SOLICITATION NOTICE
61 -- INTERIM CONTRACTOR SUPPORT ON THE DEPLOYABLE POWER GENERATION AND DISTRIBUTION SYSTEM (DPGDS)
- Notice Date
- 7/25/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
- ZIP Code
- 32542-6864
- Solicitation Number
- F08635-03-R-0163
- Response Due
- 9/7/2003
- Point of Contact
- Christi O'Leary, Contract Specialist, Phone (850)882-4686 x 339, Fax (850)882-9381, - Kelly Clark, Contracting Officer, Phone (850)882-4686 x 345, Fax (850)882-9381,
- E-Mail Address
-
christi.oleary@eglin.af.mil, kelly.clark@eglin.af.mil
- Description
- The Contracting Office, AAC/WMO, Eglin AFB FL, intends to issue a one-year contract with two 1-year options for Interim Contractor Support (ICS) to the Deployable Power Generation and Distribution System (DPGDS). The total period of performance of the base year contract for this new effort will be from 1 Dec 03 to 30 Nov 04, with two 1-year option periods with the first option year starting on 1 Dec 04 and ending on 30 Nov 05 and the second option year starting on 1 Dec 05 ending 30 Nov 06. The Government may or may not choose to exercise the option year periods. Currently the Government has a time and materials contract that was awarded as a sole source procurement with Radian Incorporated of Alexandria, Virginia, which runs from 1 Dec 02 to 30 Nov 03. This new contract will cover at least the same tasks and scope as the existing ICS contract with Radian. The DPGDS is made up of a 920KW prime power unit (MEP-PU-810A & B), primary switching center, secondary distribution center, various power distribution panels, remote area lighting system, cable reel pallet assembly, expeditionary fuel system, and various cabling and hardware. The following provides a list of some of the tasks required under this ICS contract: (1) Supply Support: The Contractor shall establish and maintain a supply and transportation priority system providing DPGDS parts and establish a worldwide distribution system. The Contractor shall also ensure that best commercial practice marking/labeling and Packaging, Handling, Storage and Transportation (PHS&T) requirements are met. The Contractor shall ship all parts by priority transportation to the requester?s point of origin within 3 business days of its receipt of the request from the Program Office for priority orders and within 7 calendar days of the request for routine orders. When commercial transportation is used, the Contractor is responsible for delays, lost or damaged materials and shall remain obligated to meet the performance requirements of this contract. If Government transportation is directed, the Contractor will ensure that all documentation, marking, labeling, preparation, and packaging are in accordance with appropriate Government regulations and provide pick-up and delivery of all assets as directed by the Government Contracting Office, to/from Air Force Traffic Management Office. (2) Technical Services: The Contractor shall provide technical services to include maintaining and dispatching anywhere in the world, a Field Service Support Team with expertise specifically on the MEP-PU-810A & B Prime Power Units and additional distribution equipment, The Support Team must perform repairs and solve complex maintenance problems that are beyond the Government's capability, and provide On-The-Job-Training (OJT) as required. This support may be required in hazardous duty or differential pay zones, as identified by the State Department. The Contractor will ensure that their designated technical service representatives remain current in standard worldwide immunizations and maintain a passport. The Contractor personnel assigned to provide technical support shall obtain a passport through contractor resources and must comply with the security requirements listed in Industrial Security Manual, DOD and Air Force Series Regulations, and the contract DD Form 254, Contract Security Classification Specification. These personnel will possess a minimum of a ?Secret? security clearance. The Contractor will ensure a ready-to-depart capability within two business days (plus visa acquisition time, if required) of notification from the Government. Travel provisions will be based on the Government Joint Travel Regulations. Specific tasks to be accomplished include but are not limited to: on-site troubleshooting and repair of end-items, Line Replaceable Units, and/or components of the DPGDS; and provide OJT and informal instruction in DPGDS operation, maintenance, installation, removal, and system troubleshooting with special emphasis on safety. This OJT will be authorized and performed by the Contractor only in conjunction with an authorized site repair and only upon approval of the Government. Technical Services will be charged to the Government on Time and Materials CLINs using agreed to rates. (3) ICS and Warranty Management: The Government?s DPGDS Performance Specification will be used by the Contractor to validate parts substitution/interchangeability to ensure they meet the required form, fit, and function (or other essential characteristics) of the original part. Whenever any DPGDS part is changed, substituted and/or modified, the Contractor will update all existing DPGDS documentation and provide the Government all source data and change pages required to update existing Commercial Technical Manuals (CTMs), or provide new DPGDS CTMs, if required. This data will be provided to the Government within 30 calendar days of any change being implemented. The Contractor will manage spares levels, demand data, as well as tracking of parts and historical records of all processed transactions. The Contractor will also manage ICS replenishment and repair requirements on all DPGDS unique items to include receiving, approving, processing, and shipping Government-generated requisitions; verifying service agreements and part warranties, and approving shipment of repairable assets from site locations to the appropriate Contractor location; maintaining contact with ICS suppliers and vendors to identify and resolve all part problems such as long lead-time items, discontinued parts, and vanishing vendors; documenting part identification changes, and updating the ICS spares list to reflect correct parts identification information including part interchangeability and substitution data. (4) Spares Analysis: At the end of the ICS period, the Contractor will provide to the Government an LRU, component and repair parts demand data report containing a summary of the following key elements: failure trends, Reliability and Maintainability information, Mean Time Between Failure and Mean Time Between Critical Failure rates, mission criticality, order/ship times, and warranty repairs. The Contractor will define, track, and report key performance metrics in a monthly report during the ICS phase. Metrics shall include, but not be limited to parameters such as spares procurement, demand rates, warranty failures, and repair turn-around times; (5) Meeting Support: The Contractor will participate in the quarterly DPGDS Sustainment Integrated Product Team meetings and a maximum of two other scheduled meetings per year. At these meetings the Contractor will report all demand data, warranty repairs and identify all items that were transferred to the Government during the previous quarter. (6) All parts or services provided by the ICS contractor will be in accordance with the warranty requirements under the basic contract so as not to void the prime contractor?s 30-month warranty. This is not a request for competitive proposals and no solicitation is available. All interested sources must respond in writing with clear and convincing evidence to support their ability to provide this capability within forty-five (45) calendar days of this publication. A determination by the government not to compete this action based on responses received is solely within the discretion of the Government. The contract specialist responsible for this procurement may be contacted by email at Christi.oleary@eglin.af.mil. Telephone inquiries will not be accepted. See note: 22.
- Record
- SN00383130-W 20030727/030726120731 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |