Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOURCES SOUGHT

J -- Preventative Maintenance Machine Tools

Notice Date
7/1/2010
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-10RFI-0270
 
Archive Date
7/31/2010
 
Point of Contact
Deborah L Dewyea, Phone: 732-323-7068, Darla M. Kelly, Phone: 732-323-7437
 
E-Mail Address
deborah.dewyea@navy.mil, darla.kelly@navy.mil
(deborah.dewyea@navy.mil, darla.kelly@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Aircraft Division is seeking sources and/or information for services to establish and maintain a Preventive Maintenance Program on various Numerical Controlled/Computer Numerically Controlled machines located at the Naval Air Warfare Center Aircraft Division, Lakehurst, NJ. This contract will be for 1 basic year and 4 options years. The following is a list of the machine tools that will be considered on the contract: DeVlieg Model #5H-72 Bendix NC Control (Dynacontrol) photoelectric reader, SCR drive, low level magnetics, S/N 8103; LeBlond-Makino Lathe Model Baron 25 X 40, GE2000T Control, S/N 25S-146; Giddlings & Lewis Horizontal Boring Mill Model PC50, G&L Numeripath Control, S/N 445-156-86; Bullard Model 3000 Lathe, GE2000 Control, S/N 81003; Pratt & Whitney Jig Bore Model 3121 J&P Pacesetter Control, S/N 21707; Giddings & Lewis "08 Hyrp" Type Ptmm and Spaulding Readout/Control System, S/N 7834; Cincinnatti/Gilbert Traviling Column 6" DF with G.E.F. 11 MA/MF, S/N 6D55; Hurco BMC 50, S/N BM9002040N; Hurco BMC 50 Ultimax Controller, S/N BM9003012N; Accurashear Model 837510, S/N 1369; Philips Gun Drill Model GH2-1-500, S/N 36-20-1.5"; Hitachi Wire EDM Ultra Cut 460Q, S/N D410533002; Niagara/Clearing Press Brake Model HBR230810, S/N P53602; Giddings & Lewis Horizontal Boring Mill Nidel G50TX, S/N 450-0308-93; Jones/Lamson Universal CNC Lather Model 312-A, S/N 90039; Chukar Industries Abrasive Water Jet Model 128XT, S/N 9407016; Technidrill CNC Dual Spindle Gun Drill Model 50-1000-120, S/N 7069; Stienel/Voist/Alpine 7 Axix Turning/Milling Center, Model M70X3000, S/N 08566401; Wells Index/Knee Mill, S/N520-50(227755); Hass Vertical Machiing Center, S/N 7897; Hass Machining Center Model HS-1, S/N 50529; Giddings & Lewis Vertical Turning Center Model 84VTC, S/N 515-32-99; Kingsbury Vertical Machining Center Model VMC 1466WB-5A, S/N M1079; Behringer Saw Model HBP 530A, S/N 201600; Hass Vertical Mill Model VF6, S/N 10828; Hass TL-1 Lathe, S/N 69614; Haas Sl40T, S/N 3074298; Haas TL3, S/N 3074581; Mazak Turning/Machining Center Model Integrz 400-III, S/N 179417; Haas TL1, S/N 3074658; Hass Vertical Machining Center Model VF5/50, S/N 1052386; Delta Surface Grinder 2000/750 CN, S/N 80338061E; Haas VS1, S/N 2051902; Hass VF 5/50, S/N 1065537; Flow 712207, S/N 395714; and Industrial Motion AWF 5900, S/N 5900. A Statement of Work is incorporated into this RFI as follows: STATEMENT OF WORK DESCRIPTIONS/SPECIFICATIONS STATEMENT OF WORK 1. This request is for services to establish and maintain a Preventive Maintenance Program on various Numerical Controlled/Computer Numerically Controlled machines located at the Naval Air Warfare Center, Lakehurst, NJ, Buildings 148, 149, 124 and 331. Specific services to be provided are: a. The Contractor shall guarantee a firm fixed price to provide all labor, material, parts and equipment to repair and maintain Numerical Controlled/Computer Numerically controlled machine tools to manufacturer's specifications. NOTE: Coverage is for Electronics not Mechanical. b. Contract Requirements - (1) All on site personnel (technicians) will be factory or trade school certified in the repair and troubleshooting of machine tools. (2) The Contractor will provide five (5) examples that he is a regular supplier of the services required. (3) The Contractor must be ISO 9000 (International Standards Organization) certified. (4) Contractor will assist the Government in obtaining all technical information required for repair, which is not currently in the possession of the Government, with the exception of documentation from manufacturers who will not provide to other than the Government. (5) The Contractor will provide service within one working day after notification of machine malfunction. (6) The Contractor will supply all test equipment, measuring instruments and specialty tools required to perform service. (7) All services will be performed by competent certified technicians trained in servicing, troubleshooting and routine maintenance of Numerical controlled and Computer Numerical controlled machine tools. (8) All supplies required to perform preventive maintenance such as air filters, indicator bulbs, backup batteries, etc. are the responsibility of the Contractor. (9) Technician's geographical base of operations or location shall be within a 100 mile radius of NAWC Lakehurst NJ. c. The government will supply any manuals or parts listed now in its possession for use by the contractor. This material will remain the property of the Government and will not be removed from the facility. Accuracy and verification on any material or information supplied by the Government is the responsibility of the contractor. d. Routine maintenance shall be provided on each machine on a regularly scheduled basis (Quarterly) consisting of, but not limited to: power supplies, servo systems, feed rates, feedbacks, switches, boards, spindles, speed, dwell, timers, turret position, data input, filters, resolver power supplies, and axis drive motors. e. Such routine maintenance will require that the control specialists examine, test, adjust, calibrate, and clean all machines, control units, operator stations, servo drives, and tape preparation editing units. Typical services shall include: (1) Clean and lubricate tape reader and disc drives. (2) Check and replace memory board backup batteries as recommended by the manufacturer. (3) Maintain memory board charging systems. (4) Check power supplies. (5) Check all control panel operations, replacing faulty switches and indicators. (6) Inspect and clean relays, replacing them if required. (7) Verify accuracy of Servo Systems and positional readouts. (8) Execute calibration procedures as recommended by the machine tool manufacturer. (9) Maintain on-site record of all work performed. All records are to become the property of the Government. f. The following components are not included as Contractor obligated, to replace if beyond economical repair: (1) Memory printed circuit boards. (2) RAM printed circuit boards. (3) This contract is for electronic control and related feedback devices. Items not covered include but are not limited to: Motors, Hydraulics, Pneumatics, Valve Pumps, and items that require in-depth mechanical removal of major assemblies. Laser accuracy alignment is not included in this agreement. Monitors five (5) years and older are excluded for replacement. 2. The Government will be responsible to buy the replacement of above components from the servicing contractor upon approval of submitted written report to Code 4.8.8.5:RMS, as to the condition which warrants replacement. Removal and installation of above components, including alignment or adjustments, will be performed at no additional costs to the Government. a. In the event of machine breakdown or malfunction, the contractor shall provide unlimited emergency service at no additional costs during normal work shift (Monday to Friday, 0800 to 1600). The contractor shall provide services on all such calls within one (1) working day after notification of machine malfunction. b. In the event a problem occurs and it cannot be determined by the Government whether or not it is electrical or mechanical, it is the responsibility of the contractor to determine the cause of the malfunction and provide a written report clearly explaining the problem. c. Within two (2) weeks after the award of contract, the contractor shall provide the Government with a copy of the Preventive Maintenance schedule to be followed for each machine. d. The Government reserves the right to delete, replace, or add electrical and electronic services for Numerical Controlled/Computer numerically controlled machines during the contractual period. The contract shall be renegotiated accordingly, for the balance of the contractual period. 3. Responsibilities of the Government. Government personnel reserve the right to perform mechanical and minor repairs to equipment while such equipment is under the purview of this contract. Subject to security regulations, the Government shall permit access to the equipment which is to be maintained. The Government shall provide adequate locked storage space for spare parts and adequate work space, including heat, light, ventilation, electric current and outlets, for the use of the maintenance personnel. These facilities shall be within reasonable distance from the equipment to be serviced and shall be provide at no charge to the contractor. The Government will not be responsible for any items lost or stolen. The Government shall maintain site requirements in accordance with the environmental specifications furnished by the contractor. 4. On-Site Maintenance In addition to on-site maintenance service during the stated Principle Period of Maintenance (or extension thereof), on-call maintenance shall be provided outside the PPM. A response time of four (4) hours is required for this on-call maintenance. Service provided outside the Principle Period of Maintenance will be provided at Honeywell's current published rates less 10%. Four (4) hour response time will be by phone only. 5..Non-Chargeable Maintenance Items There shall be no additional charges for: a. Time spent by the maintenance personnel after arrival at the site awaiting the arrival of additional maintenance personnel and/or delivery of parts, etc., after a service call has commenced. b. Remedial maintenance required on any machine when the scheduled preventive maintenance for that machine preceding the malfunction had not been performed unless preventive maintenance was omitted at the Government's request or the Contractor was denied access to the equipment. c. Remedial maintenance required within a 48 hour period due to a recurrence for the same malfunction. 6. Malfunction Reports The Contractor shall furnish a signed malfunction incident report to the installation upon completion of each maintenance call. (Contractor's format is acceptable). The report shall include, as a minimum, the following and shall be co-signed by a Government representative. a. Date and time notified. b. Date and time of arrival. c. Type and serial number(s) of machines. d. Chargeable time spent for repair. e. Description of malfunction. 7. Responsibility of the Contractor Only new standard parts or parts equal in performance to new parts shall be used in effecting repairs. Should the Government make alterations or install attachments which affect the maintenance of this equipment, the continuation of maintenance service on this equipment shall be subject to mutual agreement. Should the alterations or attachments increase the maintenance costs to the contractor, additional maintenance charges shall be made on an individual installation basis. If such alterations or attachments create a safety hazard, the contractor may discontinue maintenance on the hazardous equipment. In additions, should such be the cause of the malfunction or downtime, such downtime shall not be creditable. 8. Maintenance Downtime Definition: Equipment downtime is that period of time when it is inoperative and no scheduled workload can be accomplished due to a malfunction, or the equipment is inoperative and no scheduled workload can be accomplished because it has been released to the contractor for remedial service. Technical Evaluation Factors for Preventive/ Corrective Electrical Control Maintenance (1) All service (technicians) will be factory or trade school certified. (2) The contractor will provide five examples that he is a regular supplier of the services required. (3) The contractor must be ISO 9000 (International Standards Organization) certified. (4) Contractor will assist the Government in obtaining all technical information required for repair, which is not currently in the possession of the Government, with the exception of documentation from manufacturers who will not provide to other than the Government. (5) The contractor will be able to provide service within one working day after notification of machine malfunction. The contractor will supply all test equipment, measuring instruments and specialty tools required to perform service. THIS IS NOT A REQUEST FOR PROPOSAL. No solicitation package is available. Respondents to this request for information are invited to submit s statement of general interest, a description of an currently available service whichmeets our requirements and/or a discussion on the feasibility of the above described units. Any comments provided may/may not be included in a formal solicitation. The Government will not pay for any information received in response to this RFI nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. All vendors must be registered in the Central Contract Registration (CCR) Database. The internet website is http://www.ccr.dlsc.dla.mil/ccringq or www.ccr.gov. It is mandatory to register with the CCR as your Duns Number(Data Universal Numbering System) and your CAGE (Commercial and Government Entity) code will be required to conduct business with the Department of Defense. In addition, all invoices will be electronically submitted in the Wide Area Work Flow(WAWF); information available in FAR Clause 5252.232-9513. All responses will be made to Debbie Dewyea at fax 732-323-7192 or email: deborah.dewyea@navy.mil. Closing date is 16 July 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-10RFI-0270/listing.html)
 
Record
SN02194450-W 20100703/100701235531-d27d14d56908c2b86a14b629025bb5e9 (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.