The RFP Database
New business relationships start here

Struers Preventative Maintenance


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

Synopsis:
1. NOTICE: This is not a solicitation but rather a Request for Information (RFI) to determine potential sources for information and planning purposes only.
1.1 The purpose of this RFI is to contribute to market research and determine the number of responsible sources, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code for this effort is 811219 which has a corresponding Size standard of $ 20,500,000.00 dollars in annual receipts. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in any of the following: small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.

2. Program Details:
The contractor shall provide the 309th Maintenance Support Group (MXSG) at Hill Air Force Base (HAFB) with a service to perform preventative maintenance (PM), software updates, additional repairs, if needed, and technical phone and email support on seventeen (17) Struers equipment items (see included equipment list). The Contractor shall provide all management, labor, tools, PM service kit parts, supplies, equipment, lodging, transportation, and other necessary items needed to perform the required services on the Struers equipment items located at the 809 Mission Support Squadron (MXSS) laboratory at HAFB in Building 100 Bay D and E. The Contractor shall maintain Struers equipment to specifications and performance benchmarks per Original Equipment Manufacturer (OEM) levels. This requirement will not include personal services or inherently governmental functions.

Technical Questions:
1) Please explain your experience in providing the services in paragraph 2 above.
2) In your submission please provide information describing your company's capabilities to provide full service preventative maintenance (PM), software updates, repair, and technical telephone/email support on all of the equipment listed in the PWS.
3) Describe your company's capabilities to provide service within 14 calendar days of notice.
4) Describe how your company will provide all management, labor, tools, PM service kit parts, supplies, equipment, lodging, transportation, and other necessary items for the work needing to be completed.
5) Describe the capability to provide one (1) PM visit annually on all equipment items listed in the appendix.
6) Provide a description of the level and amount of over the phone/email technical support your company can and is willing to provided.
7) Can conform to National Environmental Laboratory Accreditation Program (NELAP) certification standards.
Acquisition Strategy Questions:
1) We intend on using a firm fixed price pricing-arrangement. Do you have any rationale for alternate pricing arrangements?
2) Identify (with rationale) if the Service Contracting Act would (or would not) be applicable based on the "service employee" Part 541 of Title 29, Code of Federal regulations. If you identify that the Services Contracting Act would not be applicable, provide rationale to support that enough of the employees are expected to be "professional employees" instead of "service employees" (as defined by the Services Contracting Act and part 541 of tile 29, Code of Federal Regulations) for the Services Contracting Act to not be applicable.
3) List name of contract, contract number, DCMA, and Administrative Contracting Officer for similar services that your company has provided to the Government and/or commercial industry.


Responses must be submitted by 4:30 pm Mountain Standard Time on 02/24/2017, to the individual who this posting identified as the Contract Negotiator, Richard Salazar. Questions will be accepted electronically directly to the Contract Negotiator. The Government will post responses to industry questions within the Federal Business Opportunities (FBO) website.


When responding please include:
1. Company Name and Cage code
2. Who is your POC please provide email address and phone number.
3. Suggested NAICS Code
4. Business Size Classification for NAICS and qualifications if any as any sub-category. (i.e. 8(a), HUBZone, SDVOSB, etc.)
5. Would you be a prime or subcontractor or plan on any partnering agreements?



EQUIPMENT LIST


The below listed Items are to be included in this contract.
Equipment Description Serial Number Qty
CitoPress-20 Hot Mounting Equipment, S/N's 57410211 & 5740073 2
Accutom 5 Hi-Speed Precision Diamond Saws S/N's 4940758, 4940809, 4940808,
3
TegraPol-35 Grinding Polishing Heads S/N's 5560085, 5560086, 5560377, 5560378 4
TegraForce-5 Turn-Table Base Units S/N's 5590420, 5590421, 5591513, 5591512 4
TegraDoser-5 Dispensing Unit S/N's 5600272, 5600938, 5600937 3
Exotom-150 Cutoff Machine S/N 5040309 1


 


James S. Vaughan, Contracting Officer, Phone 8017755252, Email james.vaughan.6@us.af.mil - Richard A. Salazar, Contract Specialist, Phone 8015865548, Email richard.salazar@hill.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP