Elevated Work Platform Maintenance
Sources Sought: The 60th Contracting Squadron is seeking sources for items on Travis AFB CONTRACTING OFFICE ADDRESS: 350 Hangar Ave, Bldg. 549 Travis AFB, CA INTRODUCTION: This is a SOURCES SOUGHT to ... Sources Sought: The 60th Contracting Squadron is seeking sources for items on Travis AFB CONTRACTING OFFICE ADDRESS: 350 Hangar Ave, Bldg. 549 Travis AFB, CA INTRODUCTION: This is a SOURCES SOUGHT to determine the availability of businesses to include small businesses (including the following subsets, Small Disadvantaged Businesses, HUB Zone Firms, Service-Disabled Veteran-Owned Small Businesses, and Woman Owned Small Business) and large business concerns to provide the required products. Travis AFB is seeking sources to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and labor to test, inspect, service, and perform necessary repairs to ensure the continuous operation of Elevated Work Platform systems located at the 60th Civil Engineering Squadron, Travis Air Force Base, California. SEE ATTACHMENT 1 FOR MORE SPECIFIC INFORMATION. The period of performance for this requirement is projected for a base year from 1 July 2019 - 30 June 2020 with the inclusion of four (4) subsequent option years. Responses to this notice should include company name, address, point of contact, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 811310. SEE ATTACHMENT 1 DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS DESCRIPTION IS STRICTLY VOLUNTARY. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 811310- Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. To assist the 60th Contracting Squadron in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use Travis AFB or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUB Zone Small Businesses. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1)Business name and address;2)Name of company representative and their business title;3)Business Size and Type of Small Business (if applicable);4)Cage Code;5)DUNS Number;6)Contract vehicles that would be available to the Government for the procurement of theproduct, to include General Service Administration (GSA), Federal Supply Schedules (FSS), orany other Government Agency contract vehicle. (This information is for market research onlyand does not preclude your company from responding to this notice.)7)Interested businesses should submit a brief capabilities statement package (no more than fivepages) demonstrating ability to perform the services listed in this description. Documentationshould be in bullet format. 8)Fill out and return the attached Sources Sought QuestionnaireVendors who wish to respond to this should send responses via email not later than June 05, 2019 at 12:00 PM Pacific Standard Time (PST) to vitaliy.kim@us.af.mil and steven.glover.2@us.af.mil. 1 PERFORMANCE WORK STATEMENT FOR THE MAINTENANCE SERVICE OF ELEVATING WORK PLATFORMS TRAVIS AIR FORCE BASE, CALIFORNIA 09 May 2019 ATTACHMENT 1: 2 TABLE OF CONTENTS 1. DESCRIPTION OF SERVICES ..................................................................................... 3 1.2. Initial Inspection/Serviceable Condition Repairs .............................................................. 3 1.3. Maintenance Service ............................................................................................. 3 1.4. Over and Above Service Repair .................................................................................. 3 1.5. Parts ................................................................................................................ 3 1.6. Review Of Submittals ............................................................................................. 4 1.7. Equipment List and Maintenance Manuals .................................................................... 4 1.8. Warranty ............................................................................................................ 4 2. SERVICE DELIVERY SUMMARY (MMSDS) ......................................................... 4 2.1. Quality Control ................................................................................................... 5 2.2. Quality Assurance ................................................................................................. 5 2.3. Performance Assessment ....................................................................................... 5 2.4. Notification Of Non-Compliance .............................................................................. 5 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES ............................................ 6 3.1. Government Furnished Facilities .............................................................................. 6 3.2. Utilities ............................................................................................................ 6 3.3. Materials .......................................................................................................... 6 3.4. Security, Fire, and Medical Services .......................................................................... 6 3.5. Telephone ......................................................................................................... 6 3.6. Solid Waste Collection and Disposal ......................................................................... 6 4. GENERAL INFORMATION ........................................................................................ 7 4.1. Work Hours ........................................................................................................ 7 4.2. Work Schedule Coordination .................................................................................... 7 4.3. Recognized Holidays ............................................................................................. 7 4.4. Place of Performance ............................................................................................. 7 4.5. Permits, Licenses and Certifications ............................................................................ 8 4.6. Damages to Government Property .............................................................................. 8 4.7. Contractor Service Representative .............................................................................. 8 4.8. Base Security Requirements, Base Pass and Identification, Special Clearances and Vehicle Passes... 8 4.9. Environmental Management Requirements ................................................................... 9-10 4.10. Performance of Service During Crisis or Heightened Security ............................................. 11 4.11. Government Designated Representatives ..................................................................... 11 4.12. Fire Prevention .................................................................................................... 11-13 4.13. Weapons, Firearms, and Ammunition ......................................................................... 13 4.14. Traffic Laws ....................................................................................................... 13 4.15. Contractor Security of Job Site .................................................................................. 13 4.16. Key and Access Control ......................................................................................... 13 4.17. Changes in Scope of Work and Contract Modifications .................................................... 14 4.18. Safety Requirements .............................................................................................. 14 4.19. Government Observations ....................................................................................... 14 5. APPENDICES Appendix A: Preventive Maintenance (PM) Service Schedule ................................................... Appendix B: Aerial Lift Machine Inventory .......................................................................... 15 15 3 1. DESCRIPTION OF SERVICES (NON-PERSONAL): The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and labor to test, inspect, service, and perform necessary repairs to ensure the continuous operation of Elevated Work Platform systems located at Travis Air Force Base (AFB), California. The government shall not exercise any supervision or control over any sub-contract service providers performing the services herein. Such contract service providers shall be accountable solely to the contractor who, in turn, is responsible to the government. 1.2. Initial Inspection/Serviceable Condition Repairs. The contractor shall perform an initial assessment of all Elevated Work Platform systems, and determine the condition of the equipment. Any defective component will be replaced in order to restore non-serviceable components to a serviceable status. The labor and material cost of required repairs or replacements resulting from this initial inspection shall be identified as a separate contract line item number (CLIN) in the contract. 1.3. Maintenance Service. The contractor shall service the equipment in accordance with the highest standards of workmanship. This includes, where applicable, the adjustment and replacement of unserviceable parts. The contractor shall have total maintenance service responsibility for the equipment to be within performance standards. Required maintenance service shall be accomplished in accordance with the manufacturer's service manual. OSHA Certifications are due by 1 April of every year. See Appendix A for maintenance service schedule. 1.3.1. An on-site permanent log of the inspection, testing, and maintenance shall be maintained in accordance with the manufacturer's operating manual shall be stored in the glove box of the equipment. The log shall include: 1.3.1.1. The date on which the inspection, testing, and maintenance exercise was carried out. 1.3.1.2. The name of the person(s) who performed the inspection, testing, and maintenance. 1.3.1.3. A note of any unsatisfactory condition observed or discovered and the steps that have been and/or will be taken to correct the condition. 1.4. Over and Above Repair. The government and the contractor shall negotiate fixed-price parts and labor that are not within the general scope of the contract, and are necessary to make repairs or prevent malfunctions. Should the contractor recommend parts/work not covered in the contract, the contractor will submit will submit 3 quotes for an Over and Above Work Order Request with a detailed cost estimate to the Contracting Officer (CO) and Contracting Officer Representative (COR) within five business days. Any Over and Above requests exceeding $2,500 will be routed by the contractor to the CO for a fair and reasonable determination. The contractor shall not proceed with the Over and Above repair work until the work order has been approved and they have been notified by the CO or their designated representative. Parts will be priced based on established market prices less most favored customer discounts, excluding taxes or handling charges, and shall be supported by supplier invoices. Contractor invoices shall contain copies of supply invoices for parts approved by the CO for payment. If the government and the contractor fail to negotiate a fair and reasonable price, the government may use other means to obtain the repairs. 1.5. Parts. Only new standard parts shall be furnished by the contractor. CO/COR approval is required prior to the replacement of parts necessary for any repairs. The cost for parts and materials shall be listed 4 and invoiced using the appropriate CLIN. Contractor shall not be mandated to replace or repair any piece of equipment that can be proven to work at a 100% functional level. 1.6. Review Of Submittals. The government's review will be limited to determination of the submittals' conformance with design concept and general requirements of the project. Approval by the government shall not absolve the contractor from their responsibilities for specific performance of the item(s) submitted. Time allowed for original and any subsequent reviews shall be within ten (10) working days after receipt by the CO, except for substitutions. Where applicable, submittals will include but not limited to the following: • Shop drawings (2 copies) • Catalog cuts and manufacturer's literature (2 copies) • Samples (2 copies) • Manufacturer's Installation Instructions 1.7. Equipment List and Maintenance Manuals. The contractor shall provide a listing for all newly installed equipment. 1.7.1. For all equipment required by this contract, the contractor shall also provide copies of complete maintenance and repair manuals including parts listings, flow diagrams, and control diagrams. Equipment list and maintenance manuals shall be provided and approved prior to final acceptance of work under this contract. 1.8. Warranty. All parts and labor shall be fully warranted and of acceptable workmanship based on industry standards. If a failure is identified within the warranty period, the parts will be replaced and/or services rectified free of charge. 2. SERVICE DELIVERY SUMMARY (MSDS): The contractor service delivery requirements are summarized into performance objectives that relate directly to standards of performance required to meet government mission needs. For the Performance Objective to be met, service delivery must be in substantial compliance with applicable performance standards. The Performance Threshold describes the minimum overall levels of service delivery required for acceptable quality control. Failure to meet these Performance Thresholds means that contractor quality control (QC) is unacceptable. The following is a list of the key performance objectives that will be verified as contractually compliant by government personnel; however, inspection of any contract requirement is authorized. Performance Objective PWS Para Performance Threshold Method of Assessment Task Descriptor MSDS-1 Preventative Maintenance 1. (inclusive) 100% compliance with PMI service schedule and maintenance requirements. Repairs are of high quality resulting in reduced call backs. Periodic and/or random inspections and/or customer complaint COR will perform periodic and/or inspections, increasing surveillance with poor performance and decreasing surveillance with improved performance. Customer complaints are initiated by customers, validated by COR, and submitted to the contractor for corrective action MSDS-2 Maintenance Service Reports 2.1.1.2 100% compliance Timely submission of accurate service reports, Submitted to the COR within three (3) business 5 professionally prepared on official company form. days following each service visit 2.1. Quality Control. The contractor is required to control the quality of service delivery and offer to the government for acceptance only services which conform to contract requirements. The overall control of quality must meet the specified performance thresholds for each requirement in the MSDS. 2.1.1. Quality Control Plan (QCP). The contractor shall develop and maintain an effective QCP to ensure services are performed in accordance with this Performance Work Statement. The QCP will include procedures to identify, prevent, and ensure non-recurrence of unacceptable services. The contractor's QCP is the means by which they assures themselves that their work complies with the requirement of the contract. The contractor shall submit a QCP to the CO for review within 30 days after contract award. The contractor shall update the plan as changes occur and changes shall be submitted for review by the CO. An updated and complete version shall be submitted to the CO and COR within 5 working days after changes are made to the QCP. The contractor's QCP shall also include the following: 2.1.1.1. Records of work completed shall be kept and made available to the government throughout the contract performance period and for the period after contract completion until final settlement of any claims under this contract. 2.1.1.2. The contractor shall provide a written report of work activities within three (3) business days following each maintenance visit. 2.2. Quality Assurance. The government will periodically evaluate the contractor's performance by appointing a representative(s) to monitor performance to ensure services are received. The government representative will evaluate the contractor's performance through random inspections and/or customer complaints. The government may inspect each task as completed or increase the number of QC inspections if deemed appropriate because of repeated failures discovered during QC inspections or because of repeated customer complaints. Likewise, the government may decrease the number of QC inspections if merited by performance. The government will also investigate complaints received from various customers located on the installation. The contractor shall be responsible for initially validating customer complaints. However, the government representative shall make the final determination of the validity of customer complaints in cases of disagreement with customers. 2.2.1. The COR is the authorized government representative who will perform assessments of the Contractor's performance. Subsequent to contract award, the identity of the COR(s), with a letter defining their duties and authority will be furnished to the successful bidder/offeror. 2.2.2. The COR(s) or alternate(s) will inform the contract manager when discrepancies occur and will request corrective action. The COR(s) or alternate(s) will make a notation of the discrepancy on their surveillance checklist with the date and time the discrepancy was noted. 2.2.3. The services to be performed by the contractor during the period of this contract shall at all times and places be subject to review by the CO/COR or authorized representative(s). 2.3. Performance Assessment. All work will be performed using properly trained technicians and appropriate tools and equipment specific to the task to accomplish the work in a manner that is considered acceptable industry wide. At any time the COR may deem any tool, technician, or method unacceptable based on this authority of inspection/acceptance of services. 6 2.4. Notification Of Non-Compliance. Upon receipt of written notification on noncompliance from the CO, the contractor shall immediately take corrective action as directed by the CO. If the contractor fails or refuses to comply promptly, the CO may issue an order stopping all or part of the work until satisfactory corrective action has been taken. All costs associated with the correction and suspension of work shall be the sole responsibility of the contractor. 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES: 3.1. Government Furnished Facilities. The government will not provide equipment, deskspace, computers, and other items necessary for the contractor to maintain an office environment. 3.2. Utilities. The government will furnish electricity, water, and sewage as necessary for the accomplishment of work in accordance with this contract. The contractor shall not change or modify any utility system or component or connect any contractor owned property, equipment, or system without prior CO review and approval. The contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities and using only the required amount of government furnished resources needed to complete maintenance and repair work. 3.3. Materials. The government will not provide any, parts, materials, supplies or certification of personnel. 3.4. Security, Fire and Medical Services. The government will provide police and fire protection. The government can provide emergency medical treatment and emergency patient transportation service for contractor personnel who are injured or become critically ill during the performance of this contract. The contractor shall reimburse the government for the cost of patient transportation service and applicable medical treatment at the current in-patient or out-patient treatment rate, as appropriate. 3.5. Telephone. The government will not provide telephone services to the contractor. 3.6. Solid Waste Collection and Disposal. The contractor shall be responsible for collecting all solid wastes generated under the scope of this contract. All Construction and Demolition debris (C and D) shall be recycled either onsite or at a CandD recycling facility. The contractor shall segregate recyclable wastes (i.e. copper piping, asphalt, concrete, lumber, plastics, ceiling tiles, all scrap metal, etc.) and universal wastes (fluorescent lamps, ballasts, batteries, etc). Non-recyclable solid waste generated under the scope of this contract shall be taken to an approved landfill. 3.6.1. The contractor shall determine the location of the recycling and/or disposal facilities to be used for all materials recycled and/or disposed of which will be generated from the work performed under this contract, as well as their method of transport. 3.6.2. The contractor shall provide appropriate containers for the collection and segregation of solid wastes, recyclables, and CandD debris generated directly and indirectly by work under this contract. The contractor is prohibited from using base dumpsters or other waste receptacles for the disposal of any solid wastes. All solid wastes shall be reclaimed, recycled, or disposed of prior to completion of work on Travis AFB. 3.6.3. All materials, equipment, and refuse generated through the demolition work required by this contract shall become the property of the contractor and shall be disposed of by the contractor off-base at the contractor's expense. The contractor should be aware that within the confines of Fairfield, California, including Travis AFB, if the contractor subcontracts for the removal of debris/refuse that the City of Fairfield has an exclusive franchise agreement with Solano Garbage Company, (707) 422-4244, to 7 perform such service. Hazardous material removal and disposal shall be accomplished in accordance with all applicable codes and regulations and shall be the sole responsibility of the contractor. 4. GENERAL INFORMATION: 4.1. Work Hours. Work shall be performed during the normal work-week between 7:00 a.m. to 4:30 p.m., Monday through Friday excluding federal holidays, or when the government facility is closed due to local or national emergencies, administrative closings, inclement weather, military exercises, contingency operations, or similar government directed facility closings. 4.2. Work Schedule Coordination. The contractor shall be responsible for coordinating all phases of maintenance service with the appropriate base personnel through the CO/COR. The facilities shall remain in operation while contracted work is in progress. 4.2.1. The contractor will provide advance notice before arriving on station to begin any work as described herein. This advance notice must permit the government to notify personnel in the affected buildings of the impending testing/inspection. In no instance will this advance notice be less than 48 hours. 4.2.2. The contractor shall not unduly interfere with regularly scheduled government operational activities in the performance of contract requirements. In the event a government supervisor so requests, the contractor shall temporarily cease work in the area; obtain the name of the government person making the request, and report the work stoppage to the CO immediately by the most expedient means. 4.2.3. The contractor shall initially notify the CO verbally of disputes with customers or other base contractors and officially document the incident in writing. 4.2.4. The contractor may work, with prior approval of the CO, extended hours to ensure timely completion of work at no additional cost to the government. 4.2.5. Work scheduled but not accomplished because of base closures will be accomplished as soon as possible after reopening the base. 4.2.6. When the contractor's work schedule conflicts with an Air Force mission requirement, advise the CO/COR and reschedule the work to minimize disruption. 4.3. Recognized Holidays. The contractor is not required to provide service on federal holidays, except in emergency situations. If these holidays fall on Saturday, the preceding Friday will be observed. If these holidays fall on Sunday, the following Monday will be observed. If a holiday falls on a scheduled service day, the contractor will be responsible for rescheduling services for the first day after the holiday observance. • New Year's Day - 1 January • Martin Luther King Day - 3rd Monday in January • Washington's Birthday - 3rd Monday in February • Memorial Day - last Monday in May • Independence Day - 4 July • Labor Day - 1st Monday in September • Columbus Day - 2nd Monday in October • Veteran's Day - 11 November • Thanksgiving Day - 4th Thursday in November • Christmas Day - 25 December 8 4.4. Place of Performance. The work to be performed under this contract will be completed at Travis AFB. 4.5. Permits, Licenses and Certifications. Unless otherwise specified in this contract, contractor employees shall obtain all necessary permits, licenses, and certifications; give all required notices; and comply with applicable federal, state, county, and local laws, codes, and regulations in performance of the requirements of this contract. The contractor shall maintain all records of such requirements and make the documentation available to the government for review. 4.5.1. Excavation. Excavation of any kind is prohibited prior to the approval of a duly executed Travis AFB Form 55. Excavation Permits are only valid for a 90 calendar day period and only as much excavation work that can be accomplished in 90 days shall be processed on any individual Excavation Permit. The contractor shall mark the area to be excavated at the site in white chalk paint prior to processing the Excavation Permit and shall provide a drawing/sketch of the area to be excavated along with the Excavation Permit form. The contractor shall maintain the utility markings for the 90-day period or until all excavation is completed. Excavation prior to completion of such permit shall be at the contractor's risk. Any damage to utilities or other government property as a result of such excavation shall be repaired or replaced by the contractor at no additional cost to the government. Any damage to utilities owned or maintained by other companies will be repaired by the contractor or will be paid for by the contractor for the company to repair the utility at the company's option. Processing the permit is the responsibility of the contractor and will require the contractor to take the drawings and permit to Bldg 878's Conference Room on Tuesdays at 1000 hours for coordination. In addition, the contractor shall contact the Underground Service Alert for review and coordination by commercial telephone, gas, and electrical companies the morning before submitting the Excavation Permit. Depending on personnel availability, complete processing may be expected to take up to 10 working days. The contractor will be notified when the Excavation Permit is signed and ready. 4.6. Damages to Government Property. Damages to Government buildings, equipment, or vegetation are addressed in Federal Acquisition Regulation Clause 52.237-2. 4.7. Contractor Service Representative. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the CO. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to performance of this contract. 4.8. Security Requirements. Travis AFB is designated as a closed base. In order to promote security and safety, all contractor employees must adhere to installation entry requirements, to include criminal background history (CBH) checks, National Crime Information Center (NCIC) wants/warrants checks and California Law Enforcement Telecommunication System (CLETS) driver license history checks. 4.8.1. Contractor employees will be required to obtain and display identification badges. Anticipate delays in getting commercial vehicles on and off base and allow time for commercial vehicles to reach their destination by driving designated routes at posted speed limits throughout the base. Procedures for commercial vehicle access to the base are subject to change without prior notice. 4.8.2. The contractor is responsible for obtaining ID Passes, Badges and Vehicle Stickers. Such clearances and/or passes are required for contractor employees to enter military installations on Travis AFB prior to start of work. The contractor shall be responsible for all passes issued to 9 their employees under this contract. Applications shall be coordinated through the CO or designated representative. At the time of application, Security Forces may conduct a background check on employees. Upon termination of employment, the contractor shall be responsible for returning identification cards and base passes to Security Forces within 24 hours. 4.8.3. The contractor shall not be entitled to any compensation for delays or expenses associated with complying with the provision of this clause. Furthermore, nothing in this clause shall excuse the Contractor from proceeding with the contract as required. 4.9. Environmental Management Requirements. The contractor shall comply and assure that all sub-contractors comply with all applicable federal, state, and local laws, regulations, ordinances, policies and standards related to environmental matters. Where applicable, the contractor shall use environmentally safe products in the course of completion of the project requirement. 4.9.1. Travis AFB Environmental Management System (EMS) Policy. Travis AFB is committed to excellence in all aspects of environmental stewardship activities using the Air Force Environmental Management System (EMS). This commitment and use of EMS applies to all activities, products and services associated with Travis AFB, partner units and contractors. Travis AFB is committed to compliance with applicable environmental laws, regulations, and policy; reducing risks to the mission; preventing pollution and continuously improving environmental performance. The Travis AFB goal is 100% ...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »