SOURCES SOUGHT
J -- Inspection, Maintenance, Repair, and Certification of Overhead Hoists & Cranes at Holloman (aka Hoist MX)
- Notice Date
- 11/22/2019 8:34:54 AM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- FA4801 49 CONS LGCP HOLLOMAN AFB NM 88330 USA
- ZIP Code
- 88330
- Solicitation Number
- FA480119QA003
- Archive Date
- 02/01/2020
- Point of Contact
- Jennifer D. Sternthal, Contract Administrator, Phone: 575-572-7503, Sally D. Roberts, Contracting Officer, Phone: 575-572-5293
- E-Mail Address
-
jennifer.sternthal.1@us.af.mil, sally.roberts@us.af.mil
(jennifer.sternthal.1@us.af.mil, sally.roberts@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Current as of 1 October 2019:1. Udpated Classification Code from M to J.2. Updated Primary Point of Contact from Alison Sowka to Jennifer Sternthal.3. Updated Set Aside from blank to Total Small Business.***NOTICE***FBO Solicitation # FA480119QA003 IS Related to CON-IT Sol # FA480119QA016 *****NOTICE 3 OCT 19*****THE NEW AIR FORCE CONTRACT WRITING SYSTEM (CON-IT) AUTOMATICALLY UPDATED THE PIID FROM FA480119QA016 TO FA480120Q0002 BASED UPON THE NEW FISCAL YEAR (FY20)***** FA480120Q0002 IS THE CURRENT PIID AND WILL BE REFERENCED FROM HERE ON OUT*****FA480119QA003 IS RELATED TO CON-IT SOL # FA480120Q0002*****This presolicitation notice is an announcement of a requirement for Inspection, Maintenance, Repair, and Certification of Overhead Hoists & Cranes at Holloman AFB NM 88330.***Descritpion updated 22 Nov 19***DESCRIPTION OF WORK: Perform evaluations, inspections, testing, maintenance, repair, and certification of cranes and hoists, and components of this equipment. Types of equipment includes rail-mounted, and fixed-location cranes and hoists both powered and manually operated units. Provide tags/stenciling and written documentation of all inspections (annual, semi-annual, and load tests). The Contractor shall provide all personnel, equipment, tools, and materials necessary to perform on-site annual load testing, certification, scheduled/preventative maintenance and unscheduled repairs for (approximately 120) hoists listed in Appendix A at Holloman Air Force Base, New Mexico. (NOTE: Cranes and Hoists are approximately 15-40 feet off the ground; the Contractor is responsible for providing a scissor/man lift). The Contractor shall perform this work and provide these services during scheduled semi-annual inspections, maintenance, testing, repair and weight certification visits in January (includes annual proof-load testing/capacity certifications and preventive maintenance) and June (preventive maintenance), and possibly including unscheduled (routine/emergency) repairs at other times throughout the year as designated by the Government.The Contractor shall inspect, test, and maintain the cranes and hoists in accordance with (IAW) manufacturers specifications and recommendations, in addition to the following:***Standards updated 21 Nov 19/Clarified 22 Nov 19***-AFMAN 91-203, Chapter 12 Material Handling Equipment (12.5. Manual Hoisting and Pulling Devices & 12.8. Overhead, Gantry, and Underhung Cranes and Monorail Systems). website: https://www.e-publishing.af.mil/-OSHA 1910.179 Overhead and Gantry Cranes-OSHA 1926.550 Cranes and Derricks-OSHA 1910.176, Handling Materials General website: https://www.osha.gov/-The National Electrical Code, NFPA 70, Article 610-Cranes and Hoists website: https://www.nfpa.org/-NAVFAC P-307 Weight Handling Program Management, issued by the Naval Facilities Engineering Command, Navy Crane Center Website: https://www.navfac.navy.mil/navfac_worldwide/specialty_centers/ncc.html***NOTE: The NAVFAC P-307 is seen as an industry standard, HOWEVER, 1) Holloman is an Air Force Installation and does not have any Navy owned Weight Handling Equipment (WHE) and 2) the Contractor needs to comply with the Qualified Person definition in AFMAN 91-203 (for training/certification requirements) which states "A person who by possession of a recognized degree, certificate or professional standing, or who by extensive knowledge, training and experience, successfully demonstrated the ability to solve/resolve problems relating to the subject matter, the work or the project".*** PERIOD OF PERFORMANCE (POP): The POP is for a base year of 1 January 2020 to 31 December 2020, and four one-year option years.IMPORTANT NOTICES: This acquisition will be competitively set-aside for Small Business (SB) concerns. A SB will be considered small under North American Classification System (NAICS) code 811310 with a size standard of $8.0M. All offerors must be registered in the System for Acquisition Management (SAM), https://www.sam.gov/SAM, which is a Government owned and operated FREE web site that consolidated the capabilities of Central Contractor Registration (CCR)/FedReg, Online Representations and Certifications (ORCA), and Excluded Parties List System (EPLS). You are required to create a user account to register and/or update your entity records (i.e., Commercial and Government Entity (CAGE) Code, Unique Entity Identifier (UEI) [new standard replacing the proprietary DUNS number], etc.) in SAM which were previously located in separate CCR and ORCA websites. This information is necessary in order to receive award consideration. All questions concerning this notice should be submitted electronically via email to the Points of Contact as indicated in this announcement. All information pertaining to this announcement, including technical (or other) questions and answers will be provided to/through the Contracting Officer/Contract Administrator ONLY to ensure equal distribution of information to interested parties via beta.SAM.gov at https://beta.sam.gov/.OTHER DETAILS: The solicitation and other attachments will be posted sometime in October 2019 and MUST be downloaded from beta.SAM.gov website: https://beta.sam.gov/. DO NOT REQUEST VIA MAIL as no paper copies will be issued. It is important to check this site frequently for any updates/amendments. When the solicitation and all associated documents have been downloaded, it is important to read the solicitation in its entirety because there are dates, terms and conditions that must be met by the prospective offeror in order for the quote to be considered responsive.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/42b0c8b7b86f4becbb9bf88bf043c7b9/view)
- Place of Performance
- Address: Holloman AFB, NM, NM-08, NM 88330, USA
- Zip Code: 88330
- Country: USA
- Zip Code: 88330
- Record
- SN05501978-F 20191124/191122230251 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |