SOLICITATION NOTICE
J -- Folding Machine Maintenance
- Notice Date
- 2/19/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, United States Air Force Europe, 700 CONS, Ramstein AB, UNIT 3115, APO, 09021
- ZIP Code
- 09021
- Solicitation Number
- FF561221791310
- Archive Date
- 4/5/2013
- Point of Contact
- KYLE S. WILLIAMS, Phone: 496315367509
- E-Mail Address
-
KYLE.WILLIAMS.9@US.AF.MIL
(KYLE.WILLIAMS.9@US.AF.MIL)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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, paper copies of this solicitation will not be available. This is a commercial solicitation using Simplified Acquisition Procedures found in FAR Part 13, solicitation no. is FF561221791310 and is issued as a request for quotes (RFQ) on February 19, 2013. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-60. FAR clause descriptions are available via the Internet at http://farsite.hill.af.mil/. There is no set-aside for this solicitation. NAICS code: 811310. Size Standard: N/A. This solicitation is for the following: STATEMENT OF WORK PREVENTATIVE AND NON-SCHEDULED MAINTENANCE FOR A MAP FOLDING MACHINE (MFM) AT DLA DISTRIBUTION EUROPE GERMERSHEIM, GERMANY 1. PURPOSE: To provide for issue division with maintenance support for a map folding machine(MFM) located at BLDG. 7959 to minimize downtown trips due to equipment failure. The MFM includes a variety of components as specified under 1.a. This machine was purchased from and installed by Heinrich Baumann, Frankfurt, Germany. a. SCOPE: The maintenance service shall include the following two types of service: Repair, and Scheduled Preventive Maintenance service (PM). The MFM equipment is critical to the operations of the DISTRIBUTION mission. It consists of the following individual components: 1. MBO Folding Machine (T79/44) 2. DESTA Package Cross Stacker (PK25) 3. Kalfass Shrink Tunnel 4. Kalfass Universa 400 NT 5. DUAL Streamer Receiving Table 6. Kalfass Conveyor (#5538) b. Hours of service for CM work: 1. CLIN 001: PM shall be performed 0800 hrs to 1700 hrs Monday through Saturday. 2. CLIN 002: Repair shall be performed 0800 hrs to 1700 hrs Monday through Saturday. c. Holidays: MSO is closed on US holidays. 2. PERFORMANCE: a. Contractor shall return phone calls concerning equipment failure within one (1) hour of receipt of the phone call. If unable to talk the Government representative through a series of steps to correct the equipment failure, a qualified repair representative of the Contractor shall arrive at the installation within eight (8) hours of receiving the phone call. b. Restoration of the MFM shall be accomplished within twenty four hours after initial verbal notification unless repair parts are not available from the Government furnished repair parts storage location, (see attachment 1 for list of Government furnished repair parts), or from the Contractor through his normal supply channels. c. The Contractor shall restore the MFM to operational condition within the required 24 hour time frame for 90% of corrective maintenance trouble calls. For the remaining 10%, the Contractor shall install a temporary solution, acceptable to the Government POC, within 24 hours and install a permanent solution within 10 days. d. Preventive maintenance shall be scheduled at the Governments convenience, during normal working hours, to minimize the impact on the mission. PM scheduling will be coordinated by the Contractor and the Government point of contact (POC). e. Contractor shall provide personnel fully qualified to diagnose and repair and maintain the equipment. 3. UNSCHEDULED CORRECTIVE MAINTENANCE (REPAIR): a. The maintenance includes any actions to diagnose equipment malfunctions and restore the equipment to normal operating condition. This action pertains to service, repair and parts of all hardware, software, and electrical connections of the MFM. Repairs required as a result of scheduled Preventive maintenance shall be performed during the regularly scheduled PM, or as agreed to by the Government POC. Travel time for unscheduled corrective maintenance will be included in the invoices. b. The Government POC will phone the Contractor when an equipment failure occurs. The Government POC will discuss the equipment failure and provide basic trouble shooting information about the equipment failure with the Contractor, over the phone, to attempt to get the equipment operational and provide information to aid the Contractor in resolving the equipment failure. Note, the Government POC has received training in basic trouble shooting skills for the equipment- however the Government POC is not qualified to make electrical or mechanical repairs to the equipment. When the equipment failure can not be corrected over the phone, the Government POC will direct the Contractor to send a qualified mechanic to the site to correct the equipment failure. Contractor will inspect the equipment and advise the Government POC of the problem and provide a cost estimate when repairs exceed 2500 EUROS, (approximately $3800) designated as major repairs. The Contractor will begin all repairs as soon as possible except major repairs. The Contractor will begin major repairs only after approval by the Government POC. If repairs are more extensive, or cost more than originally estimated, or are determined to exceed seventy (70) percent of the value of a new and identical item of equipment, the Contractor will obtain the approval of the Government POC before continuing work. c. The Contractor will utilize Government furnished repair parts if available to correct the equipment failures. d. Amounts for replaced parts under Corrective Maintenance shall be supported by actual supplier invoices. Cost of parts will be reimbursed at the actual cost of the part with no additional handling charges. If the vendor manufactures the supplied part, then published list prices will be used. e. Amounts for Remedial Maintenance shall include documentation to support hours billed. 4. PREVENTIVE MAINTENANCE: (Scheduled) a. The Contractor shall furnish Preventive Maintenance (PM) on as required basis. The Contractor shall perform maintenance tasks in accordance with manufacturers' recommendations (see Section 5). All oil and lubricants shall be of the type recommended by the equipment manufacturer or equal (same comment). All repairs required as a result of a Preventative Maintenance inspection, shall be accomplished under Corrective Maintenance, with the approval of the Governmnet POC. Parts/supplies and travel time used for Preventive Maintenance (PM) shall not be billed separately and are a part of the PM Price. b. The Government will provide a list of scheduled PM due dates to the Contractor. The Contractor shall accept, or propose an alternate schedule of due dates within 30 days. The Government will accept or reject any or all of the Contractor's proposed changes within 15 days of receipt of the Contractor's proposed schedule. Acceptance or rejection of any or all of the proposed changes will not result in any cost adjustments 5. ENVIRONMENTAL CONTROL. The Contractor shall be knowledgeable of and comply with all Department of Defense and DLA directives, regulations, and policy, as well as German Federal, State, and Local Laws and regulations, in effect when the contract is awarded, regarding the use, treatment, storage, transport, or disposal of hazardous substances, pollutants, contaminates, hazardous materials, solid or hazardous wastes, or hazardous constituents (hereafter collectively referred to as "hazardous substances or wastes. 6. SAFETY REQUIREMENTS. The Contractor shall conform to all applicable safety standards in effect at the installation. Government safety personnel may observe Contractor operations/processes at any time on Government premises. Imminent danger situations shall be corrected on the spot; other safety issues shall be processed through the Government POC. 7. INVOICES. The Contractor shall submit an invoice and 3 copies to the Government POC at the following address, 1. DLA DISTRIBUTION EUROPE US ARMY DEPOT, Germersheim, GE 76726 Building 7525 ATTN: Cornelia Asbell 8. The Contractor shall be liable for Loss or damage to Government furnished property and facilities. Compensation shall be effected either by reduced amounts owed to the Contractor or by direct payment by the Contractor, the method to be determined by the Government. In the case of damaged property, the amount of compensation due the Government by the Contractor shall be the actual cost of the repair, provided such amount does not exceed the economic repair value. In the case of loss or damage beyond economic repair of equipment, the amount of the Contractor's liability shall be the depreciated replacement value of the item to be determined by the Government. 9. GOVERNMENT POC'S:: Primary: Hilmar Herrmann 07274-965004 Alternate: Cornelia Asbell 07274-965105 Alternate: Patrick Clement 07274-965411 Provisions: 52.212-1, ADDENDUM, Instructions to Offerors--Commercial Items 52.212-2, ADDENDUM, EVALUATION--COMMERCIAL ITEMS-(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to the lowest price technically acceptable (LPTA) offeror with satisfactory past performance. 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (Aug 2009) 52.233-2. SERVICE OF PROTEST (SEP 2006)-- 700CONS/LGCA, Unit 3115, APO AE 09021 or 700 Contracting Squadron/LGCE Bldg 2767, Kapaun Air Station D-67663 Kaiserslautern 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)-- http://farsite.hill.af.mil ; http://www.arnet.gov/far 52.252-3, Alterations in Solicitation 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS Clauses: 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (APR 2010) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury). 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.216-1, TYPE OF CONTRACT 52.217-8, Requirements 52.217-9, OPTION TO EXTEND THE TERM OF THE CONTRACT 52.232-19, AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE http://farsite.hill.af.mil ; http://www.arnet.gov/far 52.252-4, Alterations in Contract 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207). 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports(MAR 2008) (10 U.S.C. 2227). 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). 252.229-7001 Alt 1, TAX RELIEF (JUN 1997) - ALTERNATE I (JUN 1997)-- NAME OF TAX: Mehrwertsteuer RATE (PERCENTAGE): 19 % 5352.201-9101, OMBUDSMAN Primary Command Ombudsman Ms Tara Petersen tara.petersen@ramstein.af.mil DSN: (314)480-2209 COMM: 0049-6371-47-2209, Alternate Command Ombudsman Ms Heidi Hoehn heidi.hoehn@ramstein.af.mil DSN: (314)480-9330 COMM: 0049-6371-47-9330. FAX: (314)480-2025 MIL: HQ USAFE/A7K, Unit 3050, Box 10, APO AE 09094-5010 COMM: HQ USAFE/A7K, Geb. 529 Flugplatz, 66877 Ramstein-Miesenbach DE
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/ROB/FF561221791310/listing.html)
- Place of Performance
- Address: DLA Distribution Europe, Germersheim, Germany, germersheim, Germany
- Record
- SN02990816-W 20130221/130219234909-a42e0c9949d5c5fedce629630456e53a (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 |