The RFP Database
New business relationships start here

5 YEAR BPA Tuber Trailer for Inspection


Ohio, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 
5 year BPA Tuber Trailer for Inspection

Sources Sought-

 


The Government is conducting market research and identifying, as potential sources, companies that may possess the expertise, capabilities, and experience to meet the requirements as specified in the Program Description below.


 


CAUTION:  This Sources Sought is issued solely for information and planning purposes.  In accordance with Part 10 of the Federal Acquisition Regulation, the U.S. Government is conducting market research.  The intended purpose is to identify potential sources that may possess the expertise, capabilities, and experience to meet Air Force Research Laboratory (AFRL) requirements.  It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.  Further, AFRL is not at this time seeking proposals, and will not accept unsolicited proposals.  Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought.  Please be advised that all submissions become Government property and will not be returned.  All costs associated with responding to this sources sought will be solely at the responding party's expense.  Not responding to this sources sought does not preclude participation in any future RFP, if any is issued.  In accordance with Federal Acquisition Regulation 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.  It is the responsibility of the interested parties to monitor this GSA website for additional information pertaining to this source sought.


 


INSTRUCTIONS:


 

•1.      Below is a document containing a description of the requirement and a Contractor Capability Survey, which allows you to provide your company's capabilities.

 

•2.      If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements.  Failure to provide documentation may result in the government being unable to adequately assess your capabilities.  If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.).

 

•3.      Both large and small businesses are encouraged to participate in this Market Research.  Joint ventures or teaming arrangements are encouraged.

 

•4.      Questions relative to this market survey should be addressed via e-mail to Amy Rosier (AFLCMC/PZIBC), amy.rosier@us.af.mil Verbal questions will NOT be accepted.

 

 

 

 

 

PERFORMANCE WORK STATEMENT

for

DEPARTMENT OF TRANSPORTATION (DOT) REQUIRED COMPRESSED GAS TUBER TRAILER TESTING

 

•1.0  SCOPE

•1.1  DOT required compressed gas tuber trailer for inspection, recertifying and service repair for up to twenty two (22) compressed gas tuber trailers

 

•1.2  A five (5) year BPA contract is required for up to twenty two (22) compressed gas trailers to be inspected and re-hydrostatically or acoustically (ultrasonic) recertified as per DOT, Title 49, Code of Federal Regulations (49CFR) Parts 100-199.


 

•1.3  During recertifying process, trailer inspection and any issues that may cause trailer to fail the DOT recertification will need to be repaired to meet DOT regulations.


 

•1.4  Corrosion repair as a result of inspection finding.

 

•1.5  Additional service may result for each trailer equipment in order to keep the equipment in a safe, serviceable and roadworthy condition.


 

•1.6  Air Force Research Laboratory Aerospace Systems Directorate (AFRL/RQ) has three sizes of trailers consisting of four tubes (44K cf), seven tubes (66K cf) and thirty-eight tubes (55K cf).

 

•2.0   BACKGROUND

•2.1  This is to be a new BPA in replacement of the current AFRL/RQ contract number FA860117A0024 for the inspection, recertification, corrosion, and service repair for 22 government owned compressed gas trailers.

 

•2.2  The tube trailers are used in support of various AFRL/RQ research and development missions.

 

•2.3  Each trailer is required to be hydrostatically or acoustically (ultrasonic) recertified every 5 years per DOT, 49 CFR, Parts 100-199.

 

•2.4  Note: due to the age of some of the trailers USAF will be replacing a limited number     of the trailers that were made in 1959-1961 in the next 5 years. The new trailers will be recertified as required. 

 

•3.0  REQUIREMENTS/DESCRIPTION OF SERVICES

•3.1  The Contractor shall be a DOT authorized to recertify and is required to provide proof of   DOT Certification,


 

•3.2  Contractor shall hydrostatically, acoustically or ultrasonically test all trailer gas cylinders as per DOT, 49CFR, Parts 100-199.

 

•3.3  Contractor shall provide all supplies, management, tools, equipment, labor, and       related ancillary services such as transportation, cylinder recertification, and replacement of faulty gauges, corrosion repair, and inspection of trailer to ensure that assigned equipment is brought to and or maintained to a safe, serviceable and roadworthy condition.

 

•3.4  All work shall be done in accordance with (IAW)

•3.4.1        DOT, 49CFR Parts 100-199,

•3.4.2        American Society of Mechanical Engineers (ASME) Code for Pressure Piping, B31

•3.4.3        Applicable CGA publications including but not limited to C-1,C-6,C-18,C-20,G-4.1, G-10.1,S-1.1,S-1.2,TB-25,V-1

•3.4.4        ASTM D-1193-6 Standard Specification for Reagent Water

•3.4.5        Mil-PRF-27401G Propellant Pressurizing Agent, Nitrogen dated 7-Aug-13

 

•3.5   A 60 day turn around period starting from the day trailer is received at contractors site is required.

•3.5.1        AFRL/RQ reserves the right to require a 30 day turn around without incurring an increase in cost. Contractor will be given a two week notice prior notification.

•3.5.2        Trailer transportation shall be the responsibility of the contractor. Contractor will be libel for any damage to the trailer and all additional expenses incurred

 

•3.6  Trailer Recertification Requirements

3.6.2.1    Hydrostatically, acoustically or ultrasonically test all tubes

3.6.2.2    Dry tubes with nitrogen

3.6.2.3    Sand/Grit blast tubes and chassis to remove all rust, scale, grease, oil and                                    clean all external surfaces

3.6.2.4    Clean, recondition and test manifold

3.6.2.5    Clean all grit from manifold enclosure

3.6.2.6    Paint tubes

3.6.2.7    Paint frame and chassis as needed

3.6.2.8    Replace all poppet or shear valves

3.6.2.9    Replace all belt spacers between cylinders with 4 ply rubber belt

3.6.2.10  Replace all front internal safeties

3.6.2.11  Replace shear ring, disc and washer to recondition safeties

3.6.2.12  All fasteners shall be torqued to the recommended spec 

3.6.2.13  Nitrogen pressure test all tubes

3.6.2.14  Reinstall vent tubes front and rear

3.6.2.15  Check for moisture and pull vacuum <10.5 PPM on tubes

3.6.2.16  Inspect lighting

3.6.2.17  Dye penetrate inspection of kingpin

3.6.2.18  Remove wheels clean cavity re-lubricate and replace seals

3.6.2.19  Remove, clean, inspect and re-pack wheel bearings

 

•3.7  Cylinder failure

•3.7.1        If any cylinder fails to comply with the hydrostatic/acoustic or ultrasonic DOT requirements the Contractor shall provide AFRL/RQ with a detailed description stating the reasons for cylinder failure and include cost to repair or replace cylinder. AFRL/RQ will review and provide pre-approval to the Contractor to repair or replace cylinder.

 

•3.8  Contractor shall perform a thorough inspection of brake system and trailer landing gear assemblies.

•3.8.1        NOTE: Any repairs beyond the scope of this PWS the contractor shall call Procuring Contracting Officer (PCO) and AFRL/RQ for approval. Any repairs/replacements identified during the landing gear inspections will need to be included with any other repair/replacement items identified in the trailer repair proposal.  Areas of specific interest include, but not limited to:

 

•3.8.1.1  Any indication of binding gears when loading or off-loading trailer

•3.8.1.2  Gearbox housing shall be visually inspected for cracks and leaking.

•3.8.1.3  Cracks in the landing gear housing welds or visibly bent landing gear

•3.8.1.4  Rust in the gearbox due to lack of grease

•3.8.1.5  Bent or damaged struts bracing the landing gear to the frame

•3.8.1.6  Rusted of corroded landing gear handle or worn handle to gear shaft pin.

 

•3.9  For additional findings during inspection or tear down that are not covered by BPA the Contractor shall provide Procuring Contracting Officer (PCO) and AFRL/RQ with a detailed description of problem and include cost estimate to repair. Procuring Contracting Officer (PCO) and AFRL/RQ will review and respond with their decision within 5 business days.

 

•3.10          INSTALLATION OF PRESSURE GAUGE: The Contractor shall furnish and install a pressure gauge with an isolation valve.

•3.10.1    The pressure gauge shall be identified per trailer and have a range of no less than 0-3000 psi and no more than 0-4000 psi with a 4" to 5" dial on each manifold.

 

•4.0  MARKING AND TRAILER NAME PLATE

•4.1  The trailer shall be re-stenciled on each side and each end with the type of gas contained within the cylinders and shall include placards IAW 49 CFR.

 

•4.2  In addition to the existing name plate, a permanent aluminum, brass, bronze or stainless steel nameplate shall be mounted inside the rear cabinet displaying the following information.

•4.2.1        Record of serial numbers of all cylinders.

•4.2.2        Each cylinder passing 5/3 times the maximum allowable working pressure test shall be plainly and permanently metal stamped with the month and year of test.

•4.2.3        Name of Contractor

•4.2.4        Total nominal water volume of trailer

•4.2.5        Maximum service pressure

•4.2.6        Date of thread and flange inspection


 

•5.0  CONTRACTUAL REQUIREMENTS

•5.1  Quality Assurance.  The Government will monitor the Contractor's performance. The Government reserves the right to review services being provided.

 

•5.2   Quality Control.  The Contractor is solely responsible for the quality of services provided. The Contractor is also liable for the Contractor employee negligence, and any fraud, waste, or abuse. Re-performance of any work for failure to perform in accordance with the specified requirement shall be completed at the Contractor's own expense and at no additional cost to the Government.

•5.3  Contractor shall record and report the following to AFRL/RQ:

•5.3.1        The percentage of permanent expansion versus total expansion of each cylinder for each trailer hydrostatically tested.

•5.3.2        The Contractor shall maintain and provide to the Government, records of all inspections and tests performed. The records shall provide evidence that the required inspections and tests have been performed, including part or component identification and inspection or test involved.

•5.3.3        The report shall show cylinder serial number, the test data obtained during the test and the results of the test made on each cylinder. Included shall be a statement on Contractors dated letterhead that the assembly, identified by serial number has been visually inspected IAW the Compressed Gas association Publication C-6 and tested and re-certified IAW 49 CFR.

 

•5.4  Place of Performance.  Work will be done at contractor facility

 

•5.5  All records, files, documents and work papers provided by the Government or generated in support of this work effort are Government property and shall be marked, maintained, and disposed of per the current AFI standards.


 

 

•5.6  The Contractor shall coordinate material and facilities availability and schedule with the applicable Government POCs for designated systems.

 

5.7 The Contractor shall be responsible for safeguarding all Government property.

 


 


 


 


 


 


 


 


 

 






 




Tuber Retest Requirements




 




 






Item No




Supplies and/or Service




Quantity




Unit Price




Total Price






Items 1, 2,3, 4 are Required Services (to be provided for each trailer)





0




 




 




 




 





1




Standard retest and refurbishment of (38) 9 5/8" Dia. X 21' long cylinder trailer in accordance with the Statement of Work




1ea 38 tube trailer




 




 





2




Standard retest and refurbishment of (7) 24"
Dia. X 28' long cylinder trailer in accordance with the Statement of Work




1ea 7 tube trailer




 




 





3




Standard retest and refurbishment of (4) 24"
Dia. X 28' long cylinder trailer in accordance with the Statement of Work




1ea 4 tube trailer




 




 





4




All the above include  but not limited to




 




 




 






 




HYDROSTATIC TEST TUBES, STEAM CLEAN




 




 




 






 




AND DRY, USING NITROGEN, DISASSEMBLE




 




 




 






 




DISASSEMBLE I REASSEMBLE TRAILER




 




 




 






 




GRIT BLAST TUBES




 




 




 






 




GRIT BLAST CHASSIS




 




 




 






 




RECONDITION TEST & CLEAN MANIFOLD




 




 




 






 




PAINT CHASSIS/FRAME




 




 




 






 




PAINT TUBES




 




 




 






 




USING NITROGEN PRESSURIZE COMPLETE TRAILER




 




 




 






 




PULL VACUUMS FOR MOISTURE <10.5 PPM




 




 




 






 




INSPECT LIGHTING SYSTEM & REPAIR LIGHTING AS NEEDED




 




 




 






 




DYE CHECK AND INSPECT KING PIN & PLATE




 




 




 






 




CLEAN TUBE AND BULL PLUG SEALING SURFACE, INSTALL O RING, BACKUP RING AND BULL PLUG




 




 




 






 




RECONDITION SAFETIES BY REPLACING




 




 




 






 




SHEAR RING, DISC, & WASHER




 




 




 






 




REPLACE ALL FRONT INTERNAL SAFETY




 




 




 






 




REPLACE ALL REAR POPPET OR SHEAR TYPE VALVES




 




 




 






 




Remove wheels, clean cavity lubricate and replace seals.




 




 




 






 




Remove, inspect reinstall wheel bearings




 




 




 






 


 


 


 




 




 


 
 
 




Tuber Retest Requirements


 
 




Items 5  through 26 will need approval from AFRL prior repairing




 





5




Oxygen cleaning and sampling of cylinders and manifold 38 (9 5/8" Dia. X 21')




 




 





6




Oxygen cleaning and sampling of cylinders and manifold 7 (24" Dia.X28')




 




 





7




Replace anchor pins, lock washer and spring kits on brake assemblies




 




 





8




Free up cam shaft and slack adjuster on brake assembly




 




 





9




Replace slack adjuster




 




 





10




Replace inner bearing




 




 





11




Replace outer bearing




 




 





12




Replace inner bearing races




 




 





13




Replace outer bearing races




 




 





14




Replace wheel studs, nuts and lock nuts




 




 





15




Replace heavy duty spring assemblies




 




 





16




Replace spring hold down clips




 




 





17




Replace running light fixture




 




 





18




Replace running signal fixture




 




 





19




Replace stop light




 




 





20




Replace electric socket connection with seven pin connector




 




 





21




Replace Cylinder




 




 





22




Replace landing gear assembly, including cross and rear braces. Lifting Capacity: 50,000lbs., 100 foot-lbs. Force. Static vertical load capacity: 120,000lbs




 




 





23




Repair brakes system




 




 




 




 





24




Repair running gear




 




 




 




 





25




Any other repairs not listed




 




 





26




Complete removal and disposal of lead-based
paint for 38 cylinders and trailer assembly              N/A




 




 





25




Complete removal and disposal of lead-based
paint for 7 cylinders and trailer assembly                N/A




 




 




 





27




Complete removal and disposal of lead-based
paint for (4) cylinders and trailer assembly         




 




 




 






 


 


CONTRACTOR CAPABILITY SURVEY


 


Part I.  Business Information


 


Please provide the following business information for your company/institution and for any teaming or joint venture partners:

•·           Company/Institute Name:

•·           Address:

•·           Point of Contact:

•·           CAGE Code:

•·           Phone Number:

•·           E-mail Address:

•·           Web Page URL:

•·         Size of business pursuant to North American Industry Classification System (NAICS) Code:   334516 - Analytical Laboratory Instrument Manufacturing, STD Size 500 employees.

 

•·      Based on the above NAICS Code, state whether your company is:

•o   Small Business                                                                                    (Yes / No)

•o   Small Disadvantaged Business                                                           (Yes / No)

•o   Woman Owned Small Business                                                          (Yes / No)

•o   Economically Disadvantaged Woman Owned Small Business         (Yes / No)

•o   8(a) Certified                                                                                      (Yes / No)

•o   HUBZone Certified                                                                            (Yes / No)

•o   Veteran Owned Small Business                                                          (Yes / No)

•o   Service Disabled Veteran Small Business                                          (Yes / No)

*All interested contractors must be registered in SAM in order to be eligible for award of Government contracts. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. 

•·           A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).

•·           Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data.

•·           Please provide a statement to acceptability of the following proposed non-commercial provisions and clauses, as they are determined to be consistent with customary commercial practice.

•o   FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government (Sept 2006)

•o   FAR 52.204-4, Printed or Copied Double Sided on Recycled Paper (May 2011)

•o   FAR 52.204-7, System for Award Management (Oct 2016)

•o   FAR 52.204-13, System for Award Management Maintenance (Jul 2013)

•o   FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016)

•o   FAR 52.204-17, Ownership or Control of Offeror (July 2016)

•o   FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016)

•o   FAR 52.204-20, Predecessor of Offeror (July 2016)

•o   FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations

•o   FAR 52.229-3, Federal, State, and Local Taxes (Feb 2013)

•o   FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013)

•o   FAR 52.242-17, Government Delay of Work (Apr 1984)

•o   FAR 52.247-34, F.O.B. Destination (Nov 1991)

•o   FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)

•o   FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998)

•o   FAR 52.252-5, Authorized Deviations in Provisions (Apr 1984)

•o   FAR 52.252-6, Authorized Deviations in Clause (Apr 1984)

•o   DFARS 252.203-7002, Requirement to inform Employees of Whistleblower Rights (Sept 2013)

•o   DFARS 252.204-7003, Control of Government Personnel Work   Product (Apr 1992)

•o   DFARS 252.209-7004, Subcontracting with Firms That Are Owned or - Controlled by the Government of a Terrorist Country (Oct 2015)

•o   DFARS 252.225-7002, Qualifying Country  Sources as Subcontractors (Dec 2012)

•o   DFARS 252.225-7048, Export Controlled Items (June 2013)

•o   DFARS 252.232-7007, Limitation of Government's Obligation (Apr 2014)

•o   AFFARS 5352.201-9101, Ombudsman (June 2016)

•o   AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances(ODS) (Nov 2012)

•o   AFFARS 5352.223-9001, Health and Safety on Government Installation (Nov 2012) 

•o   STMNT NBR 12: Level I Antiterrorism (AT) Awareness Training


 

 

ATTENTION small business respondents who are interested in submitting a proposal as the prime contractor for this effort: 

 

No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of performing at least 50% of the entire scope of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting.  The clause reads, in part, as follows:  "Limitations on Subcontracting (Nov 2011) ... (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction).  At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern... ".  Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc.

 

If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used.  Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.

 

ATTENTION all potential respondents:

 

The acquisition strategy for this program has not been finalized. If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement.  Please provide feedback on the requirement and what areas are likely candidates for SB subcontracting.


 


Part II. Capability Survey Questions


 

•1.      Is your firm registered in the System for Award Management (SAM), formally known as Central Contractor Registration (CCR)? In accordance with federal regulations, all contractors doing business with the federal government must be registered in the SAM database.


 

•2.      Describe briefly the capabilities of the nature of the services you provide. 


 

•3.      Describe your company's past experience on previous with similar services.  Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager).


 

•4.      Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement?

 

•5.      Are there established market prices for our requirement?  If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public?  Is our requirement offered to both under similar terms and conditions?  Briefly describe any differences.


 


If your company is interested, e-mail your responses to amy.rosier@us.af.mil. E-mail responses should be received no later than Friday 30 August 2019 at 11:00AM EST.  Direct and succinct responses are preferred.  Marketing materials are considered an insufficient response.


 


 


RESPONSE FORMAT INSTRUCTIONS:


 


Be advised that all correspondence sent via e-mail shall contain a subject line that reads "Field Emission SEM."  If this subject line is not included, the e-mail may not get through e-mail filters at Wright-Patterson AFB.   Filters are designed to delete e-mails without subject lines or with suspicious subject lines or contents.   Attachments with files ending in.zip or .exe are not allowable and will be deleted.  Ensure only .pdf, .doc, or .xls documents are attached to e-mail.


Responses are limited to ten (10) pages and may be submitted electronically to the following e-mail address:   amy.rosier@us.af.mil


 


RESPONSE DUE DATE:

Responses are due no later than 11:00 AM, EST. Friday 30 August 2019  and should be sent to amy.rosier@us.af.mil .


 


Primary Point of Contact: Amy Rosier, Contract Specialist,  amy.rosir@us.af.mil


Phone: (937) 522-4540


 


Contracting Office Address:


1940 ALLBROOK DRIVE
WRIGHT-PATTERSON AFB, Ohio 45433-5309
United States


 


Place of Contract Performance:


Wright Patterson AFB, Ohio
Dayton, Ohio 45433
United States


Amy M Rosier, Contracting Specialist, Phone 9375224540, Email amy.rosier@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP