United States - Transformer Maintenance

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
12 September 2019
Opportunity publication date
20 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 19, 2019 4:53 pm

This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

1. The solicitation number is FA486119QA029. This solicitation is issued as a Request for Quote (RFQ).
2. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05, effective 12 September 2019.
3. This requirement is solicited as a 100% Small-Business set-aside, and the associated NAICS code is 811310 - Commercial and Industrial Machinery and Equipment.
4. Below is the contract line item number.
See RFQ Worksheet and SOW attached
5. Description of requirement for the item to be acquired.
Delivery Date: 30 Days ADC
Delivery/Ship to Location: Nellis AFB, NV
6. Place of delivery is Nellis AFB, Nevada, and inspection and acceptance is FOB destination.
7. The following provisions are incorporated by reference.
52.212-1, Instructions to Offerors - Commercial
8. The following provisions are incorporated by full-text.
52.212-1, Instructions to Offerors - Commercial, Addendum, applies to this acquisition.
(1) FAR 52.212-1, paragraph (b)(8), is changed to read:
(8) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.
(2) FAR 52.212-1, paragraph (c), is changed to read:
(c) Period for acceptance of offers. The offeror agrees to hold prices in its offer firm for 90 calendar days from the date specified for receipt of offers.
(3) To be considered for this requirement, the offer must complete the Bid Schedule (see paragraph 4). Fully complete the pricing on each CLIN as required. The contractor shall fill out a unit price, the extended price and a total price for all CLINs. Please ensure that all prices, extended prices and total prices are checked and verified for accuracy. DO NOT go two (2) digits beyond the decimal point.
(4) In accordance with FAR Part 9, Contractor Qualifications, past performance information will be used to determine whether an offeror has a satisfactory performance record to determine whether the offeror is a responsible contractor eligible for contract award.
An offeror determined to have an unsatisfactory performance record will be determined non-responsible, therefore, the offeror will not be eligible for contract award.
In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance.
The Government has a right to retrieve additional past performance information through the Government's past performance databases, Federal Awardee Performance Integrity Information System (FAPIIS) and Past Performance Information Retrieval System (PPIRS).
52.212-2, Evaluation -- Commercial Items, (Jan 1999)
Award will be made to the Offeror whose Acceptable Technical Proposal represents the Best Value to the Government. Best Value will be determined by the Lowest Priced Technically Acceptable proposal. Offers will be rated by technical acceptability and award will be made to the lowest priced offer.
(1) The evaluation team will evaluate each offer on its merits and assign one of the following ratings to each offer.

Technical Acceptable/Unacceptable Ratings
Rating Description
Acceptable Offer clearly meets the requirements of the Solicitation and the Requirements Description.
Unacceptable Offer does not clearly meet the requirements of the Solicitation and the Requirements Description.
Price. The Government shall conduct a price evaluation of all offers. The Government will evaluate an offer by adding the total price for all CLINs. The Government may use various price analysis techniques and procedures to ensure a fair, reasonable and realistic price. Evaluation of prices will determine if they are compatible with the scope of the effort, are not unbalanced and are neither excessive nor insufficient for the effort to be accomplished. It is expected that the competitive nature of this acquisition will drive price reasonableness and fairness; however, the Government reserves the right, if it deems appropriate, to make these determinations by means of one or more price analysis techniques.
a. Contract(s) may be awarded to the offeror who is deemed responsible in accordance with the FAR Part 9.1, whose offer conforms to the solicitation's requirements (to include all stated terms, conditions, representations, certifications, and all other information required by this RFQ) and is judged, based on the evaluation to represent the best value offer.
The Government intends to evaluate proposals and award 1 (one) contract without discussions with offerors. Therefore, the offeror's initial proposal should contain the offeror's best terms. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals.
While the Government will strive for maximum objectivity, the selection process, by its nature, is subjective; and therefore, professional judgment is implicit throughout the entire process.
b. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)
52.252-1, Solicitation Provisions Incorporated by Reference
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil/
9. The following clauses are incorporated by references.
FAR 52.212-4, Contract Terms and Conditions -- Commercial Item
FAR 52.247-34, FOB Destination
DFAR 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012)
10. The following clauses are incorporated by full-text.
52.212-5, Contract Terms and Conditions Required to Implement Statutes or
Executive Orders -- Commercial Items (Nov 2013)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).
__ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)).
(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
_x_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402).
_x_ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note).
_x_ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note).
_x_ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161).
_x_ (12) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
_x_ (14) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)).
__ (17) (i) 52.219-9, Small Business Subcontracting Plan (Jul 2013) (15 U.S.C. 637 (d) (4)).
__ (iii) Alternate II (Oct 2001) of 52.219-9.
_x_ (23) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a) (2)).
_x_ (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
_x_ (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Nov 2013) (E.O. 13126).
_x_ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).
_x_ (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
_x_ (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).
_x_ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).
_x_ (32) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212).
_x_ (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).
__ (34) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)
_x_ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)
_x_ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011).
_x_ (42) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
_x_ (48) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332).
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items:
_x_ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).
_x_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
_ _ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.).
(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e)
(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).
(ii) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.
(iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
(v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).
(vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).
(vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.)
(ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).
(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.)
(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.)
(xii) 52.222-54, Employment Eligibility Verification (Aug 2013).
(xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
(xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of Clause)
52.252-2, Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil/
5352.201-9101, Ombudsman (Nov 2012)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Lt Col Lateef M. Hynson, USAF Deputy Director of Contracting, OL-ACC Air Force Installation Contracting Agency Joint Base Langley-Eustis VA COMM: (757) 764-5372 DSN: 574-5372 lateef.hynson@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
(End of clause)
5352.242-9000, CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012)
(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.
(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names, dates of birth, social security numbers, citizenship, and driver's license / state identification, of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license (additional supporting documentation is required when driver's licenses from Utah, New Mexico, or Washington is provided such as Passport, original Birth Certificate with raised seal, or original Social Security Card), current vehicle registration, valid vehicle insurance certificate, and for non-US citizens, documentation demonstrating legitimate ability/status to be in the United States to obtain a vehicle pass.
(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.
(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall be briefed on the requirements of AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management. Compliance with the requirement of these AFIs is mandatory for access.
(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.
(f) Failure to comply with these requirements may result in withholding of final payment.
(End of clause)
11. Offers are due on Thursday, 12 September 2019, at 16:30pm PST. Offers submitted electronically via email will only be considered for this requirement. Submit offers to 1st Lt Andrew Horstman at andrew.horstman.1@us.af.mil. Please include the solicitation number, FA486119QA029, in the Subject Line of the email to ensure prompt receipt of your proposal.
12. Below are the names and telephone numbers of the individuals to contact for information regarding this solicitation.
Primary Point of Contact
1st Lt Andrew Horstman
Contract Specialist
andrew.horstman.1@us.af.mil
Secondary Point of Contact
TSgt Rommel Delmundo
Contracting Officer
rommel.delmundo@us.af.mil
 
 
 
 
 
Performance Work Statement
Maintenance of Transformers
13 June 2019
Section 1: Description of Service
1.1 General Requirements: The contractor shall provide all personnel, equipment, tools, material, supervision, and other items and services necessary to perform annual preventative maintenance, testing and adjustment, as specified within this performance work statement, on the following equipment on Nellis AFB, NV.
• One (1) 20 MVA, 69 KV Delta, North American Transformer and One (1) 24 MVA, 69 KV Delta, Waukesha Transformer, Serial No. GT-3013.
1.2 Preventative Maintenance: Contractor shall, in accordance with the equipment manufacturer's most current technical and maintenance literature and current industry practice, inspect, test, adjust, calibrate and service as necessary to maintain the equipment in normal operating condition as the manufacturers intended. Transformer and tap changer oil shall be tested by a certified lab and filtered if warranted. Specific tests and test procedures shall be as specified in most current ANSI/NETA NTS. Oil shall be replaced if filtering and additives will not restore its required properties. Contractor shall provide a proposal for an oil change during the proposal process.
1.2.1 Annual servicing: The annual performance period should be scheduled between October and April. This date will be determined within 3 weeks of each yearly award and must be approved by the government technical representative in Service Contracts Section at 702-652-8265.
1.2.2 Repairs: During scheduled servicing, any minor repairs found necessary totaling under $2500.00 per transformer shall be included at no additional cost to the government. Any major repair issues discovered shall be identified to the government technical representative. When the cost of the repair parts exceeds $2500 the contractor will provide the government, for CO approval, with at least three parts quotes to determine price fair and reasonableness, or a sole source letter template will be provided by the contracting officer upon request when competition is not available. Appropriate commercial grade materials and common trade practices shall be used. Replacement parts must be equal to or better quality than the manufacturer installed when the transformer was manufactured. Any major repair issues discovered shall be reported to the government technical representative.
1.2.3 Schedule: Contractor shall provide a proposed maintenance schedule upon contract award. Flexibility in the schedule can be approved as long as servicing interval remain as close to a year as possible. Any work that requires de-energizing a transformer must not be scheduled during air conditioning season unless approved by the government technical representative.
Coordination of any work shall always be made with 99th Civil Engineering Service Contracts section.
Performance Work Statement
Maintenance of Transformers
13 June 2019
1.3 Government Responsibilities
1.3.1 Power Switching: Given adequate notice, the government will be responsible for de-energizing and re-energizing the transformers.
1.3.2 Manuals, Wiring Diagrams and Publications: The majority of the necessary equipment-specific technical and maintenance publications are available from the government. The contractor may review them or copy them at no expense to the government. The originals will not be mailed or leave the control of the government. Any literature that the contractor requires which is not available from the government will be the contractor's responsibility to procure at no additional cost to the government.
1.3.3 Utility Services: The government will supply commercial power at the substation for tools and equipment.
1.4 Contractor Responsibilities
1.4.1 Waste and Debris: Contractor shall comply with all pertinent Federal environmental requirements. Apply RCRA (Resource and Recovery Act) standards for handling and disposing of transformer oil. Contractor is responsible for all waste products generated. At no time will the contractor dispose of hazardous material or hazardous waste on base. Waste must be properly contained at all times and removed from Nellis AFB and disposed of properly. Access to a base dumpster may be allowed for certain non-hazardous debris and rubbish by the government technical representative. Contractor must clean up the work area upon completion.
1.4.2 Maintaining Commercial Power: Contractor must service transformers and related equipment in such a way that at least one transformer is energized at all times.
1.4.3 Warranty of Work: Contractor shall warranty any new replacement or refurbished parts, equipment and workmanship for a period of one year from the date of acceptance. Contractor shall, at no cost to the government, promptly furnish and install replacement parts and correct defects in workmanship upon receipt of notice from the government technical representative concerning failure of any part of the system during the warranty period.
1.4.4 Contractor Qualifications: Contractor shall provide proof that all employees that will enter the transformer substation are qualified to work around energized transformers rated 15KV and above. They must submit proof the employees will be able to perform the work required under this contract. This may include trade certifications, validated similar experience, training certificates, past performance, and other documentation that each contractor may feel it beneficial to submit. At all times there must be a licensed journeyman (any state), or higher, electrician at the jobsite. Provide proof of this licensing with proposal package. Each contractor's submitted qualifications will be evaluated to insure they are capable of safely and effectively performing the requirements of this contract. The contractor shall comply with the guidance included in the following publications: the latest versions of OSHA STALLCUP'S
Performance Work Statement
Maintenance of Transformers
13 June 2019
HIGH VOLTAGE AND TELECOMMUNICATIONS REGULATIONS SIMPLIFIED and
OSHA ELECTRICAL REGULATIONS SIMPLIFIED and AIR FORCE INSTRUCTION 32-1064, (25 May,2006), ELECTRICAL SAFE PRACTICES.
1.4.5 Required Submissions: Included as part of the proposal package, each bidder shall provide a proposed standard checklist they will use to perform the inspection/testing and the maintenance indicating what service they will provide. Contractor shall provide proof of liability insurance coverage adequate to cover the maximum cost of damage to the equipment being repaired and serviced. Contractor shall provide test results with final report to the government within thirty (30) calendar days.
Section 3: Government Furnished Property: N/A
Section 4: Additional Information:
4.1 Security: All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the Government installation, shall abide by all security regulations of the installation. The contractor shall obtain from the Government an AF Form 75, Personal Identification Card, for each employee working at Nellis AFB, and AF Form 533, Vehicle Registration Certificate for personal vehicles requiring access to Nellis AFB. When any employee no longer works for the contractor at the installation, the contracting officer representative shall return any Government-furnished identification to the Government. These passes are at no cost to the contractor. Use of photographic equipment is forbidden without express consent of the Contracting Officer.
4.2 Site Protection: Contractor shall replace or repair all existing adjacent surfaces, utilities, equipment, products, vegetation, and structures or parts thereof that have been damaged or removed to perform the work.
4.3 Work Scheduling and Coordination:
All work shall be accomplished on normal duty days during normal duty hours. Normal duty hours are 7AM to 4PM Monday thru Friday except Federal holidays. Work outside these times must be requested and approved through the government technical representative.
4.4 Location: The work site is located on Nellis Air Force Base, NV
4.5 Government Representatives: The contractor will receive designation of the government technical representatives, contracting officer and contract administrator with contract award.
END OF PERFORMANCE WORK STATEMENT

Opportunity closing date
12 September 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Air Force 99 CONS United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?