Modular Containerized Small Arms Training System

expired opportunity(Expired)
From: Federal Government(Federal)
H9224018Q1009

Basic Details

started - 14 Feb, 2018 (about 6 years ago)

Start Date

14 Feb, 2018 (about 6 years ago)
due - 22 Feb, 2018 (about 6 years ago)

Due Date

22 Feb, 2018 (about 6 years ago)
Bid Notification

Type

Bid Notification
H9224018Q1009

Identifier

H9224018Q1009
Other Defense Agencies

Customer / Agency

DEPT OF DEFENSE (698429)US SPECIAL OPERATIONS COMMAND (USSOCOM) (2169)NAVAL SPECIAL WARFARE COMMAND (774)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOURCES SOUGHT NOTICEH92240-18-Q-1009PERFORMANCE WORK STATEMENT (PWS)MODULAR CONTAINERIZED SMALL ARMS TRAINING SYSTEMAs of 14 February 20181.0 OBJECTIVEThe Government seeks a qualified Contractor to provide preventative and corrective maintenance for its Modular Containerized Small Arms Training System (MCSATS) located at Pearl City Peninsula. This system consists of four (4) shooting lanes, one (1) sniper (120 ft.) and three (3) for pistol/assault rifle (90ft) in support of the Naval Special Warfare (NSW) personnel.2.0 SCOPE2.1 Each operator must be provided with annual/sustainment instruction and training in advanced shooting skills in order to execute particular assigned mission tasking's directed by SOCOM. The Modular Containerized Small Arms Training System (MCSATS) located at Pearl City Peninsula requires maintenance for performance of training.3.0 REQUIREMENTS3.1 The contractor shall provide qualified technical personnel to complete scheduled preventative maintenance and
unscheduled corrective maintenance on the MCSATS.3.1.1 Scheduled preventative maintenance shall be conducted 2 times per year and shall include but is not limited to:3.1.1.1 Conduct checks and adjustments for systems, cables and connectors, target stops, and all other components of the system.3.1.1.2 Conduct cleaning of debris to include: spent lead, sand and other material.3.1.1.3 Conduct inspections of bullet trap for spent lead, wear, and any other issues that might prevent it from functioning properly.3.1.1.4 Conduct inspection of curtains and hardware.3.1.1.5 Inspect and clean all range intakes and exhaust ports.3.1.1.6 Conduct lubrication of all components requiring lubrication. Conduct inspection checks for belts and motors.3.1.1.7 Conduct test and checks for Freon levels in all applicable units. Conduct full inspection of cleaning coils.3.1.1.8 Conduct all test and inspection checks for all in-line heaters.3.1.1.9 Conduct inspection and test of thermostats (or controllers) for proper operation.3.1.1.10 Conduct inspection and repair air intake and exhaust orifices for gas combustion on HVAC equipment.3.1.1.11 Conduct checks on filters to ensure they are properly seated.3.1.1.12 Conduct instruction of preventative maintenance and operation procedures to NSW personnel.3.1.1.13 Conduct inspection and repair all range hardware.3.1.1.14 Conduct inspection, testing and repair of PA system.3.1.1.15 Conduct inspection and repair of all foam tape and seals around filter racks and doors.3.1.1.16 Conduct lubrication of hinges on the whole system including the back doors.3.1.1.17 Conduct an on-site check of spare parts and supplies and provide a recommended list of spare parts with recommended sources.3.1.2 Unscheduled maintenance shall be conducted within 10 days of written notification provided by the Government and shall include but is not limited to:3.1.2.1 Conduct repairs for any part of the system that is non-functioning.3.2 Contractor Key Personnel Qualifications3.2.1 The Contractor shall provide personnel trained and experienced in providing proper maintenance on the MCSATS.3.2.2 Contractor personnel shall have the knowledge, skills and expertise to meet the requirements specified in this PWS as evidenced in a resume submitted for review.3.3 Contractor Requirements3.3.1 Contractor shall have a minimum three (3) years of experience providing maintenance to MCSATS or similar systems.3.3.2 The Contractor shall provide sufficient personnel to perform all work specified within this contract.3.3.3 The Contractor is required to comply with Public law 105-270, Section 5 (2) (A). This law states that Contractors will not perform inherently governmental functions. Section 5(2)(A) of this Public law defines the term "inherently governmental function" as "a function that is so intimately related to the public interest as to require performance by Federal Government employees." Per Section 5(2)(B), inherently governmental function s include management of Government programs requiring value judgments, conduct of foreign relations, selection of program priorities, and the direction of intelligence and counter-intelligence operations. Per Section 5(2) (C), inherent governmental functions DO NOT include, (i) gathering information for or providing advice, opinions, recommendations, or ideas to Federal Government officials or (ii) any function that is primarily ministerial and internal in nature."3.3.4 When performing work associated with this PWS, the Contractor shall make clear to all individuals they deal with that they are Contractor employees and not DOD personnel when working in any situation where their contractor status is not obvious to third parties. Contractor personnel shall be clearly identified (i.e. company shirt, pin, visible company ID, etc.) in a visible location as to who their employer is. All Contractor produced documents, and/or reports shall be suitably marked as Contractor products or that Contractor participation is appropriately disclosed.3.3.5 Contractor personnel shall not manage, supervise, direct, or task US military, DOD civilians or other personnel not associated with the Contractor while performing the tasks within this PWS.3.3.6 Contractor personnel shall not establish an employee-employer relationship with the US Navy under this PWS.3.3.7 The Contractor shall not provide personal services to Navy personnel. If Contractor employees are directed by any government employee at any time to perform services not covered under this contract, the Contractor shall immediately notify the Technical Point of Contract (TPOC). 4.0 DELIVERABLES4.1 The contractor shall provide the following:Deliverable PWS Ref. Delivery DateQuality Control Plan 10.0 30 days after contract award5.0 CONTRACTOR MANPOWER REPORTINGThe contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2018. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil6.0 CONTRACTOR TRAVEL6.1 Contractor travel associated with this contract will be at the contractor's responsibility.6.2 Contractor costs for Government authorized travel are included in this contract. All travel shall be in accordance with FAR 31.205-46 and applicable travel regulations (Joint, Federal or Standardized). Contractor payment claims shall include applicable documentation to support actual costs incurred (e.g. airfare and hotel/lodging receipts) as well as any receipts valued at or above $75.00. Failure to provide appropriate documentation may result in loss of reimbursement of travel expenses.7.0 SECURITY7.1 No security clearance is required for the contractor.8.0 GOVERNMENT FURNISHED PROPERTY/EQUIPMENT/INFORMATION8.1 Modular Containerized Small Arms Training System (MCSATS) located at Pearl City Peninsula.9.0 QUALITY CONTROL9.1 The contractor shall ensure all maintenance is done in accordance with the manufactures specifications and/or best business practices and shall use the higher of the two standards.9.2 The contractor shall implement and maintain a Quality Control Plan (QCP) to ensure work performed conforms to the scope of work and meets the requirements under this PWS. The QCP shall, at a minimum provide a method for performing inspections; identifying, correcting and preventing problems/defective service; addressing customer complaints, and improving the quality of services over the life of the contract.10.0 QUALITY ASSURANCE10.1 The Government reserves the right to perform inspections and surveillance to evaluate the Contractor's compliance to the contract terms and performance of the requirements in the PWS. The Government will make every effort to ensure that the surveillance methods described below are conducted in an objective, fair, and consistent manner.10.2 Periodic Surveillance. This action occurs when the COR or other Government official observes a deficiency. Examples include evidence from accidents, incidents, or delays. Regardless of where in the line-of-duty the COR observes contractual procedures not being followed, he/she has an obligation to document and report the deficiency to the Contracting Officer.10.3 Contract Discrepancy Report (CDR). In the event of unsatisfactory contractor performance, the COR or CO will issue a CDR that will explain the circumstances and findings concerning the incomplete or unsatisfactory service. The contractor shall acknowledge receipt of the CDR and respond in writing as to how he/she shall correct the unacceptable performance and avoid a recurrence. The Government will review the contractor's corrective action response to determine acceptability and will use any completed CDR as part of an overall evaluation of Contractor performance when determining present or future contractual actions.11.0 APPLICABLE DOCUMENTS11.1 The following documents pertain to this PWS.Document Web LinkAIS Quick Range Training and Maintenance Manual DTD 13 Sept 2011(or most recent version)TM 6290.99-10 Indoor Firing Range Hygiene Guide12.0 PLACE OF PERFORMANCE12.1 Services shall be performed on the NSW Pearl City Peninsula compound in Pearl City, Hawaii.13.0 PERIOD OF PERFORMANCE13.1 The base period of performance is from the date of award for twelve months; plus four twelve month option periods if exercised.

Services shall be performed on the NSW Pearl City Peninsula compound in Pearl City, Hawaii. United StatesLocation

Place Of Performance : Services shall be performed on the NSW Pearl City Peninsula compound in Pearl City, Hawaii.

Country : United States

Classification

713 -- Amusement, Gambling, and Recreation Industries/713990 -- All Other Amusement and Recreation Industries
naicsCode 713990All Other Amusement and Recreation Industries
pscCode JMAINT, REPAIR, REBUILD EQUIPMENT