SOLICITATION NOTICE
49 -- FACILITIES MAINTENANCE AT LA MACARENA, META (COLOMBIA SOUTH AMERICA)
- Notice Date
- 9/9/2014
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Bogota Branch (PARC Americas 410th CSB), KO Directorate of Contracting, Unit 5136 US Embassy Colombia, APO, AA 34038-0008
- ZIP Code
- 34038-0008
- Solicitation Number
- W913FT-14-T-0041
- Response Due
- 9/9/2014
- Archive Date
- 11/8/2014
- Point of Contact
- ASTRID PARDO, 5713832386
- E-Mail Address
-
Bogota Branch (PARC Americas 410th CSB)
(pardoaj@tcsc.southcom.mil)
- Small Business Set-Aside
- N/A
- Description
- PERFORMANCE WORK STATEMENT for LA MACARENA MILITARY INSTALLATION (LMMI) GENESIS COMPOUND FACILITY MAINTENANCE AND REPAIRS SERVICES CONTRACT 1. SCOPE OF WORK: The Contractor shall provide a six month general facility maintenance contract to satisfy requirements listed under paragraph 7 of this Performance Work Statement (PWS). As part of this service, the Contractor shall also provide all management, supervision, personnel, training, equipment, materials, supplies, repair parts and any other equipment and personnel to accomplish the task of providing scheduled periodic preventive maintenance inspections and corrective and emergency repairs to the GENESIS Compound at La Macarena Military Installation (LMMI) in the City of La Macarena, Meta Department, Colombia. 2. PLACE OF PERFORMANCE:La Macarena, Colombia PERIOD OF PERFORMANCE (POP):Six months30 Sep 14 - 29 Mar 15 3. MAINTENANCE PERSONNEL CLEARANCES AND ACCESS: 3.1. The Contractor shall provide the following information for each maintenance person performing services under this contract to the Contracting Officer's Representative (COR) at contract award: Full Name Copy of their Colombian cedula (Identification Card) 3.1.1. The COR will provide a copy of this contract, the maintenance's person information and RSO paperwork to the RSO for maintenance personnel clearances. These clearances are to ensure that the maintenance's person do not pose a security risk. 3.1.2. On a Colombian Base on a Colombian facility not in the immediate vicinity of US personnel is not required to register in SPOT. 3.1.3. The Contractor shall keep the listing of maintenance's person current and provide updates to the COR as necessary, to comply with this security requirement. Contractor, note that if you intend to add new maintenance person to the pool of RSO cleared maintenance personnel, it takes approximately ten (10) workdays to get a maintenance person cleared. 3.1.4. The Contracting Officer and/or COR reserves the right to exclude any contract maintenance person from performance under this contract if any information exists that the employee is a security risk. The exclusion of an employee for security reasons will not relieve the Contractor from performance of services required under this contract. 3.2. The Contractor is responsible for obtaining all driving and insurance credentials required by the Federal laws of Colombia for the maintenance personnel. Copies of the Contractor's driving and insurance credentials shall be provided with their quote. 3.3. ACCESS: The Contractor is required, with the assistance of the COR and through the Military Group, to obtain credentials and approvals for access to the La Macarena Military Installation (LMMI) at the City of La Macarena, Meta Department, Colombia, for all maintenance personnel. Processing access clearance is the responsibility of the COR in coordination with the Contractor. 4. IDENTIFICATION BADGES: At a minimum, all Contractor maintenance personnel shall wear Contractor photo identification badges above their waist with personnel name, contractor company info and expiration date, visible at all times, if required by the local authorities at LMMI 5. GOVERNMENT POINTS OF CONTACT: 5.2. CONTRACTING OFFICER'S REPRESENTATIVE (COR): NAME:SFC Del Valle, Francisco A. PHONE # 275-2544 FAX #275-3007 E-MAILfrancisco.a.delv.mil@tcsc.southcom.mil 6. CONTRACTOR'S PROJECT MANAGER: The Contractor shall designate a project manager fluent in the English language, to act as the point of contact for all contract requirements. The Project Manager person must be able to understand the English language enough to take service requests by US personnel. 7. GENERAL SPECIFICATIONS FOR: 7.1. SPECIFICATIONS: 7.1.1. The Contractor shall provide a six month general maintenance contract. 7.1.1.1. Scheduled periodic preventive maintenance inspections and corrective and non-complex emergency repairs for the following: 7.1.1.1.1. Two (2) each 455 Kw CATERPILLAR generators. This is limited to services that involve user level maintenance and checks. 7.1.2. As part of this service, the Contractor shall also provide all management, supervision, personnel, training, equipment, materials, supplies, fuel, repair parts and any other equipment and personnel to accomplish the task of providing scheduled periodic preventive maintenance inspections and corrective and emergency repairs to the GENESIS compound at La Macarena Military Installation (LMMI) in La Macarena, Meta Department, Colombia. 7.1.2.1. This includes general upkeep of facility; service and maintenance of plumbing network; appliance maintenance and repairs; lighting fixture maintenance and repairs; and supply of replacement parts validated by the using activity. 7.2. COMPLIANCE WITH COLOMBIAN REGULATIONS AND MAJOR END-ITEMS WARRANTY SPECIFICATIONS: The contractor must ensure all maintenance personnel under this contract are properly license IAW Colombian regulations in order to provide licensed/certified work and services such as electrical work, generators, and sewage/water treatment plant periodic maintenance and repairs as well as operation of equipment needed for the completion of these tasks. 7.2.1. The contractor must also ensure that all periodic maintenance and repairs to major end items such as the electric power generators, forklift, GATOR light all-terrain vehicle, and CCTV equipment is IAW any existing warranties. 7.2.2. The contractor will be responsible for properly coordinating any service to warranty equipment, obtaining any required certification to provide services IAW warranty requirements, and or assuming responsibility for any cost that it is associated with warranty violations. 7.3. SAFETY AND MAINTENANCE: The Contractor shall be aware of all local safety requirements and ensure that all reasonable efforts are made to protect all persons from harm and U.S. Government property from damage. 7.4. EQUIPMENT DAMAGE: The Contractor is responsible for all damage to the GENESIS Compound associated equipment as outlined in paragraph eight above, including any wear and tear resulting from maintenance oversight or unintended maintenance or repair damage. However, in the case of documented damage to the GENESIS compound equipment outlined under paragraph eight above as the result of hostilities against authorized US Government GENESIS Compound personnel, the Contractor may request compensation from the US Government. If the contractor is insured, the Government shall be responsible only for the deductible portion of the claim. 7.5. CELL PHONES: All maintenance personnel shall carry working cellular phones, with active minutes. The Contractor shall provide a list of all cell phone numbers for all RSO-approved maintenance personnel to the COR. Additionally, the Contractor shall ensure that all maintenance personnel are provided the cell phone numbers for the COR, Project Manager, and 24-Hour Emergency POC. 7.6. USE OF PROHIBITED SUBSTANCE(S): Alcoholic beverages, illegal drugs, or other impairing agents will not be consumed eight hours prior to beginning any schedule or emergency work at the site. The use of these substances by Contractor personnel while performing under this contract is strictly prohibited. The Contractor shall immediately remove and replace employees who appear to be under the influence of any prohibited substance. 8. SPECIFIC PREVENTIVE MAINTENANCE AND REPAIR SERVICES RESPONSIBILITIES: 8.1. The Contractor shall provide and be responsible for: 8.1.1. Providing its own transportation to and from the site to include arranging for a viable 24-hour service response to emergency requirements. 8.1.2. Providing 24-hour on-site support for minor local emergencies. 9.1.3. Procuring minor repair and maintenance parts from the local economy (light bulbs, paint, etc.). 8.1.4. Procuring small local services not cover under this maintenance contract and as require with approval from the COR. 8.1.5. Providing on-site and maintenance personnel with reliable communications (cell phone) for ease of contact. 8.1.6. Obtaining Colombian Military (COLMIL) approvals of local hire personnel and access to the La Macarena Military Installation (LMMI). 8.1.7. Obtaining COLMIL approval and coordinating access to LMMI for out-of-town maintainers 8.1.8. Providing pre-approved and acceptable fuel kits for the fuel testing. 8.1.9. Maintaining a minimum of 30-days supply of POL for the generators, GATOR, and forklift to include coolant/anti-freeze for the generators. 8.2. SERVICES: The preventive maintenance and repairs services will be provided to US Government personnel in accordance with schedules provided by the Contracting Officer's Representative (COR) after award. 8.2.1. REGULAR SERVICE HOURS: The Contractor shall provide and ensure that Contractor maintenance personnel are on duty to accept and respond to service calls between 0700 and 1900 daily, including weekends and holidays. 8.2.2. OVERTIME: Longer hours may be required which is to be authorized by the COR and billed under the Overtime contract line item. The Contractor shall ensure compliance with the Colombian labor laws limiting the number of hours an individual employee may work in a given day/week. Replacement or relief maintenance personnel will be made available for those occasions when operational requirements mandate the availability of the maintenance personnel for longer periods than can be legally accommodated by one maintainer. 8.2.2. RESPONSE TIME: The Contractor shall respond to all on-site service requests within 30 minutes. In the case of major repairs requiring out-of-site support, the Contractor shall provide a replacement or service within 24-hours of notification. Failure to respond for within the time frames stated herein shall be a basis for credit to the Government as shown in the PRS. 8.2.3.1. The Contractor shall establish procedures that will provide the Government caller with a service quote mark Control Number quote mark for verification of date/time that service was requested. 9. EMPLOYEE TRAINING: The Contractor shall be responsible for training and certifying maintenance personnel on the proper maintenance and services to associated GENESIS Compound equipment as outlined under paragraph eight above to include any warranty supported equipment or acquiring the required certified/trained maintenance person to provide the service. 10. SUBCONTRACTING: Subcontracting is authorized under this contract IOT provide warranty required services. 11. SERVICES SUBTRACTIONS: Contractor will provide the option to reduce the number of maintenance personnel or services. Notification will be provided with a minimum 45 days notice. Contractor will reduce monthly charges by monthly pro-rated labor prices. 12. CONTRACTOR MANPOWER REPORTING: The Contractor is required to report all Contractor manpower required for the performance of this contract. The Contractor is required to completely fill in all the required fields in the reporting system using the following web address: https://cmra.army.mil/. The requiring activity will assist the Contractor with the reporting requirement as necessary. The Contractor may enter reports at any time during the reporting period, which is defined as the period of performance not to exceed 12 months ending 30 September of each Government fiscal year. Reporting shall be completed no later than 31 December every year or part of a year for which the contract is in place. Failure to comply with this reporting requirement may result in contract termination.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dab0d0000e4f5824c414058385ce22f8)
- Place of Performance
- Address: Bogota Branch (PARC Americas 410th CSB) KO Directorate of Contracting, Unit 5136 US Embassy Colombia APO AA
- Zip Code: 34038-0008
- Zip Code: 34038-0008
- Record
- SN03502070-W 20140911/140909235644-dab0d0000e4f5824c414058385ce22f8 (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 |