The Performance Work Statement (PWS) outlines the requirements for a Preventative Maintenance Agreement (PMA) for PAC LP instruments at the Aerospace Fuels Laboratory, Vandenberg Space Force Base. The PMA encompasses maintenance for specific instruments, including the OptiDist and various JFTOT units, with a performance duration of one year. The contractor is responsible for labor, parts, and services necessary to maintain operational efficiency while the government handles consumables. Key operational aspects include a commitment to high-quality service by trained personnel, telephone support for troubleshooting, annual inspections, and maintenance of the laboratory's equipment site requirements. Additionally, contractors must navigate strict security protocols for site access and follow commercial vehicle delivery procedures upon entry to the base. The document emphasizes the importance of maintaining government-owned materials and adhering to original equipment manufacturer standards throughout the contract period, aiming to ensure readiness and safety for mission-critical aerospace operations.
The document is a Single Source Justification for a Preventative Maintenance Agreement (PMA) regarding specialized analytical instruments at Vandenberg Space Force Base’s Aerospace Fuels Laboratory. The contracting activity is under the Air Force Life Cycle Management Center, with an estimated cost of $27,709. The PMA is required to ensure the operational functionality of PAC LP brand instruments essential for fuels management.
The contractor will provide comprehensive maintenance services for specific equipment, including an OptiDist unit and multiple JFTOT units, along with inspection, calibration, and necessary repairs. PAC LP is identified as the sole source for these services due to the proprietary nature of the instruments and the requirement for factory-trained personnel to perform maintenance.
Market research supports this sole source determination, citing no alternative contractors equipped to meet the maintenance requirements. The document outlines efforts to secure competition but concludes that PAC LP remains the only viable option until such instruments are replaced.
The contracting officer, Jennifer Blackford, confirms that the conditions justify single-source procurement based on Federal Acquisition Regulation guidelines. This document reflects critical planning and procurement processes in federal contracting, emphasizing the necessity for specialized services in government operations.