins@usmc.mil
(venson.wilkins@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICATION 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 publication. A written solicitation will not be issued. Solicitation number M0026414T0120 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, effective 25 August 2014. This solicitation is 100% set-aside for all qualified small businesses. The North American Industrial Classification System (NAICS) code for this requirement is 811310 and the size standard is 7.0M. Line Item #0001: Preventative Maintenance (See Performance Work Statement for specific details and other instructions). Line Item #0002: Repair Service Calls (See Performance Work Statement, for specific details and other instructions). Line Item #0003 Parts and Material (See Performance Work Statement, for specific details and other instructions). The following PERFORMANCE WORK STATEMENT is a detailed description of the requirements needed for this solicitation: Description of Requirements: 1.0 General: The Regional Contracting Office - North Capitol Region (RCO - NCR) has a requirement for a non-personnel services contract to provide preventative maintenance for machinery items listed in Section 9.0 of the Perfromance Work Statement (PWS) located at Weapons Training Battlation Training and Education Command (TECOM) Marine Corps Base (MCB), Quantico, VA. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Background 1.2 The Machine Shop falls under the Precision Weapons Section, Weapons Training Battalion, Training and Education Command (TECOM), Marine Corps Base (MCB), Quantico, VA. The Machine Shop has two (2) primary functions: The building/rebuilding or repairing of military weapons and training Military Occupational Skills (MOS) 2112 Precision Weapons Repairmen. a) The Machine Shop supports numerous weapons platforms through the fabrication and modification of weapon components as well as, assistance in the building/rebuilding and repairing of the M45, M40A5, M39, M107, the MK11 and MK12. Along with the supporting weapon systems used by the Marine Corps shooting team as well as post and station teams for shooting matches throughout the Marine Corps. In addition they support the team's weapon platforms with research and development of future weapon systems. b) Training of the MOS 2112 Precision Weapons Repairmen usually consists of 16 Marines a year with each student spending around 320 hours on the machines for training. The machines are also used for sustainment training of the MOS 2112 Marines. 1.3 General Information: 1.3.1 Hours of Operation: The contractor is responsible for conducting business, between the hours of 7:00 AM to 4:00 PM. Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce is essential. 2.0 Requirement. The Contractor shall perform preventive maintenance and equipment repair services. 2.1. Preventative Maintenance (PM): The Contractor shall perform preventative maintenance on all equipment listed in Section 9 of this PWS. The Contractor shall complete the Preventative Maintenance (PM) service within 45 days of contract award. The PM will be performed within 45 days of the warranty expiration date. Services shall include all parts, labor and materials (i.e. oils, filter, belts, relays and any other consumables and components) required for the preventative maintenance. Preventative maintenance services shall be performed Monday through Friday during normal working hours of 7:00 AM to 4:00 PM, excluding federal holidays. 2.1.1. Minor repairs, as determined by the Contractor, shall be included in the PM services. 2.1.2. Major repairs identified during the preventative maintenance check shall be identified, in writing, and submitted within two (2) week of completion to the Contracting Officer's Representative. The Contractor shall not proceed with repairs, discovered during annual preventive maintenance, until the COR has provided authorization to complete the repair(s). 2.1.3. Manual Machines: Preventative maintenance for manual machines shall be in accordance with manufacturer's specific standards or best industry standards. This includes at a minimum (if so equipped): • Change oil, filter and belts • Lubricate system and clean as necessary to be qualified as working properly. • Adjust Gibs • Check levels and alignment • Inspect general machine function 2.1.4. Computer Numeric Control (CNC) Machines: Preventative maintenance for Computer Numeric Control (CNC) machines shall be in accordance with manufacturer's specific standard or best industry standards. This includes at a minimum (if so equipped): Coolant System • Remove/check pump and motor (Clean collant tank and replace collant as needed) Way Lube System • Inspect filters • Inspect lines and fittings • Check operation • Verify lube/pump operation Air System • Inspect filters • Check pressure/adjust regulator • Inspect system for leaks Electrical System • Clean electrical cabinet • Check voltages • Inspect connections/terminals • Replace tool-change relays • Inspect electrical-ground connections • Replace or clean fan filter • Check limit switches/safety locks • Inspect motor brushes, remove dust Mechanical System • Check machine level • Verify spindle sweep • Check gear-shift operation • Check spindle lube and air blast • Check spindle-orientation alignment • Change gearbox oil • Inspect drive belts • Inspect and adjust tool-changer system • Inspect spindle-taper condition • Inspect way covers and wipers • Check drawbar height • Inspect rigid-tap encoder operation • Check tool-change operation • Clean/lubricate tool changer • Inspect counterbalance system • Inspect lines, hoses & cables • Ball bar plot Lathes Only • Verify turret/spindle alignment 2.2 Repair Services: The Contractor shall provide on-call repair services for equipment covered under this contract. All repairs shall be in accordance with the manufacturer's standards or best industry practices. 2.2.1. The Contractor shall respond to service calls within 48 hours of the notification from the COR. 2.2.2. The Contractor shall identify the defective part or parts to the COR within 24 hours (normal business days) of the service call. The Contractor shall submit a work order for the needed repairs to include all anticipated costs for the repair (i.e. labor, parts, travel, etc) and the date of anticipated repair. 2.2.3. The Contractor shall provide all labor and parts (including consumables (i.e. oils, lubrication and replacement components) in support of this requirement. The Contractor is responsible for all parts and services required to restore the machine to good operating condition. 2.2.4. Repairs requiring parts not readily available shall be ordered by the Contractor in the most expeditious manner to ensure machines have minimal down time. If a machine is going to be down more than 48 hours, the Contractor shall notify the COR with an explanation of the problem and the projected date for restoration of service. 2.2.5. In the event emergency services are required, the Contractor shall respond within 24 hours. The Contractor shall service units after-hours, holidays and weekends if necessary. The COR shall advise the Contractor when emergency services are required. 3.0 Contractor Warranty. 3.1. Each repair accomplished by the Contractor shall be warranted for six (6) months from its date of completion. Factory warranties for parts will apply and the Contractor shall be responsible for ensuring compliance when a repair action falls under the warranty provisions. The COR will be responsible for providing proper documentation of manufacturer warranty items to the Contractor. 3.2. The Contractor shall be responsible for replacing warranted parts from the manufacturer under the service terms of this agreement. 4.0 Repair Reconciliation and Reports. The Contractor shall provide confirmation of repairs via email to the COR at the time of completion within five working days or at the time of invoice submission. At a minimum, the report shall include: (a) Type of machine, model, and serial number; (b) Duration of time to complete repair (rounded to the nearest hour); (c) Parts and prices; 5.0 Covered Equipment. Equipment covered under this contract is listed in Section 9 of this PWS. During the term of this contract, the Government may replace obsolete or unrepairable equipment. The inventory will be updated to address any added or replaced equipment and provided to the Contractor via contract modification. Any pricing adjustments will be addressed at time of modification to ensure all equipment to be serviced has full coverage under the contract. 6.0 Place of Performance. The Contractor shall service all equipment listed in Section 9 of this PWS. The work to be performed under this contract will be perforomed at Precision Weapons Section (PWS), Building 27250, Marine Corps Base, (MCB), Quantico, Virginia. 7.0 Security. Precision Weapons Section is a secure facility and access to the Government space will be made available to the Contractor to access for purpose of satisfying the requirements and tasks stated in this Performance Work Statement. The Contractor shall be escorted by designated government personnel during the course of their visit. Contract personnel are not required to hold a security clearance to gain access to the covered equipment while under contract. 8.0 Management and Oversight. 8.1 A COR will be designated from within the Weapons Training Battalion organization. The COR shall execute all Government responsibilities for performance oversight, inspection, invoice certification, and coordination of work efforts with the Contractor. The COR reserves the right to conduct periodic inspections of repairs and workmanship and to suggest corrective action in accordance with this PWS. The Regional Contracting (RCO) shall interface with the prime contractor's representative for payment and administration issues. The Contractor shall identify relevant staff points of contact and ensure their availability throughout contract execution to ensure effective coordination, communication, and management. 9.0 Item listing for Maintenace Service Manufacture Nomenclature Model # Serial # Haas CNC Lathe (TL2) TL2 3085828 Haas CNC Lathe (SL-30) ST30T 62535 MSC Lathe 1340 10351 MSC Lathe 1340 10352 MSC Lathe 1340 10353 MSC Lathe 1340 10354 Metosa Lathe C1440S 40052 Culchester Lathe TRIUMAH V/S VT1554 Haas CNC Mill (VF3) VF3 20705 Haas CNC Mill (Mini Mill) SMINIMILL 28893 Haas CNC MILL (TM2) TM2 1074441 Haas CNC MILL (TM2P) TM2P 1090569 Bridgeport Mill HDNG0771 Bridgeport Mill HDNG0772 Bridgeport Mill HDNG0777 Bridgeport Mill BPKMR8STD 5334M Bridgeport Mill BPKMR8STD 5326M Clausing Mill 2VS08 7346 Clausing Mill 2VS08 H7343 DoALL Horizontal Bandsaw C-916A 473-89129 DoALL Vertical Bandsaw 2613-1H 361-88186 Proth Surface Grinder PSGS-3060BH 81208-05 TroTech Laser Engraver PY300 53-1576 Spencer Whole Shop Vaccum System Empire Media Blast Cabinet PF4652 9475 Empire Media Blast Cabinet PF4652 9470 SLIP 2000 Ultra Sonic Cleaning Tank PSF-546-MIL 121002 ELGIS Mill/Drill Machine 685420 34429 Jet Mill/Drill Machine 9512914 430787 Famco Hydraulic Shear 25H48 S-09046665 10.0 Enterprise-Wide Contractor Manpower Reporting Application (ECMRA) "The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Weapons Training Battalion via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil." The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offers--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.204-7 Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 AND DFARS 252.225-7000 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Offerors are required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the System For Award Management (SAM) and Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 703-784-3397. For assistance with SAM registration, contact the SAM Customer Service, contact 1-866-606-8220 or visit their website at: http://www.sam.gov. Offerors must be registered prior to receiving an award for this solicitation or for any future awards. Offerors responding to this announcement shall submit their proposals in accordance with FAR 52.212-1. All responsible sources may submit a response which, if timely received, must be considered by the agency. Quote will be evaluated on a lowest price technically acceptable (LPTA). The closing date for this solicitation is 29 September 2014 at 1200 hr (12:00 PM) EST. The anticipated award date will be 29 September 2014. Offerors are responsible for ensuring that their submitted proposal has been received and is legible. Submit proposal to venson.wilkins@usmc.mil or fax to (703) 784-3592.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/M0026414T0120/listing.html)
 
Place of Performance
Address: Precision Weapons Section, Weapons Training Battalion Building 27250, Marine Corps Base, Quantico, Virginia, 22134, United States
Zip Code: 22134
 
Record
SN03528704-W 20140927/140926000004-22712ec76c9cb49d14002b21a93ad320 (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.