Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2018 FBO #6006
SOURCES SOUGHT

J -- Over-Speed and Directional System (ODDS) Preventive Maintenance

Notice Date
5/2/2018
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 28 CONS, 1000 Ellsworth Street, Suite 1200, Ellsworth AFB, South Dakota, 57706-4904, United States
 
ZIP Code
57706-4904
 
Solicitation Number
F1V3G18074AW02
 
Archive Date
5/30/2018
 
Point of Contact
Shai Mason, Phone: 605-385-1723
 
E-Mail Address
shai.mason@us.af.mil
(shai.mason@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
I. Description of Services. 1.1. Scope: Provide preventive maintenance inspections (PMI) four times a year (quarterly) with three additional optional years of PMIs included on three ODDS USROOM-3, computers, system components, and software located at three Ellsworth AFB installation entry gates. Preventive maintenance will include, but not limited to complete function test (turns system off/on and run tests on the function of the system per the user guide) of the systems, systems cleaning (including the casings, vents, air holes, sensors, computer with the case, LCD screen, and keyboard). The contractor will provide the government a complete PMI report that includes the current status of the system, to include part conditions (for example, sensors and computer etc.). II. Contractor Responsibilities. The Contractor will provide all personnel, equipment, tools, materials, management, operations, supervision, training, other items and logistic support as defined in this PWS. The Contractor technician will be certified on ODDS USROOM-3 and associated software used to administrate the operation of the system to perform all tasks required to perform preventive maintenance and provide the government (28th Security Force Squadron Electronic Security Systems (ESS) office) an out brief and preventive maintenance report. 2.1. All work shall be done in accordance with manufacturer's specifications and in coordination with the 28 SFS/S4 office. 2.2. Contractor will provide company-owned, privately owned, or rental vehicles for transportation. Contractor vehicles must be properly insured to be driven on the installation. 2.3. Prior to arrival, a schedule of proposed times for PMIs will be coordinated with and approved by the 28 SFS S-4 office. III. Government Furnished Materials. 3.1. The government will provide water, sewage service, electricity, and storage space for equipment at no cost to the contractor. The government will provide installation entry passes to the installation and provided escort into secure areas for the duration of the contract. The contractor shall not place trash or debris in base roll-out containers. IV. General Information. 4.1 Security Requirements. The Contracting office will provide the contractor with a current copy of the Local Security Requirements letter for contractors. This letter outlines contractor's security responsibilities as well as installation entry control procedures (Reference. Ellsworth AFB Comprehensive Protection Plan, Part I Integrated Defense Plan, Tab C, to Appendix 2, in Annex C). The contractor will ensure pass, identification, and state vehicle registration items required for contract performance are obtained from employees and non-government owned vehicles. Driver's licenses or identification cards must be issued by REAL ID compliant states or a state that has received an extension. Federal agencies are prohibited from accepting driver's licenses or identification cards from noncompliant states for official purposes. An installation access entry authority list (EAL) will be provided to the contracting office. The EAL will include at minimum the employee's name, birth date, and driver's license number, to include state of issue. This list will be updated when an employee's status or information changes. The Contracting office will provide this EAL to the Visitor Control Center for processing of installation passes. 4.2. HAZMART. The government (HAZMART personnel) will inventory all chemicals that the Contractor brings on to EAFB or any property under the control of EAFB. Any products that meet the criteria of "Hazardous Waste" must be bar coded and tracked until permanently removed from government property. The inventory will be performed prior to commencement of work. Criteria for identifying hazardous waste, is contained in Subpart C of 40 CFR, Part 261. 4.2.1. Hazardous Material Identification. Material Safety Data Sheets (MSDS) are required as specified in the latest version of Federal Standard No. 313 (including revisions adopted during the term of the contract) for any other material designated by a government technical representative as potentially hazardous and requiring safety controls. MSDSs must be submitted by the Contractor if required. Failure to provide MSDSs or certificate when requested could result in the Contractor being considered non-responsive and result in termination of the contract. 4.3. Operations Security (OPSEC) Plan. The contractor shall develop and implement a plan for protection and control of critical program information, sensitive data, and For Official Use Only (FOUO) information. The plan, as updated, shall conform to OPSEC program requirements per AFI 10-701, Chapter 8.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b4baa8c49cc8eb2eb7a84d3383b0c0b3)
 
Place of Performance
Address: 1000 Ellsworth St. Ste. 1200, Ellsworth AFB, South Dakota, 57706, United States
Zip Code: 57706
 
Record
SN04908417-W 20180504/180502231208-b4baa8c49cc8eb2eb7a84d3383b0c0b3 (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.