Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SPECIAL NOTICE

N -- CONVERTER AND PDU INSTALLATION/MAINTENANCE SERVICES - FORT SILL, OK

Notice Date
9/14/2011
 
Notice Type
Special Notice
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
MICC - Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L-11-T-0117
 
Archive Date
12/13/2011
 
Point of Contact
Cole Cook, 5804422845
 
E-Mail Address
MICC - Fort Sill
(cole.cook@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice of Government Intent to solicit from, negotiate with, and authorize / approve an award of a Firm Fixed Price (FFP) contract, on a Sole Source basis with Wolf Power. Under the statutory authority for other than full and open competition 10 USC 2304 (c)(1): FAR 6.302-1: Only one responsible source and no other supplies or services will satisfy agency requirement. The applicable NAICS code is 283210 and the size standard is $14.0M. This is not a request for quotation or a solicitation of offers. No solicitation package will be available. Description of Requirement: The following shall be conducted at Building 4100, General Instruction Facility Area, Fort Sill, Oklahoma 73503, as described in the Performance Work Statement: 1.0 BACKGROUND 1.1 The 3rd Battalion (BN), 6th Air Defense Artillery (ADA) School uses twenty (20) Hobart ADV commercial power converters, and thirty-two (32) Wolf Power, Power Distribution Units (PDUs) to supplement the demand for high voltage (400 Hz) electrical power needed to train and operate on a daily basis. 3rd BN, 6th ADA School needs a service provider to perform the routine scheduled maintenance and unscheduled corrective maintenance to repair its converters, PDUs, power cables, and associated equipment and to install power receptacles on the existing PDUs. 1.2 Due to the warranty currently on the equipment and risk presented by the constant high voltage and the intricate nature of the converters, the provision of daily converter maintenance and repair is required to be provided by personnel that are specialized in the performance of the required tasks on this equipment. 2.0 TECHNICAL REQUIREMENTS 2.1 This requirement is to provide non-personal services in the areas of installation and maintenance support. 2.2 The assigned Contractor shall comply with Installation Policies, 6th Brigade (BDE), 3-6 BN ADA School, Standard Operating Procedures (SOPs), and policies when performing any actions under this PWS which are posted at the entrance inside Building 4100, General Instruction Facility Area, Fort Sill, Oklahoma 73503. 2.3 All employees of the Contractor must have a security clearance of "SECRET" as a minimum. Therefore, prior to any Contractor being assigned to the 6th BDE, 3-6 BN ADA School, the Contractor must be in compliance with these prerequisite requirements. The government will not be responsible for bearing the cost of fulfilling the previously mentioned prerequisite requirements. 2.4 The Contractor shall have all valid licenses/certifications that are required to operate power generation equipment used by the Patriot system. The Contractor shall have valid licenses/certification by Hobart Ground Power to perform maintenance on the Hobart ADV 185KVA Solid State frequency converter and must be available upon request. 2.5 Contractor(s) performing maintenance will be available in an "on-call" basis within two (2) hours of notification. The primary work location is in Area 4100, General Instruction Facility Area, Fort Sill, Oklahoma 73503. 2.6 Base Period of Performance for installation services provided by the contract will be 26 September 2011 - 31 December 2011. 2.7 Base Period of Performance for maintenance services provided by this contract will be 26 September 2011 - 25 September 2012. 3.0 REQUIREMENTS a. The Contractor shall be required to remove existing hard wired power cables from the PDUs. Contractor shall package in government provided crates or pallets and move to Building 4101 maintenance bay for government disposition. Work will be completed as stated in paragraph 2.6. b. The Contractor shall install forty (40) connectors/receptacles onto ten (10) Patriot PDUs. Work will be completed as stated in paragraph 2.6. c. The Contractor shall install forty (40) power cables onto (40) connectors/receptacles installed on ten (10) Patriot PDUs. Work will be completed as stated in paragraph 2.6. d. Daily/Weekly: The Contractor shall be available for 24-hour emergency call-out; check and repair convertors and PDUs as necessary. Contractor shall report within two (2) hours of notification. e. Monthly: The Contractor shall run diagnostics, clean and service convertor units, and repair as necessary using Contractor provided repair parts. f. Quarterly: The Contractor shall run diagnostics, load bank convertor units, repair as necessary using Contractor provided repair parts. g. Semi-annually: The Contractor shall check all connections on convertors and PDUs and repair as necessary using Contractor provided repair parts. 4.0 GOVERNMENT FURNISHED PROPERTY 4.1 The government will provide all publications such as technical manuals needed for services provided under this contract. 4.2 The government will furnish the following PDUs and PDU adaptors under this contract: Description Part Number Connector MIS-20045/2-020 Patriot PDU Wolf Power WPP180 Power Cable 180.01.0148 Converter Hobart 180ADV 5.0 CONTRACTOR FURNISHED PROPERTY 5.1 The Contractor shall provide all tools, repair parts, and equipment necessary for the services performed under this contract. 6.0 QUALIFICATIONS 6.1 Contractor personnel performing converter maintenance services on behalf of the 6th BDE, 3-6 BN ADA School shall be certified to perform all services required, and must have a security clearance of up to "SECRET" level. The government will not be responsible for bearing the cost of fulfilling the previously mentioned prerequisite requirements. 6.2 If for any reason approved Contractor personnel are replaced, the replacement shall also be approved, by the Contracting Officer (KO) or their representative, prior to performing under this contract. 6.3 Contractor(s) must submit proof of certification with their resumes. 7.0 SPECIAL PROVISIONS 7.1 Contractor's employees shall comply with all rules and regulations of the installation, such as those concerning fire, safety, vehicle registration, wearing of vehicle seat belt, security of property and information, smoking and vehicle parking. 8.0 NON-PERSONAL SERVICES The Government and the Contractor understand and agree that the work described in this task order is a "Non-personal Services Contract" as defined in FAR Part 37.101. Therefore, it is further understood and agreed that the Contractor and/or the Contractor's employees: a. The Contractor shall perform the services described herein as independent contractors, not as employees of the Government. b. The Contractor shall NOT be placed in a position where they are under the supervision, direction or evaluation of a federal employee, military or civilian, but shall, pursuant to the Government's right to inspect, accept or reject work, comply with such general direction of the Contracting Officer or the duly appointed representative of the Contracting Officer as is necessary to ensure completion of the contract objectives. c. The Contractor shall NOT be placed in a position of command, supervision administration or control over DA military civilian personnel or personnel of other contractors, or becomes part of the Government organization. d. Further as this contract/task order does not create an employer-employee relationship, the entitlements and benefits applicable to such relationships do NOT apply. Such include, but are not limited to, federal income tax withholding, Federal Insurance Contributions Act (FICA), unemployment compensation and workman's compensation benefits by virtue of this contract/task order. 9.0 ORGANIZATIONAL CONFLICT OF INTEREST The Contractor will receive no privileged, proprietary, or otherwise sensitive information without the Government's knowledge and without both the Government and Contractor implementing appropriate safeguards or agreements thereon. Contractors will not divulge any information accessed and obtained during the course of performing this task to other Contractor staff or anyone outside the Government. Specifically, in addition to any organizational conflict of interest provision, contractor employees assigned to this project will be required, prior to contract start date, to sign the following Non-Disclosure Agreement (NDA) agreeing not to share any information or data with other contractor personnel not assigned to the project or, if assigned to the project, who has not signed an NDA. The signed NDAs will be furnished to the Contracting Officer (KO) and Contracting Officer Representative (COR) prior to contract performance. The company will include with its submission of the Request for Quotation (RFQ), its plan to "firewall" these employees and enforce this provision (i.e., internal controls, training, etc.). Failure to adhere to these NDA safeguards may result in termination of this task. Final authorship and copyright (if required) of any deliverable will be with the Government. The Contractor cannot gain any unfair advantage. The Contractor shall identify any organizational conflict of interest clauses they or their subcontractors are subject to, current or within three years of federal government contract services, by providing, with their offer, a copy of the clause, a description of the contract services performed, a contract number, a governmental point of contact, and a phone number for that point of contact. 10.0 TECHNICAL EXHIBIT LISTING SURVEILLANCE: The Government Contracting Officers Representative (COR) person will receive complaints from Government personnel and pass them to the contractor's quality control inspector (QCI) for correction. STANDARD: Customer complaints shall not exceed the thresholds cited above for each performance standard. The COR shall notify the Contracting Officer for appropriate action in accordance with FAR 52.212.4, Contract Terms and Conditions-Commercial Items (June 2010) or the appropriate Inspection of Services clause, if any of the above service areas exceed the customer complaint thresholds. PROCEDURES: Any Government employee that observes unacceptable services, either incomplete or not performed, for any of the above performance objectives should immediately contact the COR and the COR will complete appropriate documentation to record the complaint. The COR will consider the customer complaint valid upon receipt from the customer. The COR should inform the customer of the approximate time the unacceptable performance will be corrected and advise the customer to contact the COR if not corrected. The COR will consider customer complaints as resolved unless notified otherwise by the customer. The COR shall verbally notify the Contractor's Quality Control Inspector (QCI) to pick up the written customer complaint. The QCI will be given two hours after verbal notification to correct the unacceptable performance. If the QCI disagrees with the complaint after investigation of the site and challenges the validity of the complaint, the QCI will notify the COR. The COR will conduct an investigation to determine the validity of the complaint. If the COR determines the complaint as invalid, he will document the written complaint of the findings and notify the customer. The COR will retain the annotated copy of the written complaint for his/her files. If after investigation the COR determines the complaint as valid, the COR will inform the QCI and the QCI will be given an additional hour to correct the customer complaint. A customer complaint will not be recorded if proper and timely correction of the unacceptable condition(s) is accomplished. The QCI shall return the written customer complaint document, properly completed with actions taken, to the COR, who will file the complaint for monitoring future recurring performance. Recurring customer complaints are not permitted for any of the above service items. If a repeat customer complaint is received indicating the same deficiency during the service period (month, quarter, etc.), the COR should contact the Contracting Officer for appropriate action. PERFORMANCE REQUIREMENTS SUMMARY Duties include the successful accomplishment of these Critical Tasks: PERFORMANCE REQUIREMENTS SUMMARY MATRIX PERFORMANCE OBJECTIVE PERFORMANCE STANDARD ACCEPTABLE QUALITY LEVEL MONITORING METHOD Shall immediately install new screw on cable receptacles All installs will be without defect and all damaged cables will be removed IAW PWS 3.0 a. 95% free of customer complaints Daily/Weekly 24 hour availability for emergency call-outs. Check and repair converters and PDUs as necessary Will be available 24 hours a day and will respond within two hours after being called IAW PWS 3.0 b. 95% free of customer complaints Perform monthly checks All diagnostics are ran, clean and service converter units, repair as necessary IAW PWS 3.0 c. 95% free of customer complaints COR monthly checks Perform quarterly checks Run diagnostics; load bank converter units; repair as necessary IAW PWS 3.0 d. COR random checks Perform Semi-annual checks Check all connections on converters and PDUs; repair as necessary IAW PWS 3.0 e. COR random checks
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7c3dbd587817463b0a90a77b2af32062)
 
Record
SN02576235-W 20110916/110915000201-7c3dbd587817463b0a90a77b2af32062 (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.