Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 27, 2001 PSA #2839
SOLICITATIONS

J -- PREVENTIVE AND REMEDIAL MAINTENANCE AND SEMI-ANNUAL CALIBRATION OF THREE GENRAD 2751 COMBINATION TEST SYSTEMS

Notice Date
April 25, 2001
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron Street, Robins AFB, GA, 31098-1611
ZIP Code
31098-1611
Solicitation Number
F09650-01-Q-0288
Response Due
May 10, 2001
Point of Contact
Jessica (1LT) O'Brien, Contract Specialist, Phone (478)926-2554, Fax (478)926-3590, Email Jessica.OBrien@robins.af.mil
E-Mail Address
Jessica (1LT) O'Brien (Jessica.OBrien@robins.af.mil)
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; quotes are being requested and a written solicitation will not be issued. This solicitation F09650-01-Q-0288 is a Request for Quote. This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 97-24. NAICS Code: 811212. Place of Performance/FOB: Robins AFB, GA. Period of Performance: 15 May 2001 through 14 May 2002. CLIN 0001 -- Preventive and remedial maintenance of Three Genrad 2751 Combination Test Systems, Serial Numbers 130, 132, and 133 and associated peripheral equipment IAW the attached statement of work. Quantity: 12 Unit of Issue: Months CLIN 0002 -- Semi-annual calibration services for line item 0001 IAW the attached statement of work. Quantity: 6 Unit of Issue: Each This solicitation is sole source to GENRAD, INC. The following clauses apply: 52.212-1- Instructions to Offerors -- Commercial; 52.212-2- Evaluation -- Commercial Items -- Price and only price related factors; all or none; 52.212-3*- Offeror Representations and Certifications -- Commercial Items; * quote must include a completed version of the provision 52.212-4- Contract Terms and Conditions -- Commercial Items; 52.212-5- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. 52.203-6, Alternate I- Restrictions on Subcontractor Sales to the Government 52.211-15- Defense Priority Rating for National Defense Use 52.222-21- Certification of Nonsegregated Facilities 52.222-23- Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity 52.222-25- Affirmative Action Compliance 52.222-26- Equal Opportunity 52.222-35- Affirmative Action for Special Disabled and Vietnam Era Veterans 52.222-37- Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era 52.222-4- Service Contract Act of 1965, As Amended 52.222-42- Statement of Equivalent Rates for Federal Hires 52.222-44- Fair Labor Standards Act and Service Contract Act- Price Adjustment 52.232-33- Mandatory Information for Electronic Funds Transfer Payment 52.252-2- Clauses Incorporated by Reference. The full text of a clause may be accessed electronically at this/these address(es): Regulations URLS: (Click on the appropriate regulation.) http://farsite.hill.af.mil/reghtml/far/farltoc/htm http://farsite.hill.af.mil/reghtml/dfars/dfarltoc.htm http://farsite.hill.af.mil/reghtml/affars/affarltoc.htm http://farsite.hill.af.mil/reghtml/afmcfars/afmcltoc.htm 252.204-7004- Required Central Contractor Registration 252.212-7001- Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of commercial items 252.225-7001- Buy American Act and Balance of Payments Program 5352.223-9001- Health and Safety on Government Organizations 5352.228-900- Insurance Clause Implementation 5352.237-9001- Contractor Identification Wage Determination 94-2139 Rev. 20 dated 09/14/2000 applies to this solicitation. DPAS Rating -- S10 CBD Note 22 applies to solicitation. Quotations may be faxed to (478) 926-3590 ATTN: Jessica T. O'Brien, 1Lt. RESPONSE TIME: 10 May 2001 at 1600. BUYER: Jessica T. O'Brien, 1Lt, email:Jessica.Obrien@robins.af.mil phone: (478) 926-2554. STATEMENT OF WORK: This Statement of Work (SOW) covers technical assistance to provide preventive and remedial maintenance and calibration of the GenRad 2751 Test system and peripheral equipment. 1. The contractor shall provide all tools, labor, materials, equipment, transportation (including per diem and travel) and parts (with the exception of those specified below) necessary to perform preventive and remedial maintenance and calibration of three GenRad 2751 COMBINATION TEST SYSTEMS serial numbers 130, 132, and 133 and associated peripheral equipment (excluding the SPARC Stations). 2. The government will designate a Contract Monitor as a single point of contact for all correspondence and through which all contractor-provided services will be requested and/or accomplished. The Functional Area Branch Chief may designate alternates to perform all functions of the Contract Monitor. The government will notify the contractor, in writing, of any changes of alternates through the Administrative Contracting Officer. The Contract Monitor will maintain a system log of all service calls, including scheduled and unscheduled maintenance and/or calibration. 3. Technical assistance by the contractor shall consist of diagnosis and repair of system hardware failures. In the event technical assistance results in a requirement to replace a part or component, the contractor shall provide all GenRad in-stock parts, components, or assemblies within twenty-four hours of failure diagnosis. If a required part, component, or assembly is not in stock, GenRad will use commercially reasonable efforts to obtain the material as quickly as possible. The contractor shall ship the part(s) freight prepaid to WR-ALC/LYPEE, Robins AFB, GA in an approved container. The government will ship the defective parts within seven days to GENRAD INC REPAIR CENTER, Westford MA. 4. The contractor shall respond to telephone requests for technical assistance within four hours following receipt of such request. If the Contract Monitor determines a remedial maintenance service call is required, the contractor shall arrive on site at Robins Air Force Base within forty-eight hours. The remedial maintenance charge shall include all labor, travel and per diem. 5. The contractor shall provide regularly scheduled preventive maintenance and calibrations twice per year at a minimum of six-month intervals in accordance with manufacturers' maintenance specifications. Preventive maintenance shall begin NLT 15 May 01. 5.1 Preventive maintenance shall include, but not be limited to, cleaning, lubrication, and replacement of worn or questionable components as indicated in the manufacturer's maintenance specifications. Configuration of all replacement parts furnished by the contractor shall be identical to the removed part(s) where feasible. If identical part(s) are not available, replacement part(s) must fulfill the same functionality. Upon request, the contractor shall provide all manufacturers' specifications required to perform inspections at no additional cost to the government. The contractor shall contact the Contract Monitor to establish the date and time to perform preventive maintenance procedures (per preventive maintenance schedule) two weeks prior to the time the contractor will require access to the system area. 5.2 Calibration shall be performed in accordance within the manufacturers' specified intervals. Equipment used to perform calibration shall be in accordance with, or equivalent to, the recommended test equipment in the manufacturer's manual. If substitute equipment is used, the contractor shall provide a list of this equipment along with applicable specifications. Calibration acceptance shall consist of performance of the applicable system optimum calibration procedure by the equipment users. 6. The government will provide the contractor with an adequate amount of work space and floor space, as required to perform the duties described in this Statement of Work (SOW). The provided space shall be used only to perform services required by this SOW. The maintenance of work space and floor space shall be the responsibility of the contractor. The Contractor shall maintain a safe and secure environment and keep the work area in an orderly manner. The government assumes no responsibility for any equipment, tools, parts, etc. provided by the contractor. 7. The contractor shall obtain base identification passes for each contractor employee requiring access to Robins AFB by submitting a written request to the base Security Police Squadron/Pass and Registration Section (653 SPS/SPAP), Bldg. 263. The Identification Credentials Request Form shall specify the contractor number, location or work sites, date the entry to the base must begin and contemplated termination date (including all option periods), names of employees requiring entry, and name of the company contract manager who will issue the request. The contractor shall attach a copy of the contract cover page to each request form. (NOTE: Procedure for Entering the Avionics Complex-Buildings 640 and 645. All visitors to the Avionics Complex (any person without a controlled area "A" badge) will report to the Visitor Control Center (VCC), Bldg. 624. The visitor will sign in, exchange a picture identification (example: state driver's license) for the appropriate badge. The visitor will have ten minutes to report to their sponsor. A sponsor system requires all personnel visiting the complex to arrange their visit. The sponsor (point of contact who is assigned to the Avionics Complex and is responsible for the visitor) must make prior arrangements for the visit by submitting a Visit Notification Sheet (VNS) to the Visitor Control Center. When arrangements are completed and approved by the first line supervisor or branch chief, the visitor will be on the access list (approved list of prior arranged sponsored visitors) at the VCC. Upon arrival, the receptionist will verify the visitor with the daily access list. Contractor personnel without a controlled area "A" badge will be issued a Visitor "V" badge. As stated in WR-ALC-RAFB 31-209, Par. 6-2a(2)(b), AFMC Form 387, Identification Credential, will be worn and displayed by contractor personnel at all times while on Robins AFB. All contractor personnel are required to wear their gray contractor's badge along with their controlled area "A" or Visitor "V" badge, while they are in the Avionics Complex. All personnel entering the Avionics Complex will leave transmitter devices (i.e., phones, pagers, walkie-talkies, beepers, etc.) in their vehicles or at the Visitor Control Center (VCC) Bldg. 624. This does not include the government owned official business devices that have been approved by the Base Tempest Monitor.) 8. In the event that the equipment being maintained under this contract is moved to another location within the avionics complex at WR-ALC, Warner Robins GA, the contractor shall continue to maintain the equipment at the new location (within the avionics complex). GenRad must be notified so they can assist in the planning and/or movement of the test systems and all related equipment. The government will furnish all labor required for the dismantling, packing, unpacking and the placement of the equipment at the new location. The government will give at least five days written notice, where possible, of the movement of equipment unless such move is due to an emergency. 8.1 If the test systems are to be moved out of the avionics complex, it will be determined whether the contract between Warner Robins Air Logistics Center and GenRad, Inc. must be rewritten and/or renegotiated. 9. The contractor shall complete and furnish a malfunction incident or preventive maintenance report to the Contract Monitor or alternate upon completion of each maintenance action. The report shall be signed by the service technician and submitted to the Contractor Monitor or alternate and include, as a minimum, the following: Listing of failed parts, failure modes, and special instructions or comments. In addition to the above incident or preventive maintenance reports the contractor shall provide semi-annual reports to the Contract Monitor beginning 15 Aug 01. The report shall contain: a) a summary of the above information, b) date and maintenance procedure performed, and c) costs to date within reporting period. 10. The Period of Performance for this effort shall be one year after the date of award.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=M&P=F09650-01-Q-0288&L=1202)
Record
Loren Data Corp. 20010427/JSOL004.HTM (D-115 SN50K267)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on April 25, 2001 by Loren Data Corp. -- info@ld.com