Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2012 FBO #4011
SOURCES SOUGHT

J -- Preventative Maintenance of 47 Sewing Machines

Notice Date
11/15/2012
 
Notice Type
Sources Sought
 
NAICS
811412 — Appliance Repair and Maintenance
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060413T3013
 
Response Due
11/26/2012
 
Archive Date
12/11/2012
 
Point of Contact
Daniel O. Rosales
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought announcement is intended to be used as a market research for Small Business concerns, under NAICS Code 811412, for a potential Firm-Fixed-Price (FFP) contract. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing a one year (01 January 2013 through 31 December 2013) preventative maintenance service for forty-seven (47) sewing machines of various make and models to include Consew, Singers, Brothers and Chandler. The contractor shall provide all parts and labor required for preventative maintenance and repair of all sewing machines. The following will be part of the preventative maintenance: 1. Check all areas and moving parts of the equipment. 2. Thorough cleaning of all areas for the head and motor. 3. Change oil in the head and check the oil level. 4. Lubricate motors and machines that do not have oil pump. 5. Replace and adjust all parts that need to be changed. 6. Test head and motor in normal operating conditions. 7. Adjust head: foot pressure, stitch length, tension, feeder balance front/back and height. 8. Clean/lubricate bobbin. 9. Adjust bobbin thread level. 10. Adjust motor; belt tension, clutch, brake, pedal level 11. Test machine to ensure proper operation including no stitch skipping, back stitch properly working and no stitches are missing on corners. Final testing shall be approved by operator or Supervisor. 12. Contractor shall guarantee the proper operation of all machines for 60 days from date of repair/maintenance. 13. Parts/labor required to return machines to good working condition will be covered in contract. 14. Vendor will provide oil, lubricants, feed dogs, cover plates, and other parts as needed to conduct preventative maintenance and ensure proper operation of sewing machines. 15. Pearl Harbor will provided needles, bobbins and bobbin casings for the sewing machines. 16. Vendor will provide manufacturer original equipment manufacture (OEM) parts except for springs. 17. Shall coordinate the scheduling (date and time) of the preventative maintenance visit and repair of sewing machines with Pearl Harbor ™s point of contact. The following sewing machines require preventative maintenance. ManufacturerSewing Machines Consew206RB-3 Consew206RB-5 Consew206RB-1 Consew206RB-4 Consew206RB-5 Consew206RB-5 Consew206RB-1 Consew206RBL-3 (long arm) Consew206RB-5 Consew206RB-5 Consew206RB-5 Consew206RB-5 Consew255RB-2 Consew255RB-3 Consew255RB-2 Consew255RB-2 Consew255RB-2 Consew255RB-2 Consew255RB-2 Consew255RB-2 Consew255RB-3 Consew255RB-3 Consew255RB-2 Consew255RB-2 Consew733R-2 Consew733R-5 Consew733R-2 Consew733R-2 Consew733R-2 Singer211 SingerProfessional Brothers Box Stitch Machine Brothers Box Stitch Machine Chandler440R Consew206RBL-3 Consew206RB-5 Consew206RB-5 Consew14TU Sears385-17624890 Sears385-17624890 Singer211 A566AA Singer211 A566AA Singer211 U566A Singer211 U566A SingerProfessional Consew255RB-3 Consew206RB-5 Repair parts that are replaced as part of the preventative maintenance service is included at no additional cost to the Government. Materials supplied shall be new and not refurbished or reconditioned materials. In terms of workmanship the contractor shall ensure that all work performed is done by qualified, trained personnel to current industry standards and specifications. Contractor shall provide a statement/certification of unit that preventative maintenance was performed on. The Contractor shall ensure the necessary employee level of expertise for performance of the deliverables described by this sources sought and the necessary management and administrative support associated with personnel, equipment and services provided. In accordance with current Department of Defense and Homeland Security requirements, performance of all work under this contract is restricted to US citizens and US nationals only. Contractor personnel performing services shall be required to comply with all Pearl Harbor Naval Shipyard (PHNS) and Industrial Management Facility (IMF) rules, regulations, and training that is applicable to conduct, safety, security, and procedures governing site entry and exit. All regulations, procedures and access/security requirements shall be obtained prior to the first day of contract performance. It is the responsibility of the Contractor to process and obtain all approvals and allow for sufficient processing time to secure access and entry to PHNSY & IMF. The place of performance will be the PHNSY & IMF, Pearl Harbor, HI. Work shall be performed during the normal working hours of 0630 to 1500 hours Monday through Friday excluding Federal Holidays. If adequate responses are not received from 8(a), HUBZone, Service-Disabled Veteran-Owned Business (SDVOSB) and Women Owned Small Business (WOSB) the acquisition may be solicited as Small Business Set-Aside. All information received shall be used by The NAVSUP Fleet Logistics Center, Pearl Harbor, HI to facilitate the decision making process. Since this is a Sources Sought announcement; no debrief, evaluation letters, and/or results shall be issued to participants. No reimbursement shall be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice shall not be construed as a commitment by the Government for any purpose other than the market research. Respondents shall not be notified with the results of the research. All data in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the Government. After review of the responses, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published on Navy Electronic Commerce Online (NECO) and Federal Business Opportunities (FEDBIZOPS). No telephone calls shall be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the integrity of any future procurement, if any that may arise from this announcement, the information regarding the technical point of contact shall not be provided, and appointments for presentations will not be made. All firms possessing the capability to accomplish this requirement are invited to submit a description of their qualifications clearly demonstrating their expertise, experience, relevant past performance, and capabilities to perform the requirements. The submittal shall not exceed seven (7) total pages and must include: (1) company name, address, and point of contact; (2) CAGE code and DUNS number; (3) statement of relevant qualifications; and (4) a statement identifying your business size standards relative to the above NAICS code. Please respond to this Source Sought announcement by 26 November 2012 at 0800 Hawaii Time Pacific via email at daniel.o.rosales1@navy.mil Work: (808) 473-7964, Fax: (808) 473-3524 or you may mail your documentation to: NAVSUP Fleet Logistics Center Code 200 Contracting Attention: Daniel Rosales 1942 Gaffney St. Suite 100 Pearl Harbor, HI 96860. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. All Contractors receiving a federal contract award must be registered in the System for Award Management (SAM) at the following website: https://www.sam.gov/portal/public/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060413T3013/listing.html)
 
Record
SN02931847-W 20121117/121115235134-b8a4340110596bff3098ff6cf4659bd7 (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.