Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2009 FBO #2614
SOLICITATION NOTICE

S -- AIRCRAFT WASHING

Notice Date
1/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Army, National Guard Bureau, 140th MSG/MSC, 18841 East Crested Butte Ave., Bldg 841, Stop 78, Buckley AFB, Colorado, 80011-9523
 
ZIP Code
80011-9523
 
Solicitation Number
W912LC-09-T-5000
 
Response Due
2/10/2009
 
Archive Date
2/25/2009
 
Point of Contact
Lisa Brandfas,, Phone: (720) 847-9818, Dennis Driver,, Phone: 720-847-9481
 
E-Mail Address
lisa.brandfas@cobuck.ang.af.mil, dennis.driver@cobuck.ang.af.mil
 
Small Business Set-Aside
N/A
 
Description
SITE VISIT SCHEDULED FOR THRUSDAY, 29 JAN 2009 @ 9:00 AT BUVKLEY AFB. PLEASE CONTACT POC'S ABOVE FOR ACCESS LETTER TO BASE. STATEMENT OF WORK 1. DESCRIPTION OF SERVICES. The service provider shall provide all management, supervision, and labor necessary to perform aircraft corrosion prevention preparation as defined in this Statement of Work (SOW) for Buckley AFB, CO facility. 1.1. WASHRACK REQUIREMENTS. The quantity and type of aircraft (F -16) to be serviced shall reflect in the appropriate weekly maintenance plan issued to the service provider by the Maintenance Squadron. 1.2 CANCELLATIONS. The Government reserves the right to cancel scheduled services. The service provider shall be notified of cancellations no later than 24 hours prior. If scheduled services are cancelled after 24 hours the working day prior, the service provider can charge for the scheduled wash. 1.3 AIRCRAFT RECEIVING/DELIVERY. The service provider will perform aircraft washes in designated building. Government personnel shall deliver aircraft to service provider in the proper configuration as per Local Checklist and Maintenance Group Operating Instructions. Checklists will be reviewed with Contractor at Pre-Performance Meeting. When the aircraft is delivered for wash, the Government is responsible for ensuring proper pins are in place, aircraft is grounded and chocked, and canopy covered prior to the contractor performing taping prep. All aircraft shall be returned to the government in the same configuration as received. The service provider's on-site supervisor shall notify the government Contracting Officer Representative (COR) and cease all wash operations if an unsatisfactory condition exists. 1.4 A.M. WASH. Aircraft scheduled for A.M. wash will be in place by 0800. Aircraft not in place by 0800 shall result in the government compensating the service provider with $ fill in per hour. 1.5 TWO OR MORE WASHES. When two or more washes are scheduled for the day, the service provider will notify production supervision and Maintenance Operations Center (MOC) upon completion of each wash. The government shall provide the service provider with additional aircraft within 2 hours of initial notification. Aircraft not in place 2 hours after initial notification will result in a cancellation, and the government shall credit the service provider with $ fill in amount. 1.6 INCLEMENT WEATHER. In the event inclement weather prohibits towing of aircraft, i.e. snow, ice, fog, lightning, the government has until 0900 (A.M. WASH) to provide the service provider with an aircraft. After this time, the wash shall be cancelled without compensation to the service provider. 1.7. VARIATION IN WORKLOAD. The quantity of output to be furnished to the service provider as stated herein, are estimates and, as such, are subject to variations. 1.8. FACILITY MAINTENANCE. The service provider shall dispose of trash and debris from the wash rack at the end of the day. They will rinse and return to storage all used protective clothing items and reusable materials. The wash rack floor will be rinsed after each wash. An inventory of tools will be taken at the start and end of each workday. Missing tools must be reported to MOC and COR IAW local Maintenance Operating Instruction 21-156. 1.9. TECHNICAL ORDERS. All T.O.s for the service provider's use will be located in accessible building if necessary. Government personnel will be responsible to ensure all T.O.s are current. The service provider shall perform in accordance with all such referenced directives, manuals, technical orders, instructions, and other guidance including supplements, as they may, from time to time, be revised, supplemented or amended. The service provider shall keep up to date with the information contained in all of the documents and their supplements as they apply to the wash service. Any increase or decrease in cost of performance occasioned by such revisions, supplements, or amendments shall form the basis for an equitable adjustment. The service provider shall implement those revisions, supplements or amendments that will result in no change in contract price after notifying the COR. Prior to implementing any such revision, supplement, or amendment that will result in a change in contract price, the service provider shall submit to the Contracting Officer (CO) a not-to-exceed (NTE) price proposal or a not less than (NLT) credit proposal therefore and obtain the prior approval of the CO. Said proposals shall be submitted within 30 calendar days from the date the service provider receives notice of the revision, supplement, or amendment giving rise to the change in the cost of performance. 2.0 GOVERNMENT FURNISHED PROPERTY AND SERVICES. The government will provide the facilities, equipment, materials and services necessary at contract start date and during the complete performance period of the contract. Contractor supplies personal PPE gear with the exception of goggles, gloves and respirators. 2.1. EQUIPMENT ACCOUNTABILITY. IAW FAR 52.245-2, Government Property (Firm Fixed Price Contracts,) the service provider shall be liable for loss or damage to Government furnished property and equipment beyond fair wear and tear. In the case of loss or damage beyond economical repair to property and equipment, the CO shall determine the amount of the service provider's liability. On completion or extension of the contract, the service provider and a Government representative shall conduct a joint inventory of equipment. Compensation shall be effected either by reducing the amounts owed to the service provider or by direct payment compensation. The CO will determine the method. The government will be responsible for day-to-day wear and tear of equipment and the service provider is liable for damage/loss caused by neglect. In the case of damaged property, the amount of compensation due the Government by the service provider shall be the actual cost or repair, provided such amount does not exceed the economical repair value. In the case of loss or damage beyond economical repair to equipment, the amount of the service provider's liability shall be the depreciated replacement value of the item to be determined by the CO. Any failure of the service provider to agree with such determination shall be treated as a dispute pursuant to the clause of this contract entitled "Disputes." 3.0. GENERAL INFORMATION 3.1. QUALITY CONTROL. The service provider shall develop and maintain a quality program to ensure services provided are performed in accordance with commonly accepted commercial practices. The service provider shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. At a minimum, the service provider shall develop quality control procedures addressing the areas identified in paragraph 2, Service Delivery Summary. 3.2 QUALITY ASSURANCE. The government COR will evaluate the service provider's performance under this contract. For those tasks listed, the COR will follow the methods of surveillance specified in the Quality Assurance Surveillance Plan (QASP). Government COR personnel will record all surveillance observations. When an observation indicates defective performance, the COR will require the contract manager or representative at the site to initial the observation. In addition, the defective item in question will be corrected immediately before the services are considered accepted. The initialing of the observation does not necessarily constitute concurrence with the observation, only acknowledgement that he or she has been made aware of the defective performance. Government surveillance of tasks not listed (such as provided for in the Inspection of Service clause) may occur during the performance period of this contract. Such surveillance will be done according to standard inspection procedures of other contract provisions. Any action taken by the contacting officer as a result of surveillance will be according to the terms of this contract. 3.3. HOURS OF OPERATION. The service provider will perform the services required under this contract during the following hours: Monday through Friday (excluding legal U.S. holidays), beginning at 0800 hours, and continuing performance until all scheduled services have been completed and have been accepted by the Aircraft Element Supervisor. 3.4 SAFETY PLAN. The service provider shall submit an approved Safety Plan pertaining to training/instructional measures of this project to the Government at Pre-Performance Conference. Pre-Performance TBD at release of contract. 4.0 SECURITY 4.1 Service Provider shall submit names, social security numbers, birthdates, and Drivers License information to Government 72 hours prior to obtaining access to Buckley AFB. COR will submit information to Security Forces no later than 72 hours prior to service provider needing access to Buckley AFB. Service Provider acknowledges that information will be used to perform background check for security purposes. Should an employee of the Service Provider not be granted access then it will be the service provider's responsibility to provide a replacement at no delay of performance and no additional cost to the Government and no time extension. 4.2. SECURITY REQUIREMENTS. The service provider shall obtain pass and identification items as required for all employees. The service provider shall comply with AFI 31-101, Chapter 9 (will be provided upon request) AFI 31-601, Chapter 7,8,9,11,12 (entire Chapter) Department of Defense Manual (DODM) DOD 5220.22-M, Chapter 1, Section 2, "General Requirements" DOD 5220.22-M, Chapter 1, Section 3, "Reporting Requirements" DOD 5220-22-M, Chapter 2 and Chapter 3 (entire Chapters) DOD 5220-22-M, Chapter 5, Section 1, "General Safeguarding Requirements" DOD 5220-22-M, Chapter 5, Section 2, "Control and Accountability" DOD 5220-22-M, Chapter 6, Section 1, "Visit Requirements" DOD 5220-22-M, Chapter 7 (entire Chapter) DOD 5220-22-M, Chapter 10, Section 6, "Contractor Operations Abroad" 4.2. PHYSICAL SECURITY. The service provider shall establish and implement a key control program to ensure all keys issued to the service provider by the Government are not lost or misplaced and are not used by unauthorized persons. The service provider shall not duplicate any keys issued by the Government. The service provider shall immediately report to the COR or CO any occurrences of lost or duplicated keys. In the event keys, other than master keys, are lost or duplicated, the service provider may be required, upon written direction of the contracting officer, to re-key or replace the affected lock or locks without cost to the Government. The Government may, however, at its option, replace the affected lock or locks or perform re-keying and deduct the cost of such from the monthly payment due the service provider. In the event a master key is lost or duplicated, the Government will replace all locks and keys for that system and the total cost deducted from the monthly payment due the service provider. The service provider shall prohibit the use of keys issued by the Government by any persons other than the service provider's employees and the opening of locked areas by service provider employees to permit entrance of persons other than service provider employees engaged in performance of contract work requirements in those areas. 5.0. SPECIAL SERVICE PROVIDER REQUIREMENTS. 5.1. CONTRACT MANAGER. The service provider shall provide a contract manager who will be responsible for the performance of the work. The name of this person, and an alternate(s), who shall act for the service provider when the manager is absent, shall be designated in writing to the contracting officer at the Pre-performance Conference. The contract manager or alternate shall have full authority to act for the service provider on all contract matter relating to daily operation of this contract. The contract manager or alternate shall be available during normal duty hours within 30 minutes of notification to meet on the installation with government personnel (designated by the contracting officer) to discuss problem areas. After normal duty hours, the manager or alternate shall be available within three hours of notification. The contract manager and alternate(s) must be able to read, write, speak and understand English. 5.2. CONTRACT EMPLOYEES. The service provider shall not employ persons for work on this contract identified to the service provider by the Contracting Officer as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population. Service provider personnel shall present a neat appearance and be easily recognized as contractor employees and must be able to read, speak and understand English. This may be accomplished by wearing distinctive clothing bearing the name of the company or by wearing appropriate badges that contain the company name and employee names. The service provider shall not employ any person who is an employee of the US Government, if employing that person would create a conflict of interest. Additionally, the service provider shall not employ any person who is an employee of the Department of the Air Force, military or civilian, unless such person seeks and received approval according to DOD 5500.7-R, Joint Ethic Regulation. The service provider is cautioned that off-duty active military personnel hired under this contract me be subject to permanent change of station, change in duty hours, or deployment. Military Reservists and National Guard members may be subject to recall to active duty. The abrupt absence of these personnel could adversely affect the service provider's ability to perform; however, their absence at any time shall not constitute an excuse for nonperformance under this contract. 5.3 EMPLOYEE TRAINING. The service provider will be responsible for scheduling government provided training. The service provider shall comply with all training requirements to perform aircraft wash services as indicated in this SOW. The service provider shall document and maintain a training file of qualification and or certification records for each employee. Personnel shall be re-certified when applicable, and all training documents shall be made available for Government review. Training and certification shall be completed within 30 days after hire date. 5.4. SAFETY. Service Provider shall provide respirators and filters to contract employees and is responsible for the fit-test and employee health assessments. The service provider shall be responsible for insuring that all employees adhere strictly to the safety precautions in Air Force Occupational Safety and Health Standards (AFOSH) 91-100, Para 1.1, 1.2.1.1, 1.2.2, 1.2.3.3, 1.2.3.3.2, 1.2.3.3.4, 1.2.3.3.6, 1.2.7, 1.2.18, 1.2.18.2,4.1,4.2,4.3,4.4. SPECIFIC SECURITY REFERENCES AFI 31-101, Chapter 9 (will be provided upon request) AFI 31-601, Chapter 7,8,9,11,12 (entire Chapter) Department of Defense Manual (DODM) DOD 5220.22-M, Chapter 1, Section 2, "General Requirements" DOD 5220.22-M, Chapter 1, Section 3, "Reporting Requirements" DOD 5220-22-M, Chapter 2 and Chapter 3 (entire Chapters) DOD 5220-22-M, Chapter 5, Section 1, "General Safeguarding Requirements" DOD 5220-22-M, Chapter 5, Section 2, "Control and Accountability" DOD 5220-22-M, Chapter 6, Section 1, "Visit Requirements" DOD 5220-22-M, Chapter 7 (entire Chapter) DOD 5220-22-M, Chapter 10, Section 6, "Contractor Operations Abroad"
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c272f090a44a4960d43cd26613ff7cad&tab=core&_cview=1)
 
Place of Performance
Address: Hanger 909 Buckley AFB, Aurora, Colorado, 80011, United States
Zip Code: 80011
 
Record
SN01734793-W 20090122/090121062923-c272f090a44a4960d43cd26613ff7cad (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.