Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2006 FBO #1768
SOLICITATION NOTICE

49 -- Delta Scientific

Notice Date
9/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000
 
ZIP Code
33621-5000
 
Solicitation Number
Reference-Number-SF2VUS
 
Response Due
9/29/2006
 
Archive Date
10/14/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial service 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; proposals are being requested and a written solicitation will NOT be issued. The purchase request number is F2VUSM6233A200 The solicitation incorporates provisions and clauses as those in effect through Federal Acquisition Circular 01-05. This procurement is a Total 100% Set-Aside for Small Business in accordance with the Small Business Competitiveness Demonstration Program. The North American Industry Classification System code (NAICS) is 561621, Security Systems, the size standard $11.5 million. (Not to exceed). DESCRIPTION: Maintenance vehicle barrier system at HQ USSOCOM .STATEMENT OF WORK; PREVENATIVE MAINTENANCE AGREEMENT FOR BARRIER SYSTEMS HQ USSOCOM, MACDILL AFBHQ USSOCOM, MACDILL AFB, FL 1. GENERAL REQUIREMENTS Description of Service: The contractor shall provide all personnel, tools, material, supervision, and other items as necessary to perform quarterly preventive maintenance on the following equipment at MacDill AFB, FL. (4) TT210 High Security Bollard System (8) TT207 High Security Barrier System (3) TVV2015 High Security Surface Mount Barriers All related Delta pumping unit, components and options sold with system Preventive maintenance shall be performed on a quarterly basis for the current year (Fiscal year 05). The Contractor shall perform a (1) annual and (3) quarterly preventive maintenance services. Annual and Quarterly (annual maintenance performed on one set of barricades per each quarterly maintenance) inspections are described in further detail in section two, specific requirements, of this statement of work. Preventive Maintenance: The Contractor shall, in accordance with standard practices, inspect the equipment listed above and make such adjustments as may be necessary to maintain the equipment in normal operating condition, provided that such inspections, services and maintenance be made to the equipment by a Delta Scientific Corporation certified factory trained representative. Services shall be performed during normal working hours (8:30 am - 5:00 pm), Monday through Friday, (unless work greatly impedes the flow of traffic) during the period of this contract. Warranty of Work: The Contractor shall guarantee that any new parts and equipment delivered and installed shall be free from defective materials, design and workmanship for a period of 90-days from the date of installation. The Contractor shall promptly furnish replacements parts and correct defects in design and workmanship upon receipt of notice from the SOCOM Representative or Contracting Officer concerning failure of any part of the system during the guarantee period. Location: The work sites are located at HQ United States Special Operations Command, MacDill Air Force Base FL. (MAFB). The work shall include providing all labor, transportation, and materials to perform all work in accordance with these specifications. Maintenance agreement shall include all Delta Scientific Corporation installed barrier systems and Delta Scientific Corporation installed supporting equipment at these locations. The Contractor shall not service barriers in a manner that completely denies entrance and egress to any HQ USSOCOM gate without prior coordination and authorization through the Security Management Office. The Government will prescribe the sequence of barriers to be maintained and will make reasonable efforts to allow the contractor maximum access to the work area. A USSOCOM liaison will be available to interface with security personnel. This is to facilitate the contractor in performing their contracted responsibilities. Scheduling: The Contractor shall provide a proposed annual preventive maintenance schedule upon contract award. When scheduling permits, the Contractor shall provide a finalized maintenance date two weeks prior to commencement of work. Disposal: Debris and rubbish shall be disposed of off MacDill AFB in compliance with Federal, State and local disposal regulation. All petroleum products removed as part of the maintenance or used by contractor requiring disposal (used oil and cleaners) shall be turned into an authorized recycling center or removed by a recycling agent. The Contractor shall provide the company name and amount recycled to the Base Contracting Officer. Used, environmentally safe, vegetable based hydraulic oil may be disposed of using Government provided disposal containers. Product Data: The manufacturer's preventive maintenance agreement covering specific maintenance procedures and routine function checks shall be submitted to the Security Management Office prior to commencement of work. Security: All personnel employed by the contractor in the performance of this contract or any representative of the Contractor entering MacDill AFB shall abide by all security regulations of the installation. The Contractor shall obtain from the Government an AF Form 75 Personal Identification Card for each employee working at MacDill AFB and AF Form 533 vehicle Registration Certificate for personal vehicles requiring access to MacDill AFB. When any employee no longer works for the Contractor at the installation, the Contract Manager shall return a Government furnished identification to the Government. These passes are at no cost to the Contractor. The use of photographic equipment is forbidden without express consent of the USSOCOM Representative. 2. SPECIFIC REQUIREMENTS A. Quarterly maintenance includes but not limited to: Lubricate all joint and cievis pins Clean all foundation pits, frames and sumps and snake drains as needed (annually at minimum) Change oil filters 4. Check hydraulic interconnect lines for kinks, contact wear or bulging, replacing hoses up to $150.00 (per HPU) as necessary (additional cost for parts over allotted amount of $150.00. Check and adjust operating speeds, limit switches, vehicle detectors and accumulator pressures. Check hydraulic cylinders to ensure that they are not leaking internally, replacing seals or cylinders as necessary (at additional costs). Check operating pressure, lube bearing blocks and clean operating cornponents. Inspect deck plate bolts. Lubricate, tighten and replace as necessary. Drill and tap to next size or add inserts where needed. Check all electrical connections. Check and replace as necessary any electrical components, bulbs and switches up to $150.00 (per HPU).. Fill oil to proper levels with approved oil type as specified by Delta. Sump pumps cleaned and tested. Test motor starter overloads by pressing the test button, replace if necessary up to $150.00 per visit (per HPU). Check pressure relief valve by depressing the starter armature and allowing unit to run to the pressure relief value of 2200 PSI (152 bar) adjusting as necessary. Check cylinder clevis pins for wear. Replace as necessary. Check all valves, fittings, and connections. Adjust and replace as necessary up to $150.00 not to exceed $500.00 per quarter. Check loops for proper function. Recommend necessary repairs and upgrades and provide estimates. B. Annual Maintenance includes but not limited to: All work performed in the quarterly maintenance plus the following: Drain the oil from the reservoir. After wiping down the tank sides and bottom to assure that no contamination remains. Replace with clean filtered oil. Remove barrier from ground with forklift/equipment and operator provided by USSCOM. Inspect bearing blocks, bolts, and shaft. Repair and replace as necessary up to $150.00 per visit (per HPU) Examine the foundation frame for debris build-up, and check drain lines and sump wells for drainage. Clean debris. Thoroughly clean the HPU, removing dust and spilled oil. Check the accumulator pressure while the system is at zero pressure-using a Delta charging Kit 2469-31 or equal. If tool is not available, observe the valve that the pressure gage jumps when barrier hydraulic motor engages from 0 PSI. Log accumulator pressure valve on provided log sheet Replace suction strainers and replace filters. C. Exclusions Service required by causes other than normal use, Vehicle detection loops. Equipment damaged or rendered inoperable as a result of damage due to vandalism, vehicular damage, failure of electrical power supply, lightning, fire, theft, or by causes other than normal use. All equipment not provided/installed by Delta Scientific Corporation or certified personnel. D. Emergency Service The Contractor shall respond by phone to emergency calls as soon as possible or within 12 hours of initial notification to assist with securing the facility. Emergency and maintenance requests including damage due to vandalism, vehicular damage, failure of electrical power supply, lightning, fire, theft, or other causes beyond the control of the Contractor shall not be considered as "Preventative Maintenance" and such repairs shall be charged separately at current prevailing rates. Response time to such calls shall be 48 hours or less portal to portal during normal business hours of 0700 hours to 1500 hours Monday through Friday and 36 hours or less outside of normal business hours of 1500 hours to 0700 hours. E. Replacement Parts: All replacement parts required for the preventive maintenance services in paragraph I shall be Delta certified replacements, all replacement parts shall be pre-approved and paid for on a case-by-case basis through the Security Management Office prior to the purchase and/or installation of items. 3. SUBMITTAL ITEMS AND REQUIRED REPORTS: A. Submittals: The Contractor shall submit proposed preventive quarterly maintenance schedule. The Contractor shall submit comprehensive maintenance check lists for quarterly maintenance. The Contractor shall submit a certification of factory training Certification must state the following: 1. Type of system Manufacturer's certification of competency Date of training (no earlier than 12 months prior to contract award date and later than contract award date). B. Required Reports: Service Reports: Delta Scientific Corporation shall provide "Client"with a dated service report of all equipment serviced under this agreement, listing services performed, parts used, and overall site conditions. To include maintenance logs and completed checklists. Also your quote must list your DUNS number, CAGE code, and Federal TIN. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. A wage determination will be included in the final award. PROVISIONS/CLAUSES: The following FAR and DFARS provisions and clauses apply: 52.222-41, Service Contract Act of 1965, as Amended. 52.212-1, Instruction to Offerors-Commercial. In accordance with 52.212-2, Evaluation-Commercial Items, offers will be evaluated based on price, technical acceptability, delivery schedule, adherence to applicable clauses and provisions, 52.217-8, 52-217-9, 52.212-4, 52.212-5, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.225-13, 52.232-33, 252.212-7001, 252.225-7001, 252.247-7024, 52.222-41, 52.222-42, 52.222-47. Offerors are also to submit with their offers, a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or have ORCA registration in place. Contractors must register for electronic invoicing at https://farsite.hill.af.mil For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. DEADLINE: Offers are due on September 29th, 2006 by 12:00PM EST. Submit offers or any questions to the attention of TSgt Dan Abert, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to Daniel.abert@macdill.af.mil.
 
Place of Performance
Address: MacDill AFB, FL
Zip Code: 33621
Country: UNITED STATES
 
Record
SN01155938-W 20060929/060927220733 (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.