Federal Bid

Last Updated on 02 Jul 2019 at 9 PM
Sources Sought
Holloman air force base New mexico

Centrifuge Disassemble

Solicitation ID SS030703
Posted Date 22 Dec 2010 at 5 PM
Archive Date 02 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4801 49 Cons Lgcp
Agency Department Of Defense
Location Holloman air force base New mexico United states
NOTICE OF SOURCES SOUGHT SYNOPSIS/REQUEST FOR INFORMATION (RFI).  There is no solicitation available at this time.  Requests for a soliciation will not receive a response.  This Sources Sought Synopsis is in support of a market survey being conducted by the Holloman Air Force Base (HAFB), NM to determine potential sources available to disassemble the G-LAB Human Centrifuge System.  A DRAFT Statement of Work (SOW) is posted below for your review, the final SOW will follow in the solicitation.


DRAFT
STATEMENT OF WORK (SOW)
FOR
REMOVAL & PACKAGING OF
G-LAB HUMAN CENTRIFUGE SYSTEM

1 SCOPE:

This SOW covers the disassembly, packaging, and loading of the G-Lab Human Centrifuge System onto Government supplied trucks for delivery to Defense Logistics Activity (DLA) Disposition Services Holloman. The centrifuge system is comprised of the gondola, the arm, the pedestal, the motor, the drive shaft, and the control room monitors/workstations. The centrifuge system must be disassembled, removed, packaged, and loaded in such a way that the device can be reassembled and returned to a working condition at a later date.
2 APPLICABLE DOCUMENTS:

2.1 SAFETY: Contractors shall comply with all applicable OSHA, AFOSH, and fire safety regulations and or instructions.

2.2 ENVIRONMENTAL: Contractors shall comply with all applicable Federal, State, and local environmental laws in the use of ozone depleting substances or other hazardous and non-hazardous materials. Copies of applicable MSDS will be available for review in Building 520. Prevention, clean-up, and fines (if any) resulting from the performance of this Work shall be borne exclusively and entirely by the Contractor.

3 REQUIREMENTS:

3.1 DESCRIPTION OF WORK: The Contractor shall provide all qualified personnel, labor, tools, supervision, materials, equipment, and transportation necessary to disassemble, package, and load the G-Lab Human Centrifuge System onto Government supplied trucks for delivery to Defense Logistics Activity (DLA) Disposition Services Holloman.

3.2 PERFORMANCE LOCATION: The centrifuge system is located on Holloman AFB inside Building 520, 8th Street, Holloman AFB, NM 88330.

3.3 HOURS OF OPERATION: Maintenance shall be accomplished during hours of 0700 -1700, Monday through Friday.

3.4 PERFORMANCE PERIOD: The Work shall be completed and all Contractor personnel, equipment, vehicles shall be removed from Holloman AFB within 60 days of the award date.
3.5 EMERGENCY CALLS: The Contractor shall provide an emergency point of contact to the Contracting Office Representative (COR). The Contractor shall respond to emergencies within two hours.

3.6 INSPECTION AND ACCEPTANCE: Any deficiencies identified in writing shall be corrected by the Contractor within the Performance Period at no additional expense to the Government. The Contractor shall immediately report any discrepancies which could cause delays in the progress of the Work.

3.7. SECURITY: Project is unclassified - access to classified information not required.

3.7.1. Illegal Aliens. The contractor shall not hire an illegal alien to work or perform any service on Holloman AFB. Employees who are not U.S. citizens can only be persons
possessing a current resident alien immigrant status (Green Card) or if a non-resident
immigrant must possess a current Employment Authorization Document. While on
Holloman AFB, non-U.S. citizen employees must be able to produce for inspection the
appropriate credential: Green Card or Employment Authorization Document. Any
illegal alien found on the installation shall be immediately detained by the base security
forces and barred from the installation.

3.7.2. Foreign Nationals. The contractor must obtain foreign national visitor approval
for all employees requiring access to Holloman AFB who are not U.S. citizens. The 49
MSG/CC is the approval authority; the 49 MSG/CC may delegate approval authority to
the 49 SFS/CC.

(1) During increased force protection conditions Bravo through Delta, the
contractor must submit requests for all foreign national employee approvals through the Contracting Officer to the 49 MSG/CC or 49 SFS/CC (if delegated) using the Holloman AFB Foreign Visit Request Form (available at the Holloman
AFB Welcome Center).

(2) Once coordination through the Contracting Officer has been completed, the
Holloman AFB Foreign Visit Request Form shall be forwarded to 49 SFS/S5AV for coordination. 49 SFS/S5AV will submit the completed form to the 49 MSG/CC or
49 SFS/CC (if delegated) for approval. The Contracting Officer listed on the
Foreign Visit Request Form will be contacted when a final decision has been made.

(3) The Foreign Visit Request Form will be maintained by 49 SFS/S5AV and the
Air Force Office of Special Investigation until the visit end date.

(4) Employees who are not U.S. citizens will not be allowed to enter the
installation until properly approved via the procedures outlined above.

3.7.3. Listing of Employees. The contractor shall maintain a current listing of employees that require access to Holloman AFB. The list shall include the employee's name, social
security number and type of investigation if contract work involves unescorted entry to
Air Force (AF) restricted areas or other sensitive areas designated by the installation
commander. The list shall be provided to the Program Manager and sponsoring agency
security manager. An updated listing shall be provided when an employee's status or
information changes (i.e. terminated for cause, reassignment, retirement, etc.) or when
a new employee is added.

3.7.4. Security Training. The contractor ensures all employees receive security
education training from the sponsoring agency (49 MDG) security manager. Training must be conducted IAW DOD 5200.1-R, Information Security Program, and AFI 31-401,
Information Security Program Management.

3.7.5. Pass and Identification Items. The contractor shall ensure the pass and identification items required for contract performance are obtained for employees. Employees shall only be granted access to the installation to perform functions directly related to their respective contract.
3.7.6. Retrieving Identification Media. The contractor shall return all identification
media from employees who depart for any reason before the contract expires; i.e.,
terminated for cause, reassignment, retirement, etc. The contractor will notify the
Government within 24 hours when unable to retrieve identification media from contract
employees.

3.7.7. Travel Restrictions. Contractors are prohibited in areas of the installation other
than their appropriate place of work and the routes to and from installation entry/exit
points.

3.7.8. Traffic Laws. The contractor and its employees shall comply with base traffic
regulations. Traffic regulations include, but are not limited to:

(1) Employees shall wear a seatbelt when operating or riding in any military, contractor-owned, or privately-owned vehicle while on the installation.

(2) Speed limits on Holloman AFB are 30 MPH unless otherwise posted. Be aware of reduced speed limits and exercise caution when driving in base housing and school zones.

(3) All vehicle operators on the installation shall not use cell phones unless the vehicle is safely parked or unless they are using a hands-free device. The wearing of any other portable headphones, earphones or other listening devices (except for hand-free cellular phones) while operating a motor vehicle is prohibited.

3.7.9. Weapons, Firearms, and Ammunition. Employees are prohibited from possessing
weapons, firearms, or ammunition on themselves or within military, contractor or
privately-owned vehicles while on Holloman AFB.

3.7.10. For Official Use Only (FOUO). The contractor shall comply with DoD 5400.7-R,
Chapter 4, DoD Freedom of Information Act (FOIA) Program, requirements. This regulation sets policy and procedures for the disclosure of records to the public and for marking, handling, transmitting, and safeguarding FOUO material.
3.7.11. Reporting Requirements. Contractor personnel shall report to an appropriate
authority any information or circumstances of which they are aware may pose a threat
to the security of DOD personnel, contractor personnel, resources, and classified or
unclassified defense information.

3.7.12. Physical Security. The contractor shall be responsible for safeguarding all
Government property and controlled forms provided for contractor use. At the end of
each work period, all Government facilities, equipment, and materials shall be secured.

4 GOVERNMENT-FURNISHED PROPERTY AND SERVICES:
4.1 The contractor will be permitted to use electrical resources available on site to complete the disassembly, removal, and packaging described in this SOW.

4.2 The Government will provide fire protection services. There are no emergency medical services available at Holloman AFB; therefore the contractor must dial 911 for emergency medical services.

The information is requested for market research and is not a solicitation announcement for proposals. No contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Responses should focus on your firm's technical capability to provide this service. Responses to this synopsis will be used for market research to determine under what, if any, set aside procedures this acquisition will be conducted. Small businesses (including veteran-owned, service-disabled veteran-owned, HUBZone, disadvantaged, and women-owned, and other small businesses) are particularly invited to respond to express interest in submitting a proposal and to provide information as to their qualifications.The corresponding NAICS is 811219. All other miscellaneous manufacturing. SIC: 3728. The corresponding size standard is $19.0M. Interested firms should submit information on their experience and capabilities to satisfactorily perform the requirement either electronically or via hard copy to the following address: Gloria Gonzales, Contract Specialist, 49th Contracting Squadron, 490 First Street, Suite 2160, Holloman AFB, NM 88330. E-mail: [email protected], fax 575-572-7333. Capability statements of up to 10 pages in length may be submitted to the contracting officer. POINTS OF CONTACT: Gloria Gonzales, 575-572-7828, Laura Buehler, 575-572-0671.

Bid Protests Not Available

Similar Past Bids

Location Unknown 25 Jan 2011 at 10 PM
Washington District of columbia 05 Aug 2004 at 5 AM
Ohio 23 Oct 2019 at 4 AM
Crane Indiana 17 May 2019 at 4 PM

Similar Opportunities

Leavenworth Kansas 31 Jul 2025 at 8 PM
Houston Texas 14 Jul 2025 at 7 PM
Houston Texas 14 Jul 2025 at 7 PM
Louisiana 24 Jul 2025 at 3 PM