SOLICITATION NOTICE
J -- Maintenance for AGE Paint Booth - Past Performance Questionaire
- Notice Date
- 8/22/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
- ZIP Code
- 32542-5418
- Solicitation Number
- F1T0CW9131AQ01
- Archive Date
- 9/19/2009
- Point of Contact
- Carnell W. James, Phone: (850) 882-0259, Penny Daniels, Phone: 8508820253
- E-Mail Address
-
carnell.james@eglin.af.mil, penny.daniels@eglin.af.mil
(carnell.james@eglin.af.mil, penny.daniels@eglin.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Past Performance Questionaire The 96th Contracting Squadron, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for preventative maintenance and removal/replacement 1st, 2nd and 3rd stage exhaust filters as well as plenum wall filters and pre-intake filters for the Aerospace Ground Equipment (AGE) Paint Booth with one option period, in accordance with the Statement of Work and associated components as listed below. This is a combined synopsis/solicitation for commercial services prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The announcement number is F1T0CW9131AQ01. The North American Industry Classification System (NAICS) code for this acquisition is 811310 with a size standard of $7M. Please identify your business size in your response based upon this standard. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures resulting in the best value to the Government. The Government reserves the right to award a contract to other than the lowest proposed price. Performance period is one year for the basic contract plus a one year option. PERFORMANCE WORK STATEMENT 46th MXG Aerospace Ground Equipment Paint Facility Bldg # 455 (AGE Paint Booth) Section 1 Filter Replacement 1. SCOPE OF WORK: The service provider shall supply equipment, tools, parts, personnel and technical support necessary to replace 1st, 2nd and 3rd stage exhaust filters as well as plenum wall filters and pre-intake filters for the Aerospace Ground Equipment (AGE) Paint Booth. The service provider shall ensure work, services, and operations are in compliance with local, state, and federal laws and regulations. Additionally, the service provider shall comply with security and environmental requirements applicable to Eglin Air Force Base. 1.1. The service provider shall accomplish applicable tasks in accordance with manufacturer's recommendations. The manufacturer of the paint booth is NorAm, model Mach 3 2. FIRST STAGE FILTERS 2.1. The service provider shall remove and replace 1st Stage filters with the following requirements. 2.2. Filters will consist of 8 each 30"x114"x2.5" rolls A J Dralle part number CPA30X114CPA. (Only theses filters will be used) Filters shall have a manufacturer's warranty included. 2.3. The filters meet "NESHAP" Performance Standards based on Test Method 319. 2.4. On-site installation and disposal of used filters. If filters are deemed to be hazardous material, disposal will consist of packing old filters into base supplied cardboard containers and the base will dispose of the filters. The service provider shall be responsible for build up of containers. Containers will consist of a cardboard box lined with plastic. The government will make the determination on how the filters will be disposed of at the time of replacement. 2.5. Service provider must be able to respond within 8 hours of being notified to change First Stage Filters. The government will make every attempt to give service provider as much advanced notice that filters require replacement. 2.6. On advanced notifications the service provider is required to perform replacement between the hours of 3:00 pm and 11:00 pm on weekdays or between 7:00am and 4:00pm on weekends. The government reserves the right to change the hours the service provider has access to the facility for filter replacement. 2.7. The first stage filters will require being changed approximately every six weeks. 3. SECOND STAGE FILTERS 3.1. The service provider shall remove and replace 2nd Stage filters with the following requirements: 3.2. Filters will consist of 8 each 30"x114"x1" A J Dralle part number ME430X114ME/PT. (Only theses filters will be used) Filters shall have a manufacturer's warranty included. 3.3. The filters meet "NESHAP" Performance Standards based on Test Method 319. 3.4. On-Site Installation and disposal of used filters. If filters are deemed to be hazardous material, disposal will consist of packing old filters into base supplied cardboard containers and the base will dispose of the filters. The service provider shall be responsible for build up of containers. Containers will consist of a cardboard box lined with plastic. The government will make the determination on how the filters will be disposed of at the time of replacement. 3.5. Service provider must be able to respond within 8 hours of being notified to change Second Stage Filters. The government will make every attempt to give service provider as much advanced notice that filters require replacement. 3.6. On advanced notifications the service provider is required to perform replacement between the hours of 4:00 pm and 11:00 pm on weekdays or between 7:00am and 4:00pm on weekends. The government reserves the right to change the hours the service provider has access to the facility for filter replacement. 3.7. The second stage filters will require being changed approximately twelve weeks. 4. THIRD STAGE FILTERS 4.1. The service provider shall remove and replace 3rd Stage filters with the following requirements: 4.2. Filters will consist of 10 each 24x48 10 pocket poly bag filters A J Dralle part number XFP24X44X15XFP14PB. (Only these filters will be used) Filters shall have a manufacturer's warranty included. 4.3. The filters meet "NESHAP" Performance Standards based on Test Method 319. 4.4. On-Site Installation and disposal of used filters. If filters are deemed to be hazardous material, disposal will consist of packing old filters into base supplied cardboard containers and the base will dispose of the filters. The service provider shall be responsible for build up of containers. Containers will consist of a cardboard box lined with plastic. The government will make the determination on how the filters will be disposed of at the time of replacement. 4.5. Service provider must be able to respond within 8 hours of being notified to change Third Stage Filters. The government will make every attempt to give service provider as much advanced notice that filters require replacement. 4.6. On advanced notifications the service provider is required to perform replacement between the hours of 4:00 pm and 11:00 pm on weekdays or between 7:00am and 4:00pm on weekends. The government reserves the right to change the hours the service provider has access to the facility for filter replacement. 4.7. The third stage filters will require being changed approximately every eighteen weeks. 5. PLENUM WALL FILTERS 5.1. The service provider shall remove and replace Plenum wall filters with the following requirements: 5.2. Filters will consist of 6 each 30"x114"x1 A J Dralle part number ME130X114MEBLT. (Only these filters will be used). Filters shall have a manufacturer's warranty included. 5.3. On-Site Installation and disposal of used filters. If filters are deemed to be hazardous material, disposal will consist of packing old filters into base supplied cardboard containers and the base will dispose of the filters. The service provider shall be responsible for build up of containers. Containers will consist of a cardboard box lined with plastic. The government will make the determination on how the filters will be disposed of at the time of replacement 5.4. Service Provider must be able to respond within 8 hours of being notified to change Plenum wall filters. The government will make every attempt to give service provider as much advanced notice that filters require replacement. 5.5. On advanced notifications the service provider is required to perform replacement between the hours of 4:00 pm and 11:00 pm on weekdays or between 7:00am and 4:00pm on weekends. The government reserves the right to change the hours the service provider has access to the facility for filter replacement. 5.6. The Plenum wall filters will require being changed approximately every eighteen weeks. 6. PRE INTAKE FILTERS FOR HEATERS 6.1. The service provider shall remove and replace HAMU filters with the following requirements: 6.2. Filters will consist of 4 each 24"x44" 6 pocket filters A J Dralle part number SCR24x44x8SCR6PBH. (Only these filters will be used). Filters shall have a manufacturer's warranty included. 6.3. On-Site Installation and disposal of used filters. 6.4. Service provider must be able to respond within 8 hours of being notified to change pre intake filters. The government will make every attempt to give service provider as much advanced notice that filters require replacement. 6.5. On advanced notifications the service provider is required to perform replacement between the hours of 4:00 pm and 11:00 pm on weekdays or between 7:00am and 4:00pm on weekends. The government reserves the right to change the hours the service provider has access to the facility for filter replacement. 6.6. The pre-intake filters will require being changed approximately every eighteen weeks. 7. PARTS AND MATERAILS 7.1. The service provider shall order and procure all parts and materials needed to remove and replace all filters to include the filters. 8. FILTER MAINTENANCE SCHEDULE 8.1. The Government will notify and coordinate with the service provider and schedule date and time to complete the required task. 9. REPLACEMENT PROGRAM: The Filter replacement program contract will be in effect 1 Oct 2010 with 1 option year. If the contracted operation reverts to in-house operations; the service provider shall cooperate with government personnel to ensure an orderly change over. In the event a follow-on contract is awarded to other than the incumbent, the incumbent service provider shall cooperate to the extent required to permit an orderly transition to the new service provider. Section 2 Preventive Maintenance Program 10. SCOPE OF WORK: The service provider shall supply equipment, tools, personnel, and technical support necessary to maintain a preventive and proactive maintenance program to ensure this facility maintains an acceptable level of operational readiness. The service provider shall supply all parts and materials needed to perform the preventive maintenance program. The service provider shall ensure work, services, and operations are in compliance with local, state, and federal laws and regulations. Additionally, the service provider shall comply with security and environmental requirements applicable to Eglin Air Force Base. 11. SPECIFIC TASKS: The service provider shall accomplish applicable tasks in accordance with manufacturer's recommendations. The paragraphs below server as a minimum of items to be inspected during the operational readiness inspection. The manufacturer of the paint booth is NorAm, model Mach 3 12. EXHAUST SYSTEMS (Part of maintenance) 12.1. The service provider shall: 12.2. Inspect the fan belts, housing, mounts and duct work. 12.3. Inspect fans for bearing wear, abnormal noise, motors and sheaves for any physical damage, and motor mounts for security. 12.4. Ensure exhaust manometers are functioning properly, all damper actuators are functioning properly, and filters are not being bypassed. 12.5. Inspect the exhaust enclosures, air inlets, ducts, and access doors through the termination of the system. 12.6. Inspect for accumulations of conveyed materials; residues shall be removed from enclosures, ducts and fittings. 12.7. Follow manufacturer's maintenance schedule and requirements. 12.8. Perform vibration analysis on intake and exhaust motors. 13. CONTROLS AND ELECTRICAL SYSTEM (Part of maintenance) 13.1. The service provider shall: 13.2. Ensure all control panel switches are functioning properly. 13.3. Inspect control panel wiring integrity, amp draw on all motors and verify they are within the motor rated limits and motor control center for any damage. 13.4. Inspect all lighting. 13.4. Follow manufacturer's maintenance schedule and requirements. 14. HEATED AIR MAKEUP UNITS (HAMU's) (Part of maintenance) 14.1. The service provider shall: 14.2. Ensure HAMU's are operating correctly. 14.3. Inspect and clean burner assemblies. 14.4. Follow manufacturer's maintenance schedule and requirements. 15. STUCTURE (Part of maintenance) 15.1. The service provider shall: 15.2. Check integrity of all seals. 15.3. Doors for correct operation. 15.4. Loose or missing bolts in booth panels. 16. CLEANING AND COATING OF PAINT BOOTH 16.1. The service provider shall: 15.2. Strip barrier coating and clean walls of paint booth up to the 9 foot mark. Dispose of material if material is deemed non-hazardous. If coating is deemed to be hazardous material, disposal will consist of packing material into base supplied cardboard containers and the base will dispose of the material. The service provider shall be responsible for build up of containers. Containers will consist of a cardboard box lined with plastic. The government will make the determination on how the coating will be disposed of at the time of service. 16.3. Coat the walls of the paint booth with a barrier coating. The chemical required for this process will be provided by the government. 16.4. The Government will determine frequency of cleaning, coating task and covering the floor with paper; approximately every eighteen weeks. 16.5. Clean paint booth floor and cover with floor paper. Paper must be High Strength Flame Resistant Floor Covering. Dispose of material if material is deemed non-hazardous. If paper is deemed to be hazardous material, disposal will consist of packing material into base supplied cardboard containers and the base will dispose of the material. The service provider shall be responsible for build up of containers. Containers will consist of a cardboard box lined with plastic. The government will make the determination on how the paper will be disposed of at the time of service. 16.6. Follow manufacturer's maintenance schedule and requirements. 16.7. The Government will determine frequency of covering the floor with paper; approximately every six weeks. 17. FIRE SUPPRESSION SYSTEM 17.1. The service provider shall complete an inspection of the fire suppression system IAW Unified Facilities Criteria 3-600-02, the frequencies are covered in Table 2-2 on page 2-4. The fire system was constructed in June 2007. Technical guidance on the specific tasks is covered in National Fire Protection Association 25. 18. ANALYSIS REPORTS The service provider shall provide a monthly preventive analysis report to Mr. Vertefeuille at the Contract Management Office, 850-882-4699 or cell 850-758-1416, jerry.vertefeuille@us.af.mil or appropriate government personnel. The report will correspond with the inspection cycle as defined in paragraph 21. The report will include the following: 18.1. Verification of all items inspected. (Checklist) 18.2. Identify any safety hazards which may require immediate attention. 18.3. Specifically identify all deficiencies and recommend corrective action. 18.4. Provide cost estimates for any unscheduled maintenance to the government personnel. 18.5. Copy of vibration analysis when requested by the government. 19. ADDITIONAL MAINTENANCE 19.1. The service provider shall complete all maintenance required to maintain operational readiness. All maintenance not associated with the preventive maintenance program (i.e. component replacement due to component failure) will be approved by a government representative and invoiced under the Parts and Materials Contract Line Item Number (CLIN). 19.2. The government will determine how the replacement parts or materials will be purchased at the time the discrepancy is reported. If the government decides to have the service provider purchase the part or material the service provider shall invoice for reimbursement under the Parts and Materials Contract Line Item Number (CLIN). 20. MAINTENANCE SCHEDULE 20.1. The service provider shall provide the government with a projected preventive maintenance schedule. The schedule will include date, time, and number of personnel required during the visit. The service provider is required to perform maintenance between the hours of 4:00 pm and 11:00 pm on weekdays or between 7:00am and 4:00pm on weekends. The government reserves the right to change the hours the service provider has access to the facility for maintenance. 21. FREQUENCY OF TASK: The Preventive Maintenance Program will be performed on a monthly basis unless a different time frame is specified under the description of the system being inspected 22. CHECKLIST: The service provider shall submit a copy of a proposed maintenance program checklist along with their proposal. This checklist will be used along with the proposal as the technical capabilities portion of the proposal. Section 3 GOVERNMENT FURNISHED FACILITIES 23. FACILITY ACCESS: The 46th MXG will provide access to the MXG Aerospace Ground Equipment Paint Facility based on notification from the service provider of date and time access is required. POC will be Mr. Vertefeuille at the Contract Management Office, 850-882-4699 or cell 850-758-1416. 24. SECURITY REQUIREMENTS: The service provider shall accomplish a visitor's support agreement through contracting and Security Forces prior to accessing Eglin Air Force Base. The service provider will not be allowed to enter any restricted areas unescorted. The service provider will ensure that all vehicles operated as part of this requirement are clearly labeled with the Contractor's name and fully comply with all U.S. Air Force, Eglin Air Force Base, traffic rules, laws, and regulations. Section 4 QUOTE FORMAT 25. COSTING Vendor is asked to provide cost per task. Cost should be broken down as follows. Task Cost Approximate Total Times Stage one filters $ X 8 = -------- Stage two filters $ X 4 = -------- Stage three filters $ X 2 = --------- Plenum filters $ X 2 = --------- Pre-Intake filters for heaters $ X 2 = ---------- Cleaning and coating $ X 2 = ---------- Floor Paper $ X 8 = ----------- Preventive Maintenance Program $ X 12 = ---------- Fire Inspection $ X 1 = ---------- Total -------------- 26. QUOTE EVALUATION The service provider's proposal will be evaluated based on the following items, equally. 1. Past Performance: Service providers are to forward the attached past performance questionnaire to past and present contract holders that are THE SAME OR SIMILAR TO SERVICES BEING SOLICITED. Past performance questionnaires are limited to the attachment provided with a maximum of five responses from each service provider. All responses after the first five received will not be considered. Instructions for respondents are located on the attachment. 2. Technical Evaluation: Service providers are to submit their proposed maintenance program checklist in accordance with section 2 Block 22 in the PWS. Failure to do so can result in service provider being determined not technically acceptable for award. Service provider is to address how they will accomplish each task listed in the PWS in their proposal. 3. Cost Evaluation: Submit Cost break down in accordance with Section 4 Block 25 in PWS. OPTION YEARS 27. OPTIONS. This contract shall be effective from October 1, 2009 until September 30, 2010. The Government reserves that right to extend this contract one additional year if required. The subsequent option year shall be from October 1, 2010 until September 30, 2011. (End of Performance Work Statement) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-33 Effective as of 15 June 2009. • FAR 52.204-7, Central Contractor Registration; • FAR 52.212-1, Instructions to Offerors -¬¬ Commercial Items; • FAR 52.212-2, Evaluation -Commercial Items. Evaluation will be based on the following factors: price and technical (capability of item offered to meet the government's needs); • FAR 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I (Effective January 1, 2005, in accordance with FAC 2001-26, offerors are required to provide representations and certifications electronically via the BPN website http://www.bpn.gov); • FAR 52.212-4 Contract Terms and Conditions - Commercial Items; • FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: • 52.233-3, Protest After Award; • 52.233-4, Applicable Law for Breach of Contract Claim; • 52.222-3, Convict Labor; • 52.222-19 Child Labor - Cooperation With Authorities and Remedies; • 52.222-21, Prohibition of Segregated Facilities; • 52.222-26, Equal Opportunity; • 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • 52.222-36, Affirmative Action for Workers With Disabilities; • 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • 52.225-13, Restrictions on Certain Foreign Purchases • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration • 52.217-9, Option to Extend the Terms of the Contract • 52.219-28, Post-Award Small Business Program Representation • 52.247-34, F.O.B Destination; • 52.252-2, Clauses Incorporated by Reference (Feb 98), which reads as follows: 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): http://farsite.hill.af.mil (End of Clause); • DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: • DFARS 252.225-7036 Alt I, Buy American Act - Free Trade Agreements - Balance of Payments Program • DFARS 252.232-7003, Electronic Submission of Payment Requests; • DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received no later than 4:00 P.M., Central Standard Time on 4 September 2009. Send all responses by email to Carnell James at carnell.james@eglin.af.mil or by facsimile to (850) 882-1680. Penny Daniels will be the alternate POC for this contract; contact by email at penny.daniels@eglin.af.mil or by phone at (850) 882-0253.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T0CW9131AQ01/listing.html)
- Place of Performance
- Address: Building 455, Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN01922758-W 20090824/090822233559-2ce14cf5c4134f63f989c0ef9e6d9a9e (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 |