SOURCES SOUGHT
99 -- Source S ought Tomsed Turnstile Maintenance Provider
- Notice Date
- 9/14/2006
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000
- ZIP Code
- 33621-5000
- Solicitation Number
- SSF2VUSM
- Response Due
- 9/22/2006
- Archive Date
- 10/7/2006
- Description
- OFFADD: 6 CONS/LGCB 2606 Brown Pelican Ave., MacDill AFB, FL. 33621-5000 SUBJECT: TOMSED Turnstile Quarterly Maintenance. (12 Months) DUE: 22 September 2006, 1200 EST. POC: TSgt Daniel E. Abert, Contract Specialist, Phone: (813) 828-4724; Fax (813) 828-5111, Email: daniel.abert@macdill.af.mil DESC: Headquarter USSOCOM at MacDill Air Force Base, FL is requesting information for : TOMSED Turnstile Quarterly Maintenance. (12 Months) This is a Request for Information (RFI) ONLY. It is not a Request for Proposal (or solicitation) or an indication a contractual commitment will exist for this requirement. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. The purpose of this market research (Source Sought Synopsis) is to determine if a TOMSED Turnstile Quarterly Maintenance provider is commercially available by a company that can provide service. The TOMSED Turnstile Quarterly Maintenance sources sought will have the following specifications: STATEMENT OF WORK: Maintenance for Security all Turnstiles in SOCOM 1. General Description 1.1. The contractor shall provide all labor, materials, parts, equipment, tools, transportation, personnel, and all other items and services necessary to provide full maintenance for all turnstiles in SOCOM, in accordance with the terms of contract. 2.1. The contractor shall submit a written statement of work (SOW) to the government Point of Contact (POC) that includes pricing for any work which must be performed beyond this maintenance agreement. 2. General Requirements 2.1. All services shall be performed by the contractor at the on-site location of the equipment and with the best commercial practices established by the equipment manufacturer. All parts and material used to perform under this contract shall be new and from the same or better capacity and efficiency standards of the original manufacturers part. 2.2. Maintenance performed shall include manufactures recommended intervals and parts (attached) for three (5) dual (set includes separate entrance and exit) and one (1) single (used as a entrance/exit) Tomsed Security Turnstile, series 31 and 32 Security Turnstiles, (WWW.tomsed.com) and a set of Designed Security Inc (DSI), model ES810/ES840 Optical Turnstiles. 3. Cleaning up 3.1. The contractor shall dispose of all waste and scrap materials accumulated during the performance of this contract at no additional cost to the United States Government, and in accordance with all applicable laws. 3.2. The contractor is responsible for the correct removal and disposal of material and trash generated during the service. The dumpster on base CAN NOT be used by the contractor. All working areas shall be kept clean and tidy daily and until project completion. 4. Storage The contractor may store materials, tools, or equipment in the work area at his own responsibility. The United States Government is not responsible for larceny, etc. of this equipment. 5. Security procedures The contractor shall take care that all security and fire regulations are followed. 6. Welding If welding, cutting, or grinding is need to be accomplished for repair work. The contractor needs a WELDING (grinding, because of the sparks) permit. The contractor needs to contact the Base fire department for this permission. 7. Utilities The U.S. Government provides the electricity and water during the performance of the service available. The contractor is responsible for all connections. 8. Working Conditions The contractor may utilize the rest room within the SOCOM facility, provided he is escorted by a cleared SOCOM representative. 9. Special Requirements A list shall be provided of all individuals working under this contract before commencement of work in order to clear them to perform work on MacDill, AFB. 10. Replacement Parts All parts required during the individual maintenance service shall be included in the offer for the individual task. 11. Hours of operation Scheduled Maintenance Service for Security Turnstiles MONTH INTERVAL- Copy of shedule can be provided. Electronic posting does not allow for the schedule to be viewed correctly. ITEM # SERVICE 1MO 3MO 6MO 12MO 1 Solenoid Assembly Inspection X 2 Pivot Arm Lubrication X 3 Pivot Arm Inspection X 4 Locking Assembly Lubrication X 5 Locking Bar Assembly Inspection X 6 Ratchet Assembly Inspection X 7 Self-Centering Plunger Lubrication X 8 Self-Centering Spring Adjustment X 9 Self-Centering Shock Absorber Adjustment X 10 Self-Centering Speed Control Spring Inspection X 11 Plunger Roller Inspection X 12 Limit/Rotation Switch Inspection and Adjustment X 13 Controller Inspection X 14 Electrical Wiring Inspection X 15 Fastener Inspection X 16 Indicator Light Inspection X 17 Turnstile Stability Inspection X 18 Spindle Arm Inspection X 19 Panel Inspection X 20 Panel Cleaning X 21 Turnstile Foundation Cleaning X 22 Bottom Spindle Bearing Lubrication X 23 Pivot Arm Spring Replacement X NOTES: 1. A complete inspection should be performed on the turnstile after one full month of service. 2. If necessary lubrication of the bushings is to be done with a silicone or Teflon based spray lubricant. 3. A general purpose lithium based grease is to be used to lubricate the lower spindle bearing. RECOMMENDED SPARE PARTS 21-113 Limit/Rotation Switch 51-215 PLC Control Unit 53-523 Bridge Rectifier 53-791 Transformer 85-143 Lower Flange Bearing 85-156 Speed Control Cylinder 85-213 Solenoid Plunger Return Spring 85-214 Pivot Arm Spring 85-215 Linkage Pin To Pivot Arm 85-225 Solenoid 85-270 Upper Flange Bearing 85-285 Self-Centering Mechanism Spring Contractor will be given access to the facility within the time frame set forth by the contractor?s schedule. .Firms responding to this RFI are asked to provide the following information in their initial response: company?s full name, business size, address, point of contact, and a clear indication as to whether or not they can provide the item the government is seeking.. Final responses to this RFI will be due on 22 September 2006, 1200 EST.. Responses will be reviewed and may result in further clarifications to further explore commercial capabilities with selected respondents. As industry may expect to see portions of submitted information in future solicitations, portions of the response containing proprietary information should be clearly marked as such. Information submitted will not be returned to the respective respondents. Oral submissions of information are not acceptable and will not be accepted in response to this notice. The POC for this synopsis is TSgt Daniel E. Abert, Contract Specialist, Phone: (813) 828-4724; Fax (813) 828-5111, Email: daniel.abert@macdill.af.mil Please use this contact information for any questions.
- Place of Performance
- Address: MacDill Air Force Base, Tampa, Florida
- Zip Code: 33621
- Country: UNITED STATES
- Zip Code: 33621
- Record
- SN01143757-W 20060916/060914221231 (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 |