SOLICITATION NOTICE
J -- Preventive Maintenance on Hardness Testers
- Notice Date
- 10/2/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024413T0002
- Response Due
- 10/16/2012
- Archive Date
- 10/31/2012
- Point of Contact
- Jose Neto (619)556-7739
- E-Mail Address
-
jose.neto@navy.mil
(jose.neto@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- FY13 SERVICE (MAINTENANCE) "FUNDS SUBJECT TO THE ENACTMENT OF THE FY13 DOD APPROPRIATION ACT OR THE FY12 CONTINUING RESOLUTION AUTHORITY, AND IS SUBJECT TO WHICHEVER ACT BECOMES APPLICABLE." STATEMENT-OF-WORK (SOW) A. OVERVIEW This statement identifies necessary supplies and services to provide an "on-site maintenance agreement for hardness testers, at Fleet Readiness Center Southwest (FRC-SW), PO Box 357058, San Diego, CA 92135-7058. The primary Period-of-Performance (POP) shall be from the date of award, through 30 September 2013. Additionally, the Government reserves the right to exercise TWO (02 EA), subsequent, Option Periods. The Contractor must have full knowledge of the referenced equipment, must have all required technical manuals, must be able to perform all work in-compliance with the Original Equipment Manufacturers (OEM) technical specifications and in accordance with this Statement-of-Work (SOW). Maintenance and calibration services shall include: all travel, accommodations, labor, materials and equipment needed to complete the work. The negotiated agreement shall provide Annual (i.e. 365 Days) Preventive Maintenance (PM) and Calibration (CAL) of each Government owned hardness tester, specified in the order. The Contractor shall also be responsible for the submittal of their preliminary findings, a legible record of as received and after calibration readings, a detailed Field Service Report (FSR), and individual certificates of calibration. B. SERVICE REQUIREMENTS AND PERFORMANCE Services shall provide basic equipment cleaning, the inspection and/or identification of components for wear, lubrication, adjustment, testing and calibration that is commensurate with restoring operation and function to the designed and/or engineered parameters of the Original Equipment Manufacturer (OEM). Following receipt of either a telephone call or a written request for support from the Government, the Contractor will schedule all services requiring "on-site" visitation by corporate personnel with the Designated Government Representative (DGR), cited in the order. Command security procedures dictate pre-planning and that written notice be afforded the Government in-advance of the arrival of field-service personnel, a minimum of FORTY-EIGHT (48 EA) Hours. Oversight or failure to meet this requirement has the potential to delay the receipt of required Contractor Authorization and contribute to further equipment downtime. Additionally, and for purposes of clarification, this is the only Government representative, in addition to the Contracting Officer, Contract Specialist or Purchasing Agent, who is authorized to place service calls to your company.. Services are to be performed Monday through Friday (excluding federal holidays or shutdown period), during the hours of 7:00 AM and 4:00 PM, local time. Work schedules that are influenced by either a federal holiday or shutdown period will be initiated or resumed on the next regularly scheduled workday, of the Government. The Contractor shall provide all test equipment, including: tools, diagnostic and alignment devices, meters, hardware, software, etc., needed to complete the work. C. PREVENTIVE MAINTENANCE AND CALIBRATION The Contractor shall perform a minimum of ONE (01 EA) routine preventive maintenance (PM) process and ONE (01 EA) calibration (CAL) procedure for ach contractually identified asset, during a designated and/or specified Period-of-Performance (POP). The Contractor is reminded to review Section B: SERVICE REQUIREMENTS AND PERFORMANCE; and to insure that only the named DGR, or cited contracting official, is engaged in the identification of Government owned assets that may require and/or necessitate contractually identified supplies or services. The contractually identified service will entail: disassembly, cleaning, lubrication, adjustment, re-assembly and testing of both internal and external systems. The Contractor will be responsible for the submittal of certificates of calibration that attest to operational compliance with elemental standards identified by ASTM/ISO Guide 17025 / Manufacturers Specifications and ASTM E18. Additionally, a legible record of As-Received and After Calibration readings will be provided to the equipment operator. Work completion shall be achieved within NINETY-SIX (96 EA) Hours following the arrival of the field-service technician. The only exceptions to this requirement will be for extenuating circumstances that is considered beyond the immediate control of "maintenance and/or service" personnel, and to be reasonable or prudent within industry standards. D. FIELD SERVICE REPORTS AND CALIBRATION CERTIFICATES Following each site-visit, the Contractor shall provide the Government with a detailed Field Service Report (FSR). The report shall include, but is not limited to: Date & Time notified, Date & Time arrived, Name of technician, Type / Model / Serial Number of equipment serviced, Time spent on repair, a Description of the malfunction, Comments as to the cause of the malfunction, a General Description of any parts replaced, Date & Time "system/equipment" are returned to operational condition and the Time to Acquire replacement parts (if applicable). The level of calibration obtained from the Contractor must result in a Certificate of Calibration for each Government asset that includes the logo of the corresponding A2LA accreditation process. Additionally, all documents shall be sent using traceable means, via U.S. Postal mail or expedited courier service (i.e. Fed-Ex, UPS, etc.), to the indicated DGR within SEVEN (07 EA) Days following the completion of maintenance services. E. REPAIR, REPLACEMENT AND SHIPMENT OF PARTS Repair and/or the purchase of replacement parts will require prior approval and the award of a separate purchase order, or One-Time (1X) procurement via a Government Purchase Card (GPC). In the event such items are formally requested by the Government (e.g. contracting official or credit card holder), they must meet the Original Equipment Manufacturers (OEM) standards, and be of equivalent quality. Following the identification of equipment failure, any/all Government owned assets requiring off-site support will necessitate approval for release from the DGR (or cited contracting official). Thereafter, the equipment will be shipped (at customer expense) to the service provider for, subsequent, evaluation and submittal of a Service or Bench Estimate, for repair. The document shall contain a written description of the equipment failure and provide an itemized breakdown that identifies all related charges for parts and labor. Following receipt/review of the estimate by the DGR, written affirmation will be provided specifying the Government s position and related requirements (if any) for additional supplies and/or services. All Government owned assets, supported by this agreement and the subject of off-site services requiring return freight, shall be sent using FedEx 2-Day service (covered). Packaging instructions require the contractor attach signed paperwork to the outside of the box with each product being returned to FRC-SW. Any/All peripheral equipment sent with an associated repair shall be issued a separate Service Request Number (SRN) and will require similar documentation, in keeping with that cited above. If not completed properly, there is a possibility the package may be subject to return without delivery, due to the inability of the Government to insure a chain-of-custody. NOTE: WHEN SHIPPING TO FRC-SW UTILIZE THE INDICATED ADDRESS SHIP TO: DLA AVIATION BLDG. 660 / BAY 3 (CENTRAL RECEIVING) NAS NORTH ISLAND SAN DIEGO, CA 92135 PURCHASE ORDER: N00244-XX-X-XXXX MODIFICATION: PXXXXX CLIN / SLIN: XXXX / XXXXXX REQUISITION #: N65888-XXXX-XXT4 SERVICE REQUEST NUMBER (SRN) RETURN MAINTENANCE AUTHORIZATION (RMA) NUMBER F INSTRUCTION/GUIDANCE FOR ADDITIONAL SUPPLIES/SERVICES Should the Contractor be confronted with uncertainty related to performance, or have knowledge of a necessity that has not been previously identified within the limitations of this negotiated agreement, the Contractor is instructed to immediately notify the cited DGR of a potential disparity in requirements, which may adversely impact the ability of the Contractor to provide requested and/or identified supplies or services. In the event of the unavailability of the DGR, wherein modification of this order may either be indicated or implied, the Contractor shall not undertake any additional actions without the receipt of written approval from the Contracting Officer, at Naval Supply Systems Command, Fleet Logistics Center San Diego (NAVSUP FLCSD). G. TERMINATION AND UNSUED PORTION This negotiated agreement may be terminated, but only through formal modification of the award. In the event that such actions are required, all related correspondence and/or documentation will be submitted to the attention of the Contracting Officer, at Naval Supply Systems Command, Fleet Logistics Center San Diego (NAVSUP FLCSD). Additionally, by accepting this purchase order, the Contractor agrees to release the Government from any claims on the unused portion of the agreement. H. SECURITY Upon award, the Contractor shall submit to the Fleet Readiness Center Southwest (FRC-SW), Security Department, Bldg. 94-1, Code 6.5.2, PO Box 357058, NAS North Island, San Diego, CA 92135-7058, a letter requesting site clearance for all maintenance personnel. The letter shall include: the name(s), date of birth, place of birth, citizenship (If other than U.S; a photocopy of either a Green Card or Work Visa including number), vehicle license number(s), contract number and contract commencement and end date. The letter shall be required within FIVE (05 EA) Business Days following receipt of the order for supplies and services, by the Contractor. Additionally, the Contractor shall send a copy of the clearance request to the Designated Government Representative (DGR), at FRC-SW. (SEE BELOW) I. DESIGNATED GOVERNMENT REPRESENTATIVE (DGR) Tom S. Wallis, Fleet Readiness Center Southwest, Bldg. 379-1, Code 6.3.3, PO Box 357058, NAS North Island, San Diego, CA 92135-7058, PH: (619) 545-3609, E-mail: thomas.wallis@navy.mil J. SYNOPSIS OF SUPPLIES AND SERVICES NOMENCLATURE: HARDNESS TESTER(S) ON-SITE ANNUAL, PREVENTIVE MAINTENANCE (PM) AND CALIBRATION (CAL) The agreement shall provide annual (e.g. 365 Days) preventive maintenance (PM) and calibration (CAL) for Government owned hardness testers, at FRC-SW. The Contractor shall also be responsible for the submittal of their preliminary findings, a legible record of as received and after calibration readings, a detailed Field Service Report (FSR), and individual certificates of calibration. EQUIPMENT LOCATION FRC-SW, BLDG. 469-N, Materials Laboratory ITEM #0001 TESTER,HARDNESS,DIGITA / MFR: UNITED CALIBRATION; P/N: TB11/10; S/N: 221254 ITEM #0002 TESTER,HARDNESS IN CASE / MFR: PRECISION MACHINE; P/N: 1; S/N: 15022 ITEM #0003 TESTER,HARDNESS,PORT, / MFR: ELECTRO ARC; P/N: 1; S/N: 15023 ITEM #0004 TESTER,HARDNESS IN CASE / MFR: PRECISION MACHINE; P/N: 1; S/N: 15024 ITEM #0005 TESTER,HARDNESS IN CASE / MFR: PRECISION MACHINE; P/N: 2; S/N: 15007 ITEM #0006 TESTER,HARDNESS / MFR: PRECISION MACHINE; P/N: 2; S/N: 15009 ITEM #0007 TESTER,HARDNESS / MFR: ELECTRO ARC; P/N: 1; S/N: 15010 ITEM #0008 TESTER,HARDNESS,AT-4400 / MFR: PRECISION MACHINE; P/N: 4-4; S/N: 15172 ITEM #0009 TESTER,HARDNESS,PORT, / MFR: WILSON MECH INSTR; P/N: M51; S/N: 03454 ITEM #0010 TESTER,HARDNESS,DIGITA / MFR: UNITED TESTING; P/N: TB11/10; S/N: 2111708 ITEM #0011 MICROINDENTATION TES / MFR: LECO CORP; P/N: CLARK CM800AT; S/N: CM110160 ITEM #0012 Per Diem Charges EQUIPMENT LOCATION FRC-SW, Bldg. 472 / Heat Treat ITEM #0013 TESTING SYS,HARDNESS W/PRINTE / MFR: UNITED CAL; P/N: TB11/18; S/N: 991122 ITEM #0014 TESTER,HARDNESS,MOBILE,INV / MFR: WILSON MECH, P/N: B504R; S/N: 97342311 ITEM #0015 Per Diem Charges K. ADDITIONAL INFORMATION There shall be no additional maintenance charges or fees, other than those specified herein, regardless of when the maintenance is performed, the time spent by maintenance personnel after arrival at the site (or lodging while awaiting the arrival of additional maintenance personnel, equipment, or delivery of parts), or for transportation to, or from, other sites. Overtime work, or work performed outside of normal business, are not included in this order. This order will be served by billing in arrears; following receipt by the Government of the award s indicated supplies and/or services . The Contractor shall submit all demands for payment in accordance with DFAR CLAUSE 252.232-7004 (JAN 2004), and provide all invoices electronically through Wide Area Work Flow (WAWF). Facsimile, e-mail and scanned documents are not acceptable electronic formats. All requests for payment will contain a thorough itemization by Contract Line Item Number" (CLIN) or Sub-Contract Line Item Number (SLIN) specifying type, quantity, unit, unit cost, total cost related to service and the associated Accounting Classification Reference Number (ACRN). All requests for financial compensation will be in accordance with the previously identified provisions, and shall be submitted within THIRTY (30 EA) Days following completion of services. The Contractor is cautioned not to exceed the amount specified herein, without prior approval from the Contracting Officer, at Naval Supply Systems Command, Fleet Logistics Center San Diego (NAVSUP FLCSD). Failure to comply with this requirement will result in rejection of the invoice, or reduction of the invoiced amount to the allowed amount. The Contractor will insure that all personnel involved in the scope of this work order are aware of the monetary limitations.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024413T0002/listing.html)
- Record
- SN02906874-W 20121004/121002235030-905dbbe24a6c796f8d2888cea085564c (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 |