Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2007 FBO #1899
SOLICITATION NOTICE

J -- Scheduled/Unscheduled Maintenance ARGUS Automated Ultrasonic Scanning System

Notice Date
2/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F3QCCL7030A007
 
Response Due
2/9/2007
 
Archive Date
2/24/2007
 
Description
SOLICITATION No. F3QCCL7030A007 CONTRACTING OFFICE: 78 CONS/PKA 235 BYRON ST ROBINS AFB GA 31098-1611 POINT OF CONTACT: JOHN I. GLENN, JR./ (478) 926-6358 or fax at (478) 926-7549 e-mail at John.Glenn@robins.af.mil SOLE SOURCE ACQUISITION: OLYMPUS NDT, INC. 48 WOERD AVE, WALTHAM MA 02453 DESCRIPTION OF REQUIREMENT: The Contractor shall provide all the labor, material, supplies, and transportation necessary to perform scheduled preventative maintenance and unscheduled maintenance for one ARGUS Automated Ultrasonic Scanning System located at Robins AFB GA in strict accordance with the incorporated Performance Work Statement. PERIOD OF PERFORMANCE: Basic year, with two (2) option years FOB: Destination , 52.247-34 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. The following clauses are applicable. 52.252-2 -- Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): //farsite.hil.af.mil/ 1. 52.212-1, Instructions to Offerors-Commercial Items 2. 52.212-2 (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: Price and Price Related Factors 3. 52.212-3, Offeror Representations and Certifications-Commercial Items An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . 4. 52.212-4, Contract Terms and Conditions-Commercial Items 5. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 6. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2006) (Deviation). 7. 52.228-5 -- Insurance -- Work on a Government Installation 8. 52.233-4 ? Applicable Law for Breach of Contract Claim. 9. 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation 10. 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country. 11. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 12. 252.232-7003 Electronic Submission of Payment Requests. 13. 5352.201-9101 Ombudsman 14. 5352.223-9001 Health and Safety on Government Installations. PERFORMANCE WORK STATEMENT ARGUS ULTRASONIC SCANNING SYSTEM 26 January 2007 1.0. DESCRIPTION OF SERVICES. This Performance Work Statement (PWS) covers scheduled and non-scheduled maintenance of the ARGUS Ultrasonic Scanning System located in Bldg. 323, Robins Air Force Base. Services required include system preventative maintenance, system and component calibration, motion controls, Panametrics software support, cleaning/lubricating system, and ultrasonic instrumentation. The contractor shall furnish labor, travel, parts, and material necessary to satisfy service requirements. 1.1. The contractor shall perform preventative maintenance four (4) times per year at three (3) month intervals and shall contact the Government representative to establish the date and time to perform the Preventative Maintenance (PM) operation. 1.2. Annual system calibration and certification shall be performed to include automatic calibration recall notices with priority turnaround time for all covered equipment. 1.3. Corrective and software maintenance not performed during preventative maintenance shall be provided at three levels of support, as needed, to ensure the continued operation of the ARGUS system with minimal impact to production. 1.3.1. Level one/two corrective maintenance shall consist of contractor telephone support. During level one/two support, the Government representative shall perform such functions as: software resets, reseating cables, or replacement of minor modular parts from on-site inventory as instructed. Government efforts under this action that do not return the system to operational status within 48-hours shall be elevated to level three of service. 1.3.2. Level three support shall occur when telephone support has failed to return the system to operational status within 48-hours. At this point, the Contractor shall dispatch a service engineer to Robins AFB within 24-hours of notification for on-site support. On-site corrective maintenance shall repair and return all equipment to operational service within 48-hours. When a part cannot be repaired within 48-hours, a suitable replacement shall be installed on the system after coordination with the QAP or Government representative. The damaged part shall be repaired by the contractor and reinstalled on the equipment within 30-days or placed in local inventory as a spare. 1.4 Contractor shall assist in archive and storage procedures of critical data. 1.5 During PM operations, the Contractor shall clean and lubricate the system IAW manufacturer specifications. This includes cleaning excess debris, oil, and grease from the work area and on the machine. 1.6 An end of visit Contractor assessment report shall be performed with the QAP, supervisor or alternate. Contractor assessment, as a minimum, shall include the work performed, parts replaced, and work to be accomplished on next scheduled visit. 2.0 SERVICE DELIVERY SUMMARY (SDS) Performance Objectives PWS Paragraph Performance Threshold Perform Operational Readiness 1.3 No more than 72 consecutive hours down time per level of support, per quarter. Maintain System Cleanliness 1.5 No more than 2 observations per PM visit. Deficiency must be corrected prior to departure. End of Visit Assessment 1.6 Discuss all elements of Contractor?s report with Shop Supervisor or QAP prior to departure. 3.0 GOVERNMENT FURNISHED SERVICES. The government will provide use of telephone service, electricity, compressed air, and maintenance work stands or ladders as needed. 4.0 GENERAL INFORMATION 4.1 HOURS OF OPERATION. The normal hours of operation for the base are 0700 to 1630, Monday through Friday. The contractor shall obtain base passes for all employees and vehicles. The contractor will be escorted from the Visitor?s Gate to the service area at Bldg. 323. 4.2 IAW DoDI 3020.37 (Continuation of Essential DOD Contractor Services during a Crisis) is applicable as services are deemed mission critical. 4.3. When new parts are required to accomplish system repair, the contractor will contact the QAP or Government representative for approval to proceed. QAP or Government representative shall notify the contracting officer of all approved new part(s). 5.0 APPENDICES: A: ANNUAL MINIMAL CALIBRATION MEASUREMENTS ANNUAL MINIMAL CALIBRATION MEASUREMENTS 1. Digitizer Amplitude Linearity. 2. Digitizer Time Linearity. 3. Video Detector Linearity. 4. DAC Module Gain Linearity. 5. Pulser-Receiver Gain for P/R channels. 6. Logarithmic Amplifier Linearity for operation at 0.5 MHz, 1 MHz, 2 MHz, and 5 MHz.
 
Place of Performance
Address: Robins AFB, GA
Zip Code: 31098
Country: UNITED STATES
 
Record
SN01225935-W 20070207/070205222647 (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.