SOURCES SOUGHT
J -- HMMWV Egress Assistance Trainer Site Survey
- Notice Date
- 8/27/2015
- Notice Type
- Sources Sought
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, Guam, 96543-4040
- ZIP Code
- 96543-4040
- Solicitation Number
- FA5240-15-Q-M059
- Archive Date
- 9/18/2015
- Point of Contact
- Nathaniel P. Scheer, Phone: 6713662667, Matthew R. Rowe, Phone: 6713662358
- E-Mail Address
-
nathaniel.scheer@us.af.mil, matthew.rowe.1@us.af.mil
(nathaniel.scheer@us.af.mil, matthew.rowe.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- TYPE: Sources Sought TITLE: MEP Generator Corrosion Control Painting Service NAICS: 811121 The 36th Contracting Squadron (36 CONS) is currently seeking sources for the service of painting MEP generator. This is not a solicitation announcement. This notice neither constitutes a Request for Quotes, nor does it restrict 36 CONS to an ultimate acquisition approach. No contract will be awarded from this announcement and requests for a solicitation will not receive a response. No reimbursement will be made for any costs associated with providing information in response to this announcement. Any information submitted by respondents to this notice is strictly voluntary. This Sources Sought Notice is in support of market research being conducted by 36 CONS to determine potential sources capable of fulfilling all requirements associated with the purchase MEP Generator Corrosion Control Painting Service. DESCRIPTION OF SERVICE: • Site Survey to diagnose all required maintenance/repairs • Propose a plan to move two (2) HMMVV Egress Assistance Trainer over a 22 mile distance and re-establish • All work will be IAW the attached Statement of Work Firms responding to this sources sought notice are also requested to provide 36 CONS with capability statements, which need to include at a minimum: Company Name Point of Contact Name and Number Registered in System for Award Management (SAM) Business Status (8(a), Small, Hubzone, Woman-owned, etc) under NAICS 334220 Commercial and Government Entity (CAGE) code Capabilities statement should be submitted via e-mail to all of the following: adam.thibeault.1@us.af.mil no later than 11:00 pm Eastern Standard Time on 10 Jun 2015. Primary Point of Contact: SSgt Nate P. Scheer Contract Administrator nathaniel.scheer@us.af.mil Phone: 671-366-2667 Secondary Point of Contact: SSgt Matthew R. Rowe Contracting Officer matthew.rowe.1@us.af.mil STATEMENT OF WORK FOR HMMWV EGRESS ASSISTANCE TRAINER MAINTENANCE SITE VISIT Prepared by 736PthP Security Forces Squadron/CW (Regional Training Facility, North West Field) Unit 14048, Bldg. 61230 Andersen AFB, Guam, 96543 3 August 2015 1. SCOPE: This Statement of Work (SOW) defines the effort required for inviting a tech team to conduct a Maintenance site survey visit on (2) HMMWV Egress Assistance Trainer systems (HEATs) here on Andersen AFB main base. We would need Contractor Logistics Support (CLS) requirements to perform all Maintenance surveys and be able to verify all problems and maintenance required for the (2) HEAT systems and provide a copy to the Commando Warrior POC. 1.1 Background. HEAT training provides a primary means for units to frequently and repetitively train crew roll-over emergency egress drills that are dangerous and are infrequently trained in the "real world". The HEAT will assist in the training of HMMWV Rollover Emergency Procedures and will assist in sustainment and advanced training at field sites. 2. APPLICABLE DOCUMENTS: The following Technical documents of issue form a part of this PWS to the extent specified herein. In the event of a conflict between documents referenced herein and the contents of this PWS, the contents of the PWS shall be the governing requirement. 2.1 General. The documents listed below are not necessarily all of the documents referenced herein, but are the ones that are needed in order to understand the requirement. 2.2 Other Government Documents. The Coalition Forces Land Component Command (CFLCC) HEAT Program of Instruction (POI) - 2 January 2006 The Center for Lessons Learned (CALL) Handbook: "Up-armored HMMWV Rollover Prevention and Egress Training" (No.06-31) - August 2006 HEAT Operators Manual - General Support Center Europe - July 2006 PEO STRI Training Documentation Annex to Publications Exhibits HEAT Training Support Manual - April 2007 2.3 Availability of Government Documents. Copies are available at PEO STRI PM CATT-GC, 12350 Research Parkway, Orlando, FL 32826-3275 3. REQUIREMENTS: 3.1 Genera1 The contractor will provide, but is not limited to all necessary personnel, maintenance, materials, communication, labor, services, tools, test and support equipment, transportation, supervision and all requirements to perform all operations in conjunction with moving, maintaining, and servicing of the Commando Warrior's HMMVV Egress Assistance Trainer. U3.2 Contractor Logistics Support (CLS) (Supplier labor) The contractor shall provide a teach team to conduct a maintenance site survey (Corrective and Preventative) and material support necessary to supply all required maintenance in the future and maintain what is applicable to maintain while on Island for the training system to ensure system is in operable condition during CLS. The CLS technicians shall be trained in electronic systems troubleshooting and operation. They shall be qualified in the operation and maintenance of the HEAT training device. The contractor will be responsible for devices at North West Field, Guam. U3.2.1 CLS Responsibilities The contractor will maintain the inventory control for maintenance during site survey and report all maintenance that is necessary to the Commando Warrior POC for future maintenance. a. Liaison: The contractor shall provide logistics coordination and liaison to support fielded systems. The contractor shall control and coordinate all work performed under this contract. The TSS manager shall have sufficient corporate authority to direct, execute, and control all elements of the contract. b. Custody: The Contractor will assume custody of, but not ownership, of all material support items needed during site visit (spare, repair parts, tools and test equipment, and technical documentation). c. Inventory Control, Storage, and Replenishment: : The contractor shall maintain all material support items during site visit (spare, repair parts, tools, and test equipment) in a Ready-for-Issue (RFI) condition, at the stocked inventory levels, and maintain a perpetual inventory. Timely replenishment of material support items needed to maintain the inventory stock level is required. All items replaced if any shall meet form, fit and function, requirements and be of equivalent quality to any Commercial or Military Standard component replaced. Government inventory of the program spares will be performed at location of spares once a year. A combined inventory with the LCCS contractor and the Government will be conducted at the WSC facility. At which time all Spares will be placed into MAXIMO for tracking throughout the life cycle of the program. The contractor will replenish the spares provided as GFE to their original stock levels as they are needed, based upon a 50% level restock threshold. d. CLS Response/Repair Notification: : The contractor shall provide a twenty-four hours per day, seven days per week toll-free telephone number to facilitate reporting and troubleshooting of maintenance problems. The contractor shall provide telephonic support and advice on operator level maintenance. The contractor shall record response times and TAT for each corrective maintenance action. The TAT shall begin when the contractor receives a report of a malfunctioning device and shall end when the malfunctioning device is returned to a fully operational condition. The contractor shall perform a special analysis in the event the TAT is not attained to determine the cause and the corrective action required to prevent a recurrence IAW WWF SOW. The contractor shall provide and maintain a current list of "on call" service personnel to each Using Unit in case of a service requirement. If on-site services are required, the contractor shall initiate corrective maintenance actions within one (1) hour upon arriving at the training device location. If the contractor is not able to correct the problem within one (1) hour of arriving at the training device location, he/she shall notify the Technical Point of Contact (TPOC) immediately. CPF 3: Return to Full Operational Capability (FOC) within 4 days (32 working hours) e. Shipping: The Government agrees to pay for shipping TO the vendor for maintenance, but the vendor would have to pay for shipping FROM their location. The contractor will be responsible for shipping and receiving the training device spares and repair components. As an unmanned site spare/repair parts will be receipted and inventoried by the local user/Government representative. When fault correction of a training device via the phone is not possible, the contractor shall immediately ship a spare component to the field service representative location. The shipping of components shall be made using "round trip" shipment to facilitate the return of failed components. f. Engineering Service On-call (Site Visit): If normal training device operation cannot be restored telephonically, the contractor will provide On-Call Subject Matter Expert/Site Visits to repair the device within 32 working hours of initial failure when authorized by the Government. g. Maintenancne Report: The contractor will submit a Maintenance Report to Commando Warrior POC on all Maintenance that will need to be conducted in future that was not completed on site. i. Preventative Maintenance checks: All scheduled preventative maintenance checks as specified in the technical documentation. The contractor will physically check each system on a monthly basis to ensure the full operability of the trainer. Phone: 671-366-2358 Place of Contract Performance: Andersen AFB, Guam 96929 United States
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/FA5240-15-Q-M059/listing.html)
- Place of Performance
- Address: Andersen AFB, Guam, Yigo, Guam, 96929, United States
- Zip Code: 96929
- Zip Code: 96929
- Record
- SN03858400-W 20150829/150827235134-9ecb9321f19b4037d0d3810b7deb40cc (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 |