Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2002 FBO #0291
SOLICITATION NOTICE

J -- Exide UPS equipment maintenance

Notice Date
9/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM NATIONAL INTERAGENCY FIRE CENTER 3833 S DEVELOPMENT AVE BOISE ID 83705
 
ZIP Code
83705
 
Solicitation Number
RAQ022331
 
Point of Contact
Nancy Kay Ryan Contracting Officer 2083875717 nryan@nifc.blm.gov
 
E-Mail Address
Email your questions to Point of Contact above or IDEASEC HELP DESK
(IDEAS_EC@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC), has a requirement for a Contractor to provide any and all personnel, equipment, supplies, permits, licenses, and services necessary to perform maintenance services, as recommended by the equipment manufacturer, on uninterruptible power source (UPS) equipment units manufactured by Exide Electronics. This maintenance service shall cover two Exide Electronics System 150ES model 125 UPS modules to be maintained in a fully operational status according to factory specifications and that will provide the best continuous trouble free operation. Equipment is located at NIFC-BLM, Jack Wilson Building, 3833 S. Development Ave., Boise, Idaho. This is a combined synopsis / solicitation for performance based commercial services 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; no written solicitation will be issued. A firm fixed-price quote under Request for Quote (RFQ) solicitation number RAQ022331 is being requested. It is anticipated the requirement will not exceed the Simplified Acquisition Threshold. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular #2001-09. This procurement is made on an unrestricted basis. The NAICS code for this procurement is 811219 and the size standard is $5.0 million averaged for the past three fiscal years. SPECIFICATIONS: This requirement shall cover a base period beginning October 1, 2002 through September 30, 2003 with four one-year renewal options through September 30, 2007 pending satisfactory service and availability of funds. Should the Government decide to terminate the agreement, written notice shall be made 30 days prior to the effective date of such termination. The Government shall provide adequate working space, facilities, and access for the Contractor's service representative to perform the required services and inspections. The Government shall not perform any equipment modifications, alterations, or relocations without first informing the Contractor and coordinating any necessary actions to ensure contract coverage remains in full effect. The Government shall maintain facilities and the UPS equipment in a reasonable manner by taking the following actions: (a) Maintain an average equipment room temperature of 85 degrees F (30 degrees C); (b) Control environmental room humidity according to equipment specifications; (c) Maintain an atmosphere free of corrosive gases and substances; (d) Inspect air filters and change on a routine basis; (e) Maintain the area clean and free of loose dirt and debris. The Contractor shall provide skilled Journeyman-level service technicians, qualified to perform the required maintenance service on the Exide Electronics systems 150ES in accordance to these specifications. Full Corrective Maintenance Coverage Service: The Contractor shall ensure that the equipment is maintained in a condition that meets the original specifications. Only the materials manufactured for the purpose of operating Exide Electronics systems shall be utilized. The maintenance coverage shall be maintained by including all expenses of materials, tools, labor, travel of service technicians, and all other required expenses for the maintenance and repair of all failures of the Exide UPS system. Emergency Service Response: The Contractor shall furnish a contact point for service requests to be used by the Government for a 24 hours per day, seven days per week call-up basis. The maximum allowable response time shall be 24 hours from the Contractor's receipt of a service request to the arrival of a service representative at the site prepared to perform whatever service is necessary. Expenses incurred for providing this service shall be at no additional cost to the Government. 5.1 Preventive Maintenance Visits on Electronics System: Preventive Maintenance (PM) shall include one major scheduled PM visit per contract year. The first visit shall be performed at the Government's request within approximately three months from the start of contract coverage. This visit shall include detailed inspection of all system parameters and site interfaces with a report to the Government on existing conditions and recommendations toward any corrective actions. The Contractor shall perform the maintenance services as recommended by the manufacturer. A maintenance checklist shall be utilized for recording individual inspection steps and readings. The service representative, upon completion of each repair or scheduled visit, shall sign and verify the checklist and submit it to the Government. 5.2 Preventive Maintenance on Sealed Batteries: The Contractor shall include two PM visits per contract year on sealed batteries performed on a 24 hours per day, seven days per week basis at the Government's request with the first visit no later than three months from start of contract and the second visit approximately six months later. These visits shall include full impedance test of batteries per the manufacturer's recommendations and a detailed analysis of cell performance, voltage, and connection resistances. The visits shall include a complete battery report on conditions, capabilities, and recommended corrective action. 5.3 Emergency Repair Service: Response time from the Government's request for emergency repair service shall be less than 24 hours regardless of the day of the week including weekends and holidays. There shall be no limit on the number of emergency calls available to maintain the equipment's designed operation. 5.4 Performance Check Inspection: The Contractor shall perform one performance check inspection on the system's operations per contract year on a 24 hours per day, seven days per week basis at the Government's request within six months after the major PM visit has been performed. Quality Assurance Plan shall include Task/Subtask: 5.1 PM visit on Exide Electronics system; 5.2 PM visit on sealed batteries; 5.3 Emergency repair service; 5.4 Performance check inspection; Quality Standards: 5.1 Performance of inspection; 5.2 Battery performance and condition; 5.3 Equipment zero down time; 5.4 Contractor's performance inspection compared to actual equipment operational status; Acceptable Quality Level: All tasks/subtasks: On schedule; Means of Measurement: 5.1 Inspection checklist and equipment performance verified by the Government; 5.2 Report verified by Government; 5.3 Response from Government to arrival at site; 5.4 Performance documentation verified by Government; Penalties (P) / Incentives (I): All tasks/subtasks: P: Poor performance evaluation, I: N/A. INSPECTION AND ACCEPTANCE: All tasks/subtasks: Contractor to provide a point of contact, verified, signed maintenance checklists, and records and documentation to validate visits. The Government shall perform random inspections. CLAUSES: The following provisions and clauses apply to this procurement: (a) BLM 1510.037 ELECTRONIC FUNDS TRANSFER PAYMENTS; (b) FAR 52.212-01 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; (c) FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS; (d) FAR 52.212-04 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; (e) FAR 52.212-05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OF EXECUTIVE ORDERS COMMERCIAL ITEMS (the following FAR clauses apply under paragraph (b): 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-19; 52.225-01; 52.225-13 and under paragraph (c): 52.222-41 (DOL, Wage Determination: #1994-2159, Revision No.: 19, Date of Last Revision: 5/28/2002); 52.222-42 (Electrician, WG-2805-10/2, $17.07 per hour (ph); Electrical Equipment Repairer, WG-2854-9/2, $16.16 ph; Electronics Technician, GS0856-9/1, $17.93 ph); 52.222-43); (f) FAR 52.17 02 CANCELLATION UNDER MULTI YEAR CONTRACTS; (g) FAR 52.217-09 OPTION TO EXTEND THE TERM OF THE CONTRACT; (h) FAR 52.232-18 AVAILABILITY OF FUNDS; (i) FAR 52.237-02 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION; (j) 52.222-48 EXEMPTION FROM APPLICATION OF SERVICE CONTRACT ACT PROVISIONS FOR CONTRACTS FOR MAINTENANCE, CALIBRATION, AND/OR REPAIR OF CERTAIN ADP, SCIENTIFIC AND MEDICAL, AND/OR OFFICE AND BUSINESS EQUIPMENT - CONTRACTOR CERTIFICATION; (k) FAR 52.204-06 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER; (l) FAR 52.212-01 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; AND (m) FAR 52.212-02 EVALUATION - COMMERCIAL ITEMS (Factor #1, Technical Capabilities: (a) The Government will evaluate Offerors written plans to accomplish and control work required by this solicitation; (b) A review and verification will be made of the documentation provided on qualified service representatives trained in performing maintenance on the Exide Electronics System 150ES; (c) Offerors will be evaluated on their approach and ability to provide services within the response time under Section C.V; (Offerors will identify the number of service technicians with the required tools to be dedicated to performance of the work effort and will submit documentation of service technicians' training, certifications, and license. Offerors will provide information about their ability to respond to similar projects and discuss their successes or problems. A work schedule plan will be provided for the tasks required in Section C.); Factor #2, Past Performance: (a) Offerors will be evaluated on their completed work, meeting equipment manufacturer's maintenance service specifications standards as demonstrated on past contracts; (b) The Government will consider evidence submitted by the Offerors on corrective actions taken to address past performance difficulties as well as the steps taken to prevent reoccurrence; (Offerors will provide a listing of contracts of similar type and dollar value performed over the past three years. Information should include the name, address, point of contact, and telephone number for the company, period of performance, performance evaluations, and whether the original contract schedule and price were met. If the schedule and price were not met, please provide the reasons why.); Factor #3, Price Realism: (a) Offerors' schedule of item submissions will be evaluated for price reasonableness; (b) Offerors will be selected for award on the basis of their ability to accurately forecast prospective cost and manage a final cost objective by demonstrating compliance to an existing financial plan. (Offerors will identify the prices in accordance with the Section B. The Government may request further information about the financial system used to budget, report, and control expenditures in performance of contracts.) Technical and past performance, when combined, are more important than price.) The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/far/ or upon request from the CO. INSTRUCTIONS TO OFFERORS: Quotes shall be submitted in writing on a SF18, SF1449, or company letterhead and shall include: (1) RFQ number; (2) company name and address; (3) point of contact, (4) phone number, (5) fax number, (6) delivery period in terms of number of days or weeks, (7) unit price, (8) extended price, (9) prompt payment discount terms, (10) answers addressing Factors #1 - #3 listed above, (11) a completed copy of FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS provision and FAR 52.222-48 EXEMPTION FROM APPLICATION OF SERVICE CONTRACT ACT PROVISIONS FOR CONTRACTS FOR MAINTENANCE, CALIBRATION, AND/OR REPAIR OF CERTAIN ADP, SCIENTIFIC AND MEDICAL, AND/OR OFFICE AND BUSINESS EQUIPMENT - CONTRACTOR CERTIFICATION, and Offerors DUNS number. Quotes shall be submitted by October 4, 2002, 12:00 Midnight, local time to the NIFC, BLM, ATTN: Kay Ryan, 3833 S. Development Ave., Boise, ID 83705-5354 or by FAX at 208-387-5574. All responsible offerors may submit a quotation that, if timely received, shall be considered for award.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=LM142201&P_OBJ_ID1=381980)
 
Place of Performance
Address: National Interagency Fire Center Bureau of Land Management 3833 S. Development Avenue Boise, Idaho
Zip Code: 837055354
Country: US
 
Record
SN00169352-W 20020919/020917213745 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.