SOURCES SOUGHT
J -- MHE / Vehicle Maintenance in Kuwait
- Notice Date
- 4/26/2012
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Disposition Services, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
- ZIP Code
- 49037-3092
- Solicitation Number
- SP4510-12-SS-0008
- Archive Date
- 5/19/2012
- Point of Contact
- Matthew Wonch, Phone: 269-961-5660
- E-Mail Address
-
matthew.wonch@dla.mil
(matthew.wonch@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This sources sought notice is issued in an effort to conduct market research for information and planning purposes only. The Government is soliciting information to determine the availability of small business firms capable of performing the services stated below. We are only seeking information from small businesses. Large businesses interested in this procurement should continually monitor the Federal Business Opportunities (FBO) web-site (http://www.fbo.gov) as the solicitation would be posted on this site if issued. DLA Disposition Services has a need for MHE / Vehicle Maintenance is Kuwait. The contact will be for a 12-month base period and will have two 12-month option periods. This is a Non-Personal services contract and the contractor shall provide trained mechanics, equipment, supplies, materials, and parts including consumable items such as but not limited to: fluids, filters, lights, fuses, wiper blades, hoses, belts, tools, test equipment, facilities, transportation, vehicles, and other items/services necessary to meet the requirements of this PWS. The contractor shall be required to service and/or repair all items to the extent that they are fully operational and mission capable, to include any updated Maintenance Bulletins, Recall Notices, etc from the manufacturer. All items shall be initially inspected and a full written assessment made for each item. Any discrepancies shall be put in writing and scheduled for repair to the extent that they are fully operational and mission capable in accordance with (IAW) Original Equipment Manufacturer (OEM) standards and specifications. All equipment, machinery and vehicles shall be kept in service up to 90% of the time with an overall downtime of no more than 10%. The kinds/types of equipment/machinery/vehicles to be maintained: Air Compressors, All Terrain Vehicles (ATV's), Rough Terrain Container Handlers (RTCH), Conveyors (motorized), Fork Lifts to include Rough-Terrain, ranging from a 3K up to a 60K; equipped with regular/standard boom and extended reach booms; some with side to side fork shift capability, Front End Loaders, Generator Sets, Mobile Light Set, Magnetic sweepers, Non-tactical vehicles (pick up trucks, passenger van, sport utility vehicles (SUV's)), Plasma Cutters, Power/Pressure Washers, Ramp Loader, Scrap Handlers, Scrap Crawlers, Shredders, Skid Steer Loader, Weighbridge Truck Scale, Port-a-Coolers On-site work is required; however, in the event that is not feasible, authorization shall be obtained from the COR for equipment removed from the installation. The contractor shall provide intermediate maintenance, preventive maintenance, scheduled and unscheduled maintenance, inspections/tests; repair/replace unserviceable parts, assemblies, subassemblies and components; refinish, fabricate parts, make modifications; repair accessories and auxiliary equipment, and body and structural repair. The contractor must have a contact / recovery vehicle available to perform Preventive Maintenance Checks & Services (PMCS) and or unscheduled/minor repairs. The required response time is to be within two hours from the time call is received on a normal duty day, weekends, holidays, and after normal duty hours for emergency vehicle repair. This work shall be continuous 24 hours a day, 7 days a week until completed, unless otherwise approved by the COR. The contractor shall be responsible for accomplishing repairs estimated at 2 labor hours or less within one day of submission of the vehicle. Work orders shall be used to document maintenance. Maintenance repairs shall begin within 2 hours after receipt of vehicle for maintenance. The contractor shall provide unscheduled mobile maintenance to start or repair vehicles and equipment that are disabled. The contractor shall utilize a service call log. The contractor shall provide, at no additional cost to the government, vehicle recovery services for vehicles requiring recovery, at any location in the State of Kuwait. To this end, the contractor shall provide, in each vehicle, a label or sticker that gives a minimum of two 24-hour numbers that can be called for recovery service. Road side assistance includes: Overheating, ran out of gas (up to 10 liters), stalled, and engine problems (won't start), anything mechanical; electrical items that can be handled on the spot; road side recovery - any repair needed and cannot be fixed on the spot. Recovery of a vehicle if a GOV-NTV is involved in a vehicle accident and is not drivable. Road side tires are to be repaired or replaced; KEYS: Lock out assistance - coming to vehicle and opening it and recovering key, lost key replacement; LOANER VEHICLE to be provided for any down vehicle for the length of time it takes to get the vehicle back in service. The contractor shall provide a monthly count of field breakdowns that is required either a tow-in to a repair facility or roadside assistance to get the vehicle back in operation. Tires: Flat / damaged / Destroyed are to be repaired or replaced; also to include vehicle glass and windows The contractor shall insure that employees have a current and valid professional certifications and Driver's license before operating Government vehicles. Vehicle Operates drivers must be commercially licensed by the State of Kuwait. The contractor will be responsible for A/C units plus refrigerator unit's service and preventive maintenance. The A/C maintenance / repair are on an estimated 96 A/C units of various size. Drain and purge any piece of equipment / vehicles (Equipment, MHE, or vehicles with fluids which has gone through reutilization screening) no matter size or type that comes into DLA Disposition Services Camp Arifjan, Kuwait; The following information is required for responding to this request. 1. Identify small business type, e.g. service disabled, 8(a), hub zone. 2. Provide a statement of capabilities to perform this type of work in Kuwait. Statement of capabilities should include detailed technical expertise information, contractor facilities in Kuwait, employee experience / expertise and / or other informational literature demonstrating the direct ability to perform the above in Kuwait. 3. As this is primarily a labor contract, provide information on how you would be capable of performing this work and meet the requirements of FAR 52.219-14 which requires at least 50 percent of the cost of the contract performance incurred for personnel shall be expended for employees of the concern. 4. Provide information on your capability to hire a workforce to perform in Kuwait that shows your firm is knowledgeable about hiring practices and procedures for US, TCN, and local national personnel to perform work on military installations in Kuwait. Interested parties may submit the above information for satisfying this requirement to the contract person below. This announcement is not a request for competitive quotes / proposals. All information shall be submitted via e-mail to matthew.wonch@dla.mil. The response must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirements. Statement of capability in the form of website hyperlinks will not be accepted. No telephone requests will be honored. All in formation provided will become the property of DLA Disposition Services and will not be returned. Responses are requested no later than 05/04/2012 at 4:30 p.m. EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMS/SP4510-12-SS-0008/listing.html)
- Place of Performance
- Address: Arifjan, Kuwait, United States
- Record
- SN02732889-W 20120428/120427000606-4adeecdb06ed2dd72b453b78eca7b7ee (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 |