Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2007 FBO #2012
SOLICITATION NOTICE

J -- AIRCRAFT WASH SERVICES FOR THE DCANG (ANDREWS AFB, MD)

Notice Date
5/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
113 WG/LGC (DCANG), 3252 East Perimeter Road, Room 217, Andrews AFB, MD 20762-5011
 
ZIP Code
20762-5011
 
Solicitation Number
W912R1-07-T-0019
 
Response Due
6/5/2007
 
Archive Date
8/4/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The following Clauses and Provisions apply: FAR 52.212-1, FAR 52.212-2 (Price and Past Performance), FAR 52.212-4, FAR 52.212-5, with the following blocks checked 52.219-6, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.228-5, FAR 52.232-33, FAR 52.222-41, FAR 52.222-43, FAR 52.237-2, FAR 52.237-3, FAR 52.247-34, FAR 52.245-2, FAR 52.223-5, FAR 52.243-1, DFARS 252.204-7004 Alt A, DFARS 252.212-7001 with the following clauses applying: DFARS 252.225-7001 Abbreviated scope of services: STATEMENT OF WORK 1. DESCRIPTION OF SERVICES. The service provider shall provide all management, supervision, and labor necessary to perform aircraft corrosion prevention preparation (aircraft wash service) on F-16 aircraft of the 113th Airlift Wing, District of Columbia A ir National Guard, Andrews AFB, Maryland as defined in this Statement of Work (SOW). 1.1. WASHRACK REQUIREMENTS. The Government will coordinate the number of aircraft to be washed 7 days in advance with the service provider. 1.2 CANCELLATIONS. The Government reserves the right to cancel scheduled services. The service provider shall be notified of cancellations no later than 24 hours prior. The Government may substitute another aircraft if mission allows. 1.3 AIRCRAFT RECEIVING/DELIVERY. The service provider will perform aircraft washes in Wash Rack Facility. Government personnel shall deliver aircraft to service provider in the proper configuration as per Local Checklist and Maintenance Group Operating Ins tructions. When the aircraft is delivered for wash, the Government is responsible for ensuring proper pins are in place, aircraft is grounded and chocked prior to the contractor performing taping prep. All aircraft shall be returned to the government in th e same configuration as received. The service provider's on-site supervisor shall notify the Production Supervisor and cease all wash operations if an unsatisfactory condition exists. 1.4. A.M. WASH. Aircraft scheduled for A.M. wash will be in place by 0800. 1.5. TWO WASHES. When two washes are scheduled for the day, the service provider will notify production supervision and Maintenance Operations Center (MOC) upon completion of each wash. The government shall provide the service provider with additional air craft within 2 hours of initial notification. 1.6. INCLEMENT WEATHER. In the event inclement weather prohibits towing of aircraft, i.e. snow, ice, fog, lightning, the government has until 1000 to provide the service provider with an aircraft. After this time, the wash shall be cancelled without compen sation to the service provider. Service provider will provide cold weather equipment to personnel. Aircraft will be washed outside when temperatures are 50 degrees or higher. 1.7. VARIATION IN WORKLOAD. The quantity of output to be furnished to the service provider as stated herein, are estimates and, as such, are subject to variations. 1.8. FACILITY MAINTENANCE. The service provider shall dispose of trash and debris from the wash rack at the end of the day. They will rinse and return to storage all used protective clothing items and reusable materials. The wash rack floor will be rinsed and squeegied to eliminate standing water after each wash. An inventory of tools will be taken at the start and end of each workday. Missing tools must be reported to the Production Supervisor. 1.9. TECHNICAL ORDERS. The service provider will prepare the aircraft for cleaning in accordance with Technical Order (T.O.) 1-1-691, Weapon Systems Cleaning and Corrosion Control and T.O. 1F-16C-23, Corrosion Control. The Government will perform the Post Wash Inspections. Government personnel will be responsible for ensuring all T.O.s are current. The service provider shall perform in accordance with all such referenced directives, manuals, technical orders, instructions, a nd other guidance including supplements, as they are, from time to time, revised, supplemented or amended. The service provider shall keep up to date with the information contained in all of the documents and their supplements as they apply to the wash ser vice. The service provider shall immediately implement those revisions, supplements or amendments that will result in no change in contract price. 2. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The government will provide the facilities, equipment, materials and services necessary at contract start date and during the complete performance period of the contract. Contractor supplies personal protectiv e equipment with the exception of goggles and gloves. 2.1. EQUIPMENT ACCOUNTABILITY. IAW FAR 52.245-2, Government Property (Firm Fixed Price Contracts,) the service provider shall be liable for loss or damage to Government furnished property and equipment beyond fair wear and tear. In the case of loss or dama ge beyond economical repair to property and equipment, the CO shall determine the amount of the service provider's liability. On completion or extension of the contract, the service provider and a Government representative shall conduct a joint inventory o f equipment. Compensation shall be effected either by reducing the amounts owed to the service provider or by direct payment compensation. The CO will determine the method. The government will be responsible for day-to-day wear and tear of equipment and th e service provider is liable for damage/loss caused by neglect. In the case of damaged property, the amount of compensation due the Government by the service provider shall be the actual cost or repair, provided such amount does not exceed the economical r epair value. In the case of loss or damage beyond economical repair to equipment, the amount of the service provider's liability shall be the depreciated replacement value of the item to be determined by the CO. Any failure of the service provider to agree with such determination shall be treated as a dispute pursuant to the clause of this contract entitled Disputes. 3. GENERAL INFORMATION 3.1. QUALITY CONTROL. The service provider shall develop and maintain a quality program to ensure services provided are performed in accordance with commonly accepted commercial practices. The service provider shall develop and implement procedures to iden tify, prevent, and ensure non-recurrence of defective services. 3.2. QUALITY ASSURANCE. The government will evaluate the service provider's performance under this contract. Government personnel will record all surveillance observations. When an observation indicates defective performance, the Maintenance Group represen tative will require the contract manager or representative at the site to initial the observation. In addition, the defective item in question will be corrected immediately before the services are considered accepted. The initialing of the observation does not necessarily constitute concurrence with the observation, only acknowledgement that he or she has been made aware of the defective performance. 3.3. HOURS OF OPERATION. The service provider will perform the services required under this contract during the following hours: Monday through Friday (excluding legal U.S. holidays and RDOs), beginning at 0800 hours until 1600, and continuing performance until all scheduled services have been completed and have been accepted by the QA. 4. SECURITY REQUIREMENTS. All service provider employees shall possess the minimum of a Secret clearance. The service provider shall obtain pass and identification items as required for all employees. The service provider shall comply with AFI 31-101, Chapter 9 (will be provided upon request) API 31-601, Chapter 7,8,9,11,12 (entire Chapter) Department of Defense Manual (DODM) DOD 5220.22-M, Chapter 1, Section 2, General Requirements DOD 5220.22-M, Chapter 1, Section 3, Reporting Requirements DOD 5220-22-M, Chapter 2 and Chapter 3 (entire Chapters) DOD 5220-22-M, Chapter 5, Section 1, General Safeguarding Requirements DOD 5220-22-M, Chapter 5, Section 2, Control and Accountability DOD 5220-22-M, Chapter 6, Section 1, Visit Requirements DOD 5220-22-M, Chapter 7 (entire Chapter) DOD 5220-22-M, Chapter 10, Section 6, Contractor Operations Abroad A Visitor Group Security Agreement (VGSA) shall be developed by the Servicing Activity identifying the specific security requirements of the service provider and those of the installation commander providing oversight of contract security performance. Acce ss to contracted locations shall be restricted to service provider personnel and personnel who are authorized by the Air Force activity. Service provider will not be required to perform during force protection Delta. 4.1. PHYSICAL SECURITY: The service provider shall establish and implement a key control program to ensure all keys issued to the service provider by the Government are not lost or misplaced and are not used by unauthorized persons. The service provider sh all not duplicate any keys issued by the Government. The service provider shall immediately report to the MXG representative or CO any occurrences of lost or duplicated keys. In the event keys, other than master keys, are lost or duplicated, the service pr ovider may be required, upon written direction of the contracting officer, to re-key or replace the affected lock or locks without cost to the Government. The Government may, however, at its option, replace the affected lock or locks or perform re-keying a nd deduct the cost of such from the monthly payment due the service provider. In the event a master key is lost or duplicated, the Government will replace all locks and keys for that system and the total cost deducted from the monthly payment due the servi ce provider. The service provider shall prohibit the use of keys issued by the Government by any persons other than the service provider's employees and the opening of locked areas by service provider employees to permit entrance of persons other than serv ice provider employees engaged in performance of contract work requirements in those areas. 5. CONTRACT MANAGER. The service provider shall provide a contract manager who will be responsible for the performance of the work. The name of this person, and an alternate(s), who shall act for the service provider when the manager is absent, shall be de signated in writing to the contracting officer at the Pre-performance Conference. The contract manger or alternate shall have full authority to act for the service provider on all contract matter relating to daily operation of this contract. The contract m anager or alternate shall be available during normal duty hours within 30 minutes of notification to meet on the installation with government personnel (designated by the contracting officer) to discuss problem areas. After normal duty hours, the manager o r alternate shall be available within three hours of notification. The contract manager and alternate(s) must be able to read, write, speak and understand English. 5.1. CONTRACT EMPLOYEES. The service provider shall not employ persons for work on this contract identified to the service provider by the Contracting Officer as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population. Service provider personnel shall present a neat appearance and be easily recognized as contractor employees and must be able to read, speak and understand English. This may be accomplished by wearing distinctive clot hing bearing the name of the company or by wearing appropriate badges that contain the company name an d employee names. The service provider shall not employ any person who is an employee of the US Government, if employing that person would create a conflict of interest. Additionally, the service provider shall not employ any person who is an employee of t he Department of the Air Force, military or civilian, unless such person seeks and received approval according to DOD 5500.7-R, Joint Ethic Regulation. The service provider is cautioned that off-duty active military personnel hired under this contract me b e subject to permanent change of station, change in duty hours, or deployment. Military Reservists and National Guard members may be subject to recall to active duty. The abrupt absence of these personnel could adversely affect the service provider's abili ty to perform; however, their absence at any time shall not constitute an excuse for nonperformance under this contract. Service provider will be required to obtain base contracting access badge from Security Forces for employees washing aircraft. All badg e requests will be completed during normal business hours. All workers must be cleared through law enforcement background checks by Security Forces. No Convicted Felons, No Undocumented/Illegal Workers, No Weapons on Base/in Vehicles. EMPLOYEE TRAINING. The service provider will be responsible for providing all initial job safety training for its employees to include training on major hazards for hydrazine awareness, hazardous communication, slips and falls; and fall protection and work ing in a Class 1, Division 1 aircraft hangar. The service provider shall comply with all training requirements to perform aircraft wash services as indicated in this SOW. The service provider shall document and maintain a training file of qualification and or certification records for each employee. Personnel shall be re-certified when applicable, and all training documents shall be made available for Government review. Training and certification shall be completed within 30 days after hire date. 5.2. SAFETY. Service providers fall under Federal OSHA and AFOSH standards while working on Andrews AFB and must comply with those standards. Service Provider shall provide respirators and filters to contract employees and is responsible for the fit-test and employee health assessments The service provider shall be responsible for insuring that all employees adhere strictly to the safety precautions in OSHA and Air Force Occupational Safety and Health Standards (AFOSH) 91-100, Para 1.1, 1.2.1.1, 1.2.2, 1.2 .3.3, 1.2.3.3.2, 1.2.3.3.4, 1.2.3.3.6, 1.2.7, 1.2.18, 1.2.18.2,4.1,4.2,4.3,4.4, 5.3 GOVERNMENT FURNISHED F ACILITIES/SERVICES/EQUIPMENT/SUPPLIES GOVERNMENT FURNISHED FACILITIES: determined by unit GOVERNMENT FURNISHED UTILITIES: Water Electricity Heat Compressed air Telephone service Class A telephone (for official use only; Office Supplies will not be provided by the Government GOVERNMENT FUNISHED EQUIPMENT: Pneumatic foamer Buckets Water hoses Stools Air hoses Fall arrest system w/safety harness Flammable locker Ladders Maintenance stands Technical orders GOVERNMENT FURNISHED SUPPLIES: Aircraft cleaner (soap) Barrier paper Gloves (nitrile) Pressure tape Brush heads & handles Scrub pads Small paint brushes Tyvex suits Masking tape SPECIFIC SECURITY REFERENCES AFI 31-101, Chapter 9 (will be provided upon request) AFI 31-601, Chapter 7,8,9,11,12 (entire Chapter) Department of Defense Manual (DODM) DOD 5220.22-M, Chapter 1, Section 2, General Requirements DOD 5220.22-M, Chapter 1, Section 3, Reporting Requirements DOD 5220-22-M, Chapter 2 and Chapter 3 (entire Chapters) DOD 5220-22-M, Chapter 5, Section 1, General Safeguarding Requirements DOD 5220-22-M, Chapter 5, Section 2, Control and Accountability DOD 5220-22-M, Chapter 6, Section 1, Visit Requirements DOD 5220-22-M, Chapter 7 (entire Chapter) DOD 5220-22-M, Chapter 10, Section 6, Contractor Operations Abroad Eval uation Criteria: Price and Past performance shall be evaluated with equal value. All proposals past performances with (3) references. It shall include services provided, contracting agency, contract number, contract value, period of performance and verif ied up to date point of contact with telephone number and email address. The Govt reserves the right to give greater consideration to offerors deemed to have more relevant past performance. *Relevant past performance includes aircraft corrosion cleaning services similar in scope, magnitude, and complexity. Past performance will take into account key personnel, subcontractors used to supply the contact effort, compliance with contract terms and conditions, critical aspects of the contractual effort, and o ther pertinent data to attain the required services. Pricing shall be supplied in a monthly sequence up to one year which equates to (70) washes for the annual period. All proposals shall be priced in accordance with Service Contract Act Wage Determination 2005-2103 Revision 2, Dated November 7, 2006 Additional information may be attained by contacting MSgt Leslie Riffey at (240) 857-0075 or leslie.riffey@dcandr.ang.af.mil
 
Place of Performance
Address: 113 WG/LGC (DCANG) 3252 East Perimeter Road, Room 217, Andrews AFB MD
Zip Code: 20762-5011
Country: US
 
Record
SN01304742-W 20070531/070529220710 (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.