Extending the solicitaton until Monday July 28th 2025 for the convenience of the Government. Thank you.
Site Visit is scheduled and highly recommended. On Site visit Wednesday, July 16, 2025 at 1 pm PDT. For a site visit appointment, the point of contact is Mr. Larry Grantham, Assistant Materiel Readiness Officer . Participants as instructed will meet at USMC/MCAGCC/MAGTFTC Twentynine Palms, CA, 92278.
PERFORMANCE WORK STATEMENT (PWS)
WASHERS and DRYERS Preventive Maint (PM) & Corrective Maint (CM) Repair Services
Exercise Support Division
SECTION 1 – INTRODUCTION
1 DESCRIPTION OF SERVICES: The purpose of this Indefinite Delivery Indefinite Quantity (IDIQ) requirements contract is to provide all tools, supplies, equipment, labor, supervision for corrective maintenance (CM) repairs, and Preventive Maintenance Inspection and Service (PMIS) of Government owned washers and dryers at the buildings located at Exercise Support Division (ESD) (BLDG #2067, 2063)/Exercise Logistics Coordination Center (ELCC)(BLDG # 5414) on Marine Corps Air Ground Combat Center (MCAGCC) Twentynine Palms, CA. All CM repairs shall be performed in accordance with commercial best practices and in agreement with manufacturer warranty terms and conditions for machines under warranty. A monthly maintenance schedule shall be developed within 30 days after the start of the contract, as part of the contractor’s Quality Control Plan. The contractor will be required to perform service calls on all washers and dryers, random visual inspections, and corrective repair.
The number of washers and dryer machines to be serviced, repaired, and/or exchanged from government inventory is currently twenty-three (23) washers and eight (8) dryers at Camp Wilson, and 1 washer and 1 dryer at ESD.
*Attachment Section A - Will be provided upon AWARD – ESD/ELCC WASHER & DRYER QTYS / LOCATION LIST
2. SCOPE OF WORK:
2.1 PREVENTATIVE MAINTENANCE (PM). Each requirement for PM services will be ordered by the government, utilizing individual task orders. Each task order will direct the period of performance (POP) in months with beginning and ending dates. Each washer and dryer on the Washer & Dryer location list (Sec A) must be serviced once prior to each exercise. Contractor will be provided dates and times of the scheduled exercises. The location of each washer and dryer at ESD/ELCC will be provided via building number and location list (Attachment Section A). PM inspection services will include findings on any equipment deficiencies as stated on the PWS.
2.1.1 PM Service pre and post exercise inspection testing shall be conducted on each machine listed in Attachment Section A. A schedule of upcoming exercises will be provided to the contractor at award. There will be a minimum of 3 SLTE exercises per year with a potential for 3 additional exercises where PM services will be needed. The contractor must inspect all units for serviceability/operability and the anticipation of upcoming CM repairs. Any CM repairs that fall outside of regular PM inspection cycle must have Contracting Officer Representative (COR) approval before any future work is validated. PM services shall include but not limited to:
PM Washers:
• Check hoses for wear, cracking, and dry rot
• Adjust drums for balance / suspension
• Remove debris, rust, sand from Hot & Cold-water inlets and clean filters
• Check pumps, valves for wear and leakage, and blockage
• Check drum bearings for wear
• Ensure all screws, clamps, clips, seals, knobs, and hinges are intact
• Test each machine, contacting the COR if further service is required
PM Dryers:
• Remove built up lint from filters, vent and behind dryer
• Check drum bearings for wear
• Check drive belt for wear, cracking, or tears (replace as necessary)
• Check idle pulleys and oil as necessary
• Check ventilation and ensure it is connected and venting properly
• Check gas lines for leakage, and secure connection
• Ensure all screws, clips, clamps, seals, knobs, and hinges are intact
• Test each machine, contacting the COR if further service is required
2.1.2 Any PM findings on repairs that will incur an additional repair will be documented with CM repair estimates and shall be submitted to the COR for review and final approval. Additional issues or un-repairable machines discovered during inspections shall be noted and reported to the COR for validation.
2.1.3 The contractor shall submit a detailed PM Inspection and Service (PMIS) plan and schedule to the COR, for final approval within five calendar days after contract award. The scheduled plan shall include all the PMIS requirements for each specific piece of equipment and inspections to include location; serial numbers, warranty information, day, week, and month the PMIS will be executed. The PMIS schedule will also include CM repair procedures, inspections, and services to be completed. The contractor must provide Safety Data Sheets for all hazardous materials and any other relevant information for the work requirements.
(a) Once the contractors initial PMIS is approved by the COR, PMIS shall be performed by the contractor without further authorization. The contractor must follow and submit to the COR future quarterly schedule plans by the 15th day of the month prior to the month work being performed. The contractor shall strictly adhere to the scheduled PMIS dates to facilitate government authentication of work. If the contractor finds it necessary to reschedule PMIS, a request shall be made to the COR detailing the reasons for the proposed change prior to the original scheduled PMIS. No scheduled PMIS dates shall be changed without approval of the COR.
(b) During PMIS if a determination is made that repairs are required, the contractor shall stop work and complete a detailed report/proposal for the additional repair. The work order proposal shall be submitted to the COR within 1-3 workdays after PMIS is completed.
2.1.4 Services- Performed four times during each 12-month period of the contract at scheduled intervals of approximately 85 to 95 calendar days (duration and frequency can vary based on the exercise schedule).
2.2 CORRECTIVE MAINTENANCE (CM) REPAIRS
2.2.1 CM services provided under this contract shall be in conformance with standard commercial trade practices and be provided promptly and efficiently upon receipt of written task orders for CM service work tickets. The Contractor shall have two (2) working days (48 hours) to respond, after receipt of a written task order for a CM service work ticket, unless otherwise approved by the COR. All materials or parts supplied by the Contractor and used in the CM repair of Government owned appliances, shall be new and conform to the original manufacturer’s specifications, unless otherwise approved by the COR or her/his representative. Rebuilding repairs with salvage parts and/or rebuilt assemblies or sub-assemblies may be used in the CM repair of appliances with prior approval of the COR when such use is standard commercial practice. Rebuilt assemblies or subassemblies shall carry the same warranty as a new assembly or sub-assembly. The Contractor shall annotate repair part numbers on the CM service work tickets and also identify by part number all salvaged repair parts or rebuilt assemblies used for the services. The appliance shall be suitable for immediate use after CM repairs are completed.
2.2.2 MATERIALS/ REPAIR PARTS. The Contractor shall provide all materials and parts (to include control knobs and tubs) necessary to perform contract CM services. The contractor shall procure and validate with the COR, all components, and parts via an approved/certified part’s vendor/distributor for machines that have a current authority to maintain the warranty of the appliances. The contractor shall also validate machine identification numbers prior to conducting CM repairs to ensure adherence to the limited warranty agreements. All components and parts provided by the Contractor shall be new or rebuilt and of the same or better quality, type, style, grade, gauge, finish, class, or size as that used by original equipment manufacturer (OEM), or as required to obtain specific operating characteristics that conform to other components already in place. It is the Contractor’s determination as to what actions are necessary to meet the required CM repair times listed in this PWS.
2.2.3 SUB-MINOR REPAIRS. These are CM repairs performed or parts replaced by the contractor if MCAGCC personnel ‘move in place’ one or more machines and inadvertently damage or disconnect an appliance’s exterior ancillary parts (power cord, water hose, gas hose/line) connecting to utility outlets for the appliance to operate.
2.2.4 SIMPLE KNOB AND LINT SCREEN REPLACEMENTS. This is a simple CM replacement of missing or damaged appliance knobs or lint screens by the Contractor.
2.2.5 MINOR REPAIRS. Typically, these are CM repairs that can be done from the front of the machine. (This includes any repair, not including sub-minor repairs, knob or lint screen replacements, or major repairs.) Minor CM repairs include washer handles, soap dispensers, start buttons, strikes, spring clamps, door catches and door handles. Minor CM repairs include dryer start switch replacement, stove heating element replacement, and items that do not require the appliance to be moved.
2.2.6 MAJOR CM REPAIRS. Any CM repair, not including sub-minor repairs, knob or lint screen replacements, or minor repairs, that requires unbolting and moving washers or dryers, such as bearings, drums, cabinets, pumps, motors, switches, circuit boards, temperature sensors, control panels, timers, agitators, and all other common components.
2.3 ATTEMPTED SERVICE CALLS. An attempt to make a service call occurs when a service call has been received by the contractor, and through no fault of the contractor, service is not provided. This can occur when there is no malfunction of the equipment and the problem is due to operator error, or no Government personnel are present at the service site to provide contractor access to the appliance. The call ticket will be returned to the COR on the same day as the attempt was made. The COR will reissue the order when proper arrangements have been made to access the facility in which the appliance is located. The contractor is entitled to an attempted service call fee, except when contractor’s employee(s) are denied entrance to the installation at the Gate or through the contractor’s negligence. The Contractor will not be entitled to a fee, if the Contractor responds, to a service call that was previously canceled by the Government and the Contractor was notified in advance, or the Contractor does not coordinate with Government personnel to ensure they are available during the service call.
2.4 VENT AND DUCT CLEANING. The Contractor shall clean all lint, buildup and debris from the entire dryer vent duct work that runs from the machine to the wall connection. Dryer vent and duct cleaning shall occur only when deemed necessary, in order to repair or correct the airflow for normal heating of dryers during installation, relocation, or during maintenance service calls for minor or major CM repairs. The entire length of the exhaust vent shall be cleaned on the inside, starting at the dryer connection, and continuing through the air vent, including both horizontal and vertical ducting, terminating at the wall of the building, less facility obstacles that prevent this physical cleaning. The inside of dryers shall be checked for lint buildup and all lint shall be removed in accordance with manufacturer specifications. The Contractor is responsible for connecting and maintaining the connection of electric/gas dryers to the existing utility (electric/gas) and vent outlets. This includes replacing vent hoses, when required, to meet manufacturers venting specifications.
3.0 SERVICE WORK TICKETS. The Service Work Tickets will serve the purpose of documenting the start of CM services/repairs process and to verify the completed CM services/repairs. The appropriate Service Ticket(s) will accompany all invoices submitted. The work ticket shall have a minimum of four parts and shall have clearly marked spaces for the required information. The Contractor shall submit a copy of the final required service work ticket to the COR, for approval no later than 10 days after award.
3.1 ISSUANCE OF SERVICE WORK TICKET(S) PROCEDURES. The Government will utilize and approve service work tickets for all repair services performed under this contract to the contractor via electronic mail. Service work tickets released to the contractor shall be performed within two (2) working days following receipt and approval of the service work ticket. The contractor shall only perform work identified on the Service Ticket unless otherwise authorized by the Contracting Officer (KO) or Contracting Officer Representative (COR). If, during the repair, the Contractor realizes that repair service will exceed the associated CLIN price for Major CM Repairs the Contractor shall immediately notify the COR. At that precise time, the Government will determine if it is more economical to replace the machine or repair it. If repair services cannot be completed within the required time, the contractor must notify the COR in writing of the reason for the delay and the estimated date CM repairs will be completed. The Contractor must obtain a signature from the COR on the service ticket to verify CM repairs have been completed. If no personnel are available to sign the completed service work ticket, the Contractor will immediately notify the COR so that a government representative can validate that the required work has been completed. All completed service work tickets will be forwarded by the Contractor to the COR no later than two (2) working days after work has been completed.
3.3 SERVICE WORK TICKET REGISTER. A work ticket register to account for issuance of all work tickets by work ticket number will be maintained by the COR. This register will indicate the date the work ticket was received d the date the repair was completed. Work tickets will be logged in the same day they are received.
3.4 SERVICE WORK TICKET RETENTION. The contractor will maintain an orderly record system consisting of the following minimum items:
(a) Pending Work Tickets.
(b) Completed Work Tickets.
(c) Listing of Work Tickets not Meeting Required Repair Time.
(d) Technical Manuals Library
(e) Contractor's Quality Control Records Maintained by Date and Time as required by the Contractor's Quality Control Plan.
3.5 DAILY SERVICE TICKET STATUS REPORT. The Contractor is required to keep the Government current with the status of all services and will provide the COR with a Daily Quarterly Service Ticket Status Report via email.
3.6 SERVICE WORK TICKET DISTRIBUTION. The Government will fill out and complete the sections of the service work ticket entitled "TO BE FILLED IN BY GOVERNMENT PERSONNEL". The completed CM service work ticket shall be returned to the COR after completion of repairs. The Contractor shall have two (2) working days after notification to have machines repaired. The COR shall be notified if CM repairs cannot be completed in that time frame. The two (2) working days shall start during the first Service Work Ticket Pick up period after the COR is notified of the need for repair. The start date and time will be noted on the repair ticket.
3.7 COMPLETED SERVICE WORK TICKETS. The Contractor shall provide all the information under the section entitled "To Be Filled in by Contractor" on the service work ticket. The Contractor shall be responsible for obtaining all the information under the section entitled "Individual at Machine Location to Complete this section" on the service work ticket. The Contractor shall turn in all completed service work tickets on the first day following the completion of services.
3.8 INOPERABLE APPLIANCES. Any appliance(s) found inoperable by the contractor during routine inspections, preventive maintenance checks or while repairing other appliances in the immediate area shall be identified by the contractor to the COR to facilitate time processing a service work ticket.
4.0 HOURS OF OPERATION. The Government’s normal work hours are from 0730-1600 (7:30 A.M. – 4:00 P.M.) Monday through Friday excluding Federal holidays. In the event of an emergency, the contractor may be required to perform services on a non-working day at no additional cost to the Government. All or a portion of the effort under this service contract will be performed on Government property. For the purposes of scheduling personnel, the Contractor is hereby advised that the Government installation will observe the following Federal holidays and that access to the installation may be restricted. In the event any of the below Federal holidays occur on a Saturday or Sunday, then the Federal holiday will be observed in accordance with the practices of the Government Installations.
HOLIDAY OBSERVANCE
New Year’s Day 1 January
Martin Luther King Jr. Birthday 3rd Monday in January
President's Day 3rd Monday in February
Memorial Day Last Monday in May
Juneteenth National Independence Day 19 June
Independence Day 4 July
Labor Day 1st Monday in September
Columbus Day 2nd Monday in October
Veteran's Day 11 November
Thanksgiving Day 4th Thursday in November
Christmas Day 25 December
4.1 WORK SCHEDULE ADJUSTMENTS DUE TO EMERGENCY BASE CLOSURES: Upon Government notification (TV, radio, telephone, verbal, etc.) that MCAGCC Twenty Palms, Ca is not on a regular work schedule, the Contractor shall contact the COR and schedule the replacement time for performing the missed services.
5.0 GEOGRAPHICAL AREA OF RESPONSIBILITY: Contract services require travel throughout MCAGCC Twentynine Palms Ca. All washers/dryers will be in one floor buildings. The Contracting Officer Representative (COR) will be located at Building 5429.
6.0 ITEM BREAKAGE AND DAMAGE: The Contractor shall be legally responsible for all breakage and damage (real property and personal property) that may occur inside and/or outside the immediate building due to the fault or negligence of his personnel during the performance of contract services. The Government will submit a Government claim to the contractor, under the disputes clause and issue a Contracting Officer final decision, if no settlement can be reached.
7.0 SAFETY REGULATIONS: The Contractor shall obey and conform to all OSHA and Base Safety Regulations. Base Safety Regulations may be obtained from the Contracting Officer Representative (COR). The Contractor shall maintain accurate records and report to the COR within sixteen (16) working hours after occurrence, exposure data and all accidents resulting in death, traumatic injury, occupational disease, or damage of property, materials, supplies, and/or equipment incidental to contract performance. The Contracting Officer will notify the Contractor of any noncompliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the condition. If the Contractor fails or refuses to comply with safety requirements, the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No part of the time lost due to any such stop order shall be made the subject of claims for extension of time or for excess costs or damages to the Contractor. The COR will coordinate and implement applicable safety rules and regulations prior to commencement of contract work. The Government shall maintain the right to inspect for safety conditions and safe working practices, periodically or as considered necessary, by the Contracting Officer or safety personnel.
7.1 SECURITY CHECKS: Contractor personnel and vehicles shall only be present in locations relevant to contract performance. All Contractor personnel entering the base shall conform to all Government regulations and are subject to such checks as may be deemed necessary to ensure that violations do not occur. Employees shall not be permitted on base when such a check reveals that their presence would be detrimental to the security of the base or that their access has been debarred or suspended by the Installation Commander. Subject to security regulations, the Government will allow access to an area for servicing equipment and/or performing required services. Upon request, the Contractor shall submit to the Contracting Officer questionnaires and other forms as may be required for security purposes.
7.2 PHYSICAL SECURITY: The Contractor shall be responsible for safeguarding all Government property provided for Contractor use. Government facilities, equipment and materials shall be secured at the end of each work period.
8.0 CONTRACTOR PERSONNEL: Contractor employees shall be proficient in their assigned tasks, present a neat appearance, and be easily recognized as Contractor employees by wearing distinctive clothing bearing the name of the company or by wearing appropriate badges. No item of military clothing or clothing resembling military clothing may be worn. All employees of the Contractor must be able to read, write, and understand English. It is the responsibility of the Contractor to comply with all applicable laws regarding the hiring of individuals that are not U.S. citizens. The Contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest nor shall the contractor employ any person who is an employee of the United States Marine Corps, either military or civilian, unless such person seeks and receives approval in accordance with Joint Ethics Regulations.
8.1 EMPLOYEES: The Contractor shall provide a sufficient number of qualified supervisors, administrative employees, journeyman and other personnel to accomplish all contract requirements. Contractor employees shall wear neat and clean clothing when performing contract requirements. Contractor employees must be identified by the company name and employee name on their uniform, or a tag/badge attached to chest area of the uniform. The Government reserves the right to restrict base access of any Contractor employee who violates federal regulations or is identified as a potential threat to the security, safety, health or the operational mission of this base and its population. Debarment or suspended access of Contractor employees shall not be a basis for a claim or equitable adjustment by the Contractor for all costs incurred as a result of said employee being unable to maintain base access. It is the Contractor’s responsibility to ensure that their employees have, and maintain, base access privileges at all times. Contractor employees shall not loiter on or around the base during off duty hours. The removal of such a person shall not relieve the Contractor from providing all deliveries and performance requirements described herein.
8.2 DESIGNATED PERSONNEL: The Contractor and his employees shall prevent unauthorized personnel from using Government assigned keys unless approval is received from the COR.
8.3 PERSONAL SUPPLIES: The Government will not be legally responsible for any Contractor's personal supplies, equipment, materials, or belongings brought into the buildings or on the grounds to perform services. This includes, but is not limited to, loss or damage caused by fire, theft, hurricane, earthquakes, accidents, or other disasters.
8.4 CONTRACTOR UNAUTHORIZED WORK PERFORMANCE: Contractor personnel shall not perform work that deviates from the contract requirements and specifications. If the Contractor deviates from contract requirements and specifications without approval of the Contracting Officer, such deviation shall be at the risk of the contractor and any cost related thereto shall be borne by the Contractor.
9.0 GOVERNMENT PROVISIONS:
9.1 The Government will provide, without cost, the materials and services listed below:
9.2 SERVICES. The Government will furnish military police, fire department, and ambulance service as appropriate while Contractor is present on board the installation. Police, fire, and ambulance service can be requested at telephone number 911. The Government may charge for ambulance service and medical treatment provided by the Government.
9.3 WASHERS/DRYERS. The location and numbers of machines are included in Attachment Section A; however, there may be other government appliances that require services on a case-by-case basis as identified by the COR.
10.0 DOCUMENTS AND REPORTS REQUIRED:
10.1 CONTRACTOR'S QUALITY CONTROL PLAN. In this document, the Contractor shall identify his management concept for ensuring compliance with all the contract requirements. A monthly maintenance schedule shall be developed by the Contractor, within 30 days after the start of the contract, as part of the contractor’s Quality Control Plan. The Contractor shall provide the initial copy within 30 days after contract start date. Thereafter, an updated copy shall be provided within five (5) workdays after each change to plan.
10.2 CONTRACTOR’S ORGANIZATION AND STAFFING PLAN: This document must identify the proposed organization’s staffing plan with a roster of personnel at work on or entering the installation, to include job title, assignment, and work areas. The staffing should be created on the Contractor's estimate of the most economical manpower level. The Contractor shall provide the initial staffing plan as part of the Quality Control Plan. Thereafter, an updated copy shall be provided by the 10th of the following month after each change to plan.
11.0 TASK ORDER ISSUANCE AND MANAGEMENT:
11.1 Task Orders will be issued on either a monthly or semi-annual basis, depending on funding availability.
11.2 If ordered quantities are not realized by the end of the task order period of performance, the Government will make changes to the task order via a bilateral modification to partially terminate incomplete work at the convenience of the Government IAW FAR Parts 12 and 49 (as applicable). Should additional quantities be required before expiration of a task order, the Contracting Officer will issue a new individual task order.
11.3 MANAGEMENT AND QUALITY. The Contractor shall be responsible for the management and quality control actions to meet the terms of this contract. The Government will provide quality assurance to ensure that the terms of the contract standards are achieved. The Contracting Officer’s Representative (COR) will make periodic inspections to evaluate the performance objectives.
12.0 CONTRACTING OFFICER REPRESENTATIVE (COR):
12.1 RESPONSIBILITIES. The COR performs surveillance and inspection of repair services and/or services required under this contract. The COR determines the adequacy of Contractor performance per contract specifications, ensures compliance with contract performance requirements, and advises the Contracting Officer of any factors that may cause work performance delays. The COR cannot authorize deviations from contract requirements and specifications.
The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract. The Contractor shall not consider any order, statement, or conduct by Government personnel who visit the Contractor’s facilities or in any other manner communicate with Contractor personnel during performance of this requirement as a change to the terms and conditions of the contract. The Contractor shall not comply with any order (verbal or written), direction or request of any Government personnel unless it is issued, in writing, by the Contracting Officer. In the event the Contractor or Contractor personnel effect any change to this contract by direction of any individual other than the Contracting Officer, the Contractor will have done so without authority and shall bear all costs associated with such change or work performed.
12.3 UNACCEPTABLE PERFORMANCE. When performance does not meet the terms and conditions of this contract, written (letter, fax, or email) documentation will be prepared by the COR that documents how performance is unacceptable. This documentation will describe the unacceptable performance, referencing the contract paragraph number(s), date, and the time the unacceptable performance was observed. The documentation will be submitted to the Contracting Officer within two workdays of each occurrence. Remedies are delineated with the Performance Requirements Summary. If the contractor does not address and remediate poor performance, termination for cause procedures may begin in accordance with the FAR 12.403 Termination and FAR Clause 52.212-4.
12.4 FINAL RECEIVING REPORT. The COR will submit a final receiving report stating that all services and supplies have been received, inspected, and accepted to the Contracting Officer within five workdays of the ending of the contract period.
12.5 SURVEILLANCE. The COR is designated by the Contracting Officer to perform technical surveillance and receive deliverables in compliance with the Performance Work Statement.
12.6 INSPECTIONS AND ACCEPTANCE. The responsibility for inspection and acceptance of the deliverables furnished under this contract rests with the COR, or in his/her absence an authorized representative(s). Inspection and acceptance of all deliverables will be accomplished at the end of each month during the period of performance. Inspection and acceptance will be performed at the location where work has been performed.
12.7 DAMAGED MACHINES. The Contractor shall notify the COR immediately, or at a minimum the same day of discovery of any machines that are thought to have been damaged.
12.8 PERFORMANCE EVALUATION MEETINGS. The Contractor or a Contractor representative, that has been designated in writing by the Contractor with the authority to act on the behalf of the Contractor, shall meet at least weekly with the Contracting Officer’s Representative (COR) or the Contract Specialist in his/her absence during the first month of the contract, if deemed necessary by the Contracting Officer. Meetings will be held as often as necessary thereafter as determined by the Contracting Officer, but no less than one (1) per year. A mutual effort will be made in these meetings to resolve all problems identified.
12.9 IMMEDIATE REPAIR (48-HOURS). When the Contractor’s repair technician(s) determines that additional CM repairs, either minor or major CM repairs, are required for one or more machines the Contractor will contact the COR in order to coordinate the immediate repair and/or next day service work ticket, as approved by the COR.
13.0 PERFORMANCE REQUIREMENTS SUMMARY (PRS): The contract service requirements are summarized in performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimally Acceptable Quality Levels (AQL) of service required for each requirement. The PRS and the Contractor’s Quality Control Plan provide information on contract requirements, the expected level of Contractor performance and the expected method of Government surveillance and confirmation of services provided. These thresholds are critical to mission success. Procedures as set forth in the FAR 52.212-4 (a), Contract Terms and Conditions – Commercial Items, Inspection/Acceptance, will be used to remedy all deficiencies. During the initial 30 days of the contract, two additional errors on each task shall be allowed to identify normal phase-in problems.
The performance standards for this PWS are stated in the PRS below.
Outcome
Performance
Inspection
Stakeholder
Outcome
PWS
Sect
Standard
AQL
Inspector
Method and Frequency
Inspection of units for serviceability/operability and anticipating upcoming repairs.
2.1.1 to 2.1.4
Troubleshoot all laundry machines in accordance with the task order.
No more than one instance of not performing PM services on a required machine per quarter. No more than two instances per year.
COR
Upon initial assessment at the worksite, and at completion of the task order.
Repairing machines not in operation with trouble shooting and parts brought by vendor.
2.2 to 2.2.2
Contractor shall service machines as required.
No more than one instance of not servicing a machine previously identified as unserviceable.
COR
On site repairs between January-March, June-October; customer use will determine customer frequency.
Replacing missing parts of machine i.e. washer/dryer knobs and switches that are missing.
2.2.3 to
2.2.4
Contractor shall repair and service washer and dryer machines in accordance with standard commercial practices and any other requirements in individual orders.
No more than three instances of washer and dryer machines missing required replaced parts determined at time of PM.
COR
COR will inspect upon completion of each of the scheduled visits per year.