United States - Hangar Door Maintenance
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 05 June 2019
- Opportunity publication date
- 24 May 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: May 23, 2019 12:34 pm
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, tools, materials, supervision, and other items and services necessary to perform all operations in connection with the maintenance and repair of hangar doors as defined in this Performance Work Statement (PWS) on Travis Air Force Base (AFB), CA. 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) 238290. 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 238290 - Other Building Equipment Contractors.
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 Questionnaire
Vendors 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 (PWS)
for
Hangar Door Inspection, Maintenance & Repair
Travis AFB, CA
11 July09 May 19
ATTACHMENT 1
2
Performance Work Statement
HANGAR DOORS INSPECTION, MAINTENANCE AND REPAIR
1.DESCRIPTION OF SERVICES:
1.1. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform all operations in connection with the maintenance and repair of hangar doors as defined in this Performance Work Statement (PWS) on Travis Air Force Base (AFB), CA. The contractor shall perform to the standards outlined within this contract. The facilities with hangar doors to be serviced are listed in Appendix A. The Contractor is required to provide the necessary maintenance and repair to hangar doors located at various facilities on Travis AFB, CA. Without limiting the generality of the foregoing, the Contractor shall be required to conduct monthly inspections. The Contractor is required to abide by Travis AFB, local, county, state and federal laws under this contract. The Contractor is required to use innovative industry/commercial standards/procedures and equipment to minimize the expenditure of time and funds while ensuring the highest quality of work.
1.2. Contractor Personnel
1.2.1. Contract Manager. The contractor shall provide a contract manager who shall be responsible for the performance of work. The name of this person, and an alternate or alternates who shall act for the contractor when the manager is absent, shall be designated in writing to the Contracting Officer (CO).
1.2.3. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract.
1.2.4. The contract manager or alternate shall be available during normal duty hours within 4 hours upon notification to meet on the installation with government personnel as designated by the contracting officer to discuss problem areas.
1.2.5. The contract manager and alternate or alternates must be able to read, write, speak, and understand English.
1.2.6. Contractor Employees. The contractor shall not employ persons for work on this contract if such employee(s) are identified by the contracting officer to the contractor as a potential threat to the health, safety, security, general wellbeing, or operational mission of the installation and its population.
1.2.7. Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. The contractor personnel shall have badges bearing name of the company and the employee's name.
1.2.8. The contractor shall ensure employees have current vehicle driver's licenses for the type of vehicle or equipment to be operated on Travis AFB. The contractor shall engage an experienced installer who is certified in writing as qualified to install and repair hangar doors.
3
1.2.9. The contractor shall not employ any person who is an employee of the United States Government, if the employment of the person would create a conflict of interest; nor shall the contractor employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such person seeks and receives approval in accordance with DoDD 5500.7 (for military) or AFR 40-753 (for civilian).
1.2.10. Contractor shall coordinate an escort into controlled areas with the Facility Managers or their alternates. Hangars may be inaccessible periodically due to aircraft work or security requirements. It shall be the responsibility of the contractor to confirm availability of the facility for work on hangar doors and systems covered under this contract prior to arrival at Travis AFB, and to schedule work for the available time.
1.2.11. Accident Prevention. The contractor shall comply with the Air Force Occupational Safety and Health Standards (AFOSH), OSHA 1926 Standards and the portions of OSHA 1910 standards, the Army Corps of Engineers Manual EM 385-1-1. It is the responsibility of the contractor to obtain these publications.
1.3. Fire Protection
1.3.1 The contractor shall obtain a burning permit from the Travis AFB Fire Prevention Office (Bldg. 175) prior to welding, burning or cutting operations each day they anticipate performing this type of work. All welding and burning operations necessary for the completion of the PWS shall be accomplished in strict compliance with fire safety and applicable standards. The contractor shall provide and maintain fire extinguishers in accordance with NFPA standards during all welding and burning operations relative to the PWS.
1.3.2. All welding and burning operations shall be accomplished in strict compliance with the requirements outlined in AFOSH Standard 127-5, National Fire Codes Volume 4, Standard 513, and the Department of the Army Corps of Engineers General Safety Requirements EM 385-1-1, Section XIV (14). Prior to starting welding, burning and/or cutting operations, the contractor shall obtain a burning permit from the Base Fire Department on a daily basis. These permits shall be retained at the project site until work is completed. These permits are the only acceptable authorization for welding, burning, or cutting. It shall be the contractor's responsibility to obtain these permits and manuals.
1.3. 3. A fire extinguisher shall be available at each location where cutting or welding is being performed. Where electric or gas welding or cutting work is done, interposed shields of incombustible materials shall be used to protect against fire damage due to sparks or hot metal. When temporary heating devices are used, a watchman shall be present to cover periods when other workers are not on the premises. The contractor shall provide fire extinguishers in accordance with the recommendations of NFPA Bulletins 10 and 241. However, in all cases, a minimum of 2 fire extinguishers shall be available.
1.3.4. The contractor shall comply with all safety and fire requirements outlined in the Army Corps of Engineers Manual General Safety Requirements EM 385-1-1, and base fire regulations. In areas of buildings not otherwise protected by government-installed equipment, the contractor shall furnish and maintain emergency fire-fighting equipment such as portable fire extinguishers, water barrels, buckets, shovels or hoses of type and capacities satisfactory to the Contracting Officer Representative (COR). A written fire permit shall be obtained from the Travis AFB Fire Prevention Office on a daily basis
4
for the use of open flame devices such as blow torches, portable furnaces or gas and electric welding or cutting equipment. The contractor will be required to make a thorough inspection of each building in which he has performed work at the close of his operations each work day to determine that all necessary safeguards relative to probable fire hazards are in effect. The contractor shall familiarize himself and all personnel engaged in the work under his direction of the location of fire reporting telephones near the job site, the correct fire reporting procedures and pertinent base fire regulations.
1.4. Security Police and Fire Protection. Phone Numbers: Police (707) 424-3294 and Fire Dept (707) 424-6757
1.5. Removal of Refuse. The contractor shall maintain good housekeeping practices to reduce the risk of fire, damage and personal injury. All scrap materials, rubbish and trash shall be removed daily from around the building and shall not be permitted to be scattered on adjacent property.
1.6. Hours of Operation
1.6.1. The contractor shall perform the services required under this contract during the following hours: The normal hours of operations shall be from 7:30 a.m. to 5:00 p.m. Monday through Friday.
1.6.2. Holidays: The contractor is not required to provide service on the following days:
New Year's Day
Martin Luther King Jr's Birthday
President's Day
Memorial Day
Independence Day
Labor Day
Columbus Day
Veteran's Day
Thanksgiving Day
Christmas Day.
1.6.3. After hours emergency service calls will be handled by the 60 CES Structures shop. The contract manager or alternate shall be available on site at Travis AFB within 4 hours of notification on the following day during normal duty hours to perform necessary repairs.
5
2. SERVICES DELIVERY SUMMARY: Performance Objective
Performance Threshold
PWS Para
Method of Surveillance
1. The Contractor shall submit a written reports and records.
100% compliance
5.2.2, 5.3, 6.3.5
COR will perform random inspection
2. The Contractor shall perform monthly inspections on all hangar doors and aperture doors.
100% Inspections
5.1, 5.2, 5.2.1, 5.3.1
Periodic and/or random inspection, customer complaint, and/or system checks by shop personnel
3. Shall perform Emergency Repairs and Service.
100% Response and one (1) customer complaint
5.4, 5.4.1
Random and
customer complaint
4. Shall provide 3 quotes for all supplies, parts and equipment to perform the service.
100% Compliance
4.2.
Random inspections
- Opportunity closing date
- 05 June 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Air Force 60th CONS United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.