Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2004 FBO #0823
SOURCES SOUGHT

J -- PREVENTATIVE MAINTENANCE INSPECTION SERVICE (PMIS) AND UNSCHEDULED SERVICE (US) ON AMERICAN SCIENCE & ENGINEERING (AS&E) X-RAY INSPECTION SYSTEMS.

Notice Date
2/19/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Mobility Command, HQ AMC/DOY Contract Airlift, 402 Scott Drive Unit 3A1, Scott AFB, IL, 62225-5302
 
ZIP Code
62225-5302
 
Solicitation Number
F11626-03-R-0010
 
Response Due
3/21/2003
 
Point of Contact
Tamara Schuette, Contract Specialist, Phone 618-229-2458, Fax 618-256-8316, - Joyce Pavlak, Contract Specialist, Phone 618-229-2460, Fax 618-256-8316,
 
E-Mail Address
tamara.schuette@scott.af.mil, Joyce.Pavlak@scott.af.mil
 
Description
This synopsis is issued for information and planning purposes only. HQ AMC/DOYR anticipates issuance of a solicitation for Preventative Maintenance Inspection Service (PMIS) and Unscheduled Service on American Science & Engineering X-Ray Inspection Systems. The Government is soliciting information to determine the availability of capable contractors that can perform the following requirements: The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to perform two (2) comprehensive PMIS inspections per system per year, and unscheduled service as required. PMIS includes: clean and wash all filters, check cooling system coolant level, clean coolant pump screen and check system for leaks, clean exhaust and heat exchanger fans, clean monitors and polarized screens where applicable, replace worn or missing warning labels, clean package sensors and verify alignment, tighten any loose mounting hardware, clean re-grease and re-gap all HV connectors, verify operation of all control panel and operation present switches, verify proper analog output of chopper pulses, verify operation of system and coolant interlocks, verify timely synchronization of chopper wheel, set KV and MA to AS&E specifications, check +5 and +/-12 volt levels at preamps and adjust as required, check wheel sync delay and adjust if necessary, adjust transmission and backscatter preamps to AS&E specifications, check conveyor belts condition to adjust tracking and tension, check gray scale range with generator transmission and backscatter, verify proper image quality with test phantoms, check monitor image quality, verify operation of emergency stop switches and GFI circuits, confirm line voltage within specifications no load to full load, perform radiation survey, perform operator and image recognition training, replace any incidental items (switches, fuses, lamp, etc.), and incorporate any applicable Field Change Orders into the system. Inspection Systems are located at 15 CONUS sites and 27 OCONUS sites worldwide. Model numbers are 101ZZ, 101GT and 66Z. The anticipated period of performance will be one year with four one-year option periods. Request contractors interested and capable of performing this function submit the following information: Name and address of company, Company Point of Contact, Telephone Number, Fax Number, E-mail address, Business Size, and identify if business is disadvantaged, HUBZone, women-owned, or 8(a). For purposes of this Request for Information (RFI), the Standard Industrial Classification (SIC) Code for this requirement is 7699 and the corresponding NAICS code is 811219. The capability package must include as a minimum, the following items: 1) Contract references relating to PMIS maintenance of AS&E Inspection Systems to include: Contract Number, agency supported, period of performance, original contract value, final or current contract value, name of Contracting Officer with current phone/fax number, and a brief description of the effort; 2) Company profile: Number of employees, annual sales history, performance locations, and DUNS number, etc.; 3) a brief description of your current capability to provide the required service as outlined above. The capability package must be clear, concise, and complete and be submitted to the contracting office not later than 21 Mar 03. Points of Contact: HQ AMC/DOYR, Ms. Tamara Schuette, Contract Specialist (618) 229-2458, Email Tamara.Schuette@scott.af.mil or Joyce Pavlak, Contracting Officer, (618) 229-2460, Email Joyce.Pavlak@scott.af.mil, FAX (618-256-8316) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (19-FEB-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 25-FEB-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/HQAMCDOY/F11626-03-R-0010/listing.html)
 
Place of Performance
Address: 15 CONUS SITES AND 27 OCONUS SITES WORLDWIDE
 
Record
SN00531321-F 20040227/040225233840 (fbodaily.com)
 
Source
FedBizOpps.gov 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.