SOURCES SOUGHT
J -- Contractor Logistic Support Services to Repair Marine Corps Automated Wash Rack Systems
- Notice Date
- 12/21/2010
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
- ZIP Code
- 00000
- Solicitation Number
- M6785411R9509
- Response Due
- 12/29/2010
- Archive Date
- 12/30/2010
- Point of Contact
- Mr. Andrias G. Woody (703) 432-3118
- Small Business Set-Aside
- Total Small Business
- Description
- REQUEST FOR INFORMATION as defined in Federal Acquisition Regulation (FAR) 15.201(e). NO SOLICITATION DOCUMENT EXISTS. The Marine Corps Systems Command (MARCORSYSCOM) is conducting a market survey to obtain information on responsible sources that are considered to be a 100% small businesses as defined by FAR Part 19; based on the North American Industry Classification System (NAICS) Code 811310; that have the capability to provide Contractor Logistic Support (CLS) for two existing Automated Wash Rack Systems located at Marine Corps Base (MCB) Kaneohe Bay, Hawaii. The CLS support services for the automated wash racks shall include scheduled Preventive Maintenance (PM) activities on a monthly basis to prevent system down-time. The maintenance program shall be established on the premise that all maintenance actions performed on the systems fall into one of two basic categories: scheduled maintenance or unscheduled maintenance. Maintenance actions, scheduled or unscheduled, shall be performed at the lowest level possible by trained technicians to ensure equipment is maintained in a safe and cost efficient manner. The automated wash rack systems shall be capable of operation 90% of the days in a month except when systems are not operational due to acts of God, and damage caused by the customer. The results of the PM services and the systems performance will be reported monthly to the CPAC Program Office. When identified, the contractor shall initiate corrective action for unscheduled maintenance actions within two (2) working days of identification by the CPAC Site Representative. Cause for exceeding this goal is usually the direct result of restricted or lack of access to systems due to user absence, established security requirements or unavailability of parts required to return the system into service. Repairs taking longer than five (5) days shall be reported to the CPAC Program Office. The contractor shall monitor the two (2) active sites and systems for proper operation and to identify potential system malfunctions. The Contractor shall provide scheduled PM services based upon the recommendations of the equipment manufacturer which are designed to extend the useful service life of the equipment and maintain the equipment in an operational state. These scheduled maintenance actions (i.e., high pressure pump maintenance, filter cleaning, belt adjustments, tank inspections, water pressure adjustments, motor and seal inspections and calibrations) are generally based on either hourly or calendar timeframes. The Contractor shall ensure that the PM schedule supports the usage and conditions of each site. The Contractor shall coordinate their scheduled PM visits to the units at least five (5) working days in advance. In those cases where an unscheduled maintenance visit is required at one (1) or more of the sites, the Contractor shall make the attempt to notify the equipment owner of the unscheduled maintenance requirement as early as possible. Each site with an active system being monitored and maintained, will receive a minimum of one (1) visit per calendar month by the Contractor ™s technician capable to perform the required PM. MARCORSYSCOM will use the results of this announcement to determine what capabilities exist in the marketplace. MARCORSYSCOM will not pay or provide reimbursement for any costs incurred in the preparation or delivery of the request for information. Interested parties are requested to submit a response in a Microsoft Office Word 2007 and/or compatible format, not to exceed 10 pages, outlining their ability to meet or exceed the requirements identified above by no later than 5:00 PM EST, 29 December 2010. Firms should also include their business size/type, past performance for the same type of services, and General Services Administration (GSA) Contract Number, if applicable. Only electronic submissions will be accepted. Interested sources shall send responses via e-mail to andrias.woody@usmc.mil. THE SUBMISSION OF THIS INFORMATION IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY SERVICES/ITEMS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785411R9509/listing.html)
- Record
- SN02348718-W 20101223/101221234553-a3739621c8983521a81597deccb7c7f9 (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 |