Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2002 FBO #0292
SOLICITATION NOTICE

J -- Bowling Alley Maintenance

Notice Date
9/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS, 3112 Broadway Ave, Unit 5B, Eielson AFB, AK, 99702-1887
 
ZIP Code
99702-1887
 
Solicitation Number
Reference-Number-FU252221760100
 
Response Due
9/24/2002
 
Archive Date
10/9/2002
 
Point of Contact
Thomas Allman, Contract Admin, Phone 907-377-1123, Fax 307-377-2389, - Thomas Allman, Contract Admin, Phone 907-377-1123, Fax 307-377-2389,
 
E-Mail Address
thomas.allman@eielson.af.mil, thomas.allman@eielson.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Solicitation FU252221760100 is hereby issued as a Request for Quote. This solicitation document and all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09. This acquisition is 100% set-aside for small businesses under NAICS code 713990, which has a small business size standard of $6.0 million. The requirement is IAW the following statement of work: STATEMENT OF WORK- SPACE BOWLING MAINTENANCE SERVICES NONPERSONAL: Contractor shall provide transportation, labor, equipment, tools, supervision and all other items to maintain the bowling center at Clear Air Force Station, Alaska in strict accordance with the statement of work (SOW) 1. The contractor shall maintain the lanes in accordance with the American Bowling Congress (ABC) specification. Contractor shall provide proof of a bowling center maintenance certification from Brunswick, or equivalent in accordance with the American Bowling Congress to the Contracting Officer prior to performance under contract. The contractor shall maintain the bowling machines in accordance with the Brunswick Pinsetter Manual. The contractor as recommended by the Brunswick Pinsetter Manual will establish the preventive maintenance schedule. 2. The contractor shall order through the Government, and the Government will provide, all parts and supplies to maintain the bowling facility including benchstock inventory. Orders for parts and supplies will be submitted in writing to the Government representative with the date and signature of the contractor representative. 3. The contractor shall maintain benchstock inventory at adequate minimum levels to ensure timely performance of daily, weekly, periodic, and preventive maintenance. The contractor shall use a control log or equivalent to ensure control and accountability of benchstock inventory and parts and supplies ordered. The Government reserves the right to stock only those items it deems necessary. 4. The Government will procure a Brunswick Corporation ABC pre-season or high score certifier annually, prior to season start-up. 5. The contractor will provide a storage space within the bowling center area, approximately 10'X9' for storage of materials, supplies, and tools for the operation of this contract. 6. A Government furnished property (GFP) walk-thru will be conducted not later than contract start-up. The walk-thru will be conducted to ensure all Government furnished property listed in the contract is in working condition and to identify inventory levels and immediate ordering requirements to fill bench stock adequate minimum levels. GFP not found in working condition at the start of the contract will be reported to Government representative at that time.The contractor shall perform all tasks in this statement of work. Daily maintenance, weekly maintenance, periodic maintenance, and as required repair contractor tasks include but are not limited to: DAILY MAINTENANCE: Daily maintenance will be accomplished one hour prior to opening and thereafter to meet minimum standards throughout all operating hours. a. Ensure that no machine is down for more than one day (24 hours), unless consent is given by Bowling Manager (Government). b. Keeps maintenance records on six (6) bowling lane machines. c. Perform repairs, maintenance, and adjustments on six (6) overhead monitors, six (6) keypads, six (6) pin sensors, three (3) lane group processors (LGP), and three (3) Ethernet hubs, three (3) pinsetter interface boxes. d. Check, lubricate, clean, and document preventive maintenance performed in accordance with this statement of work for proper overall operation of six (6) bowling lanes. e. Clean bowling pins as required, check for broken or cracked pins. Repair as needed and replace bowling pins when no longer serviceable, replacing with new pins. f. Will be present during all required hours of operation to perform pin chase and repairs. g. Dust gutters and sweep approach from foul line to bowlers area as needed to maintain the approach free of dirt, dust, streaks and other foreign objects. h. Ensure the bowlers pit (bowlers pit is the entire blue vinyl area) is maintained free of litter, dust, and soil. Sweep, mop, and wipe down scorers and bowlers pit. i. Condition approaches with cleaner (except for Thur, Sat, Sun). Conditioning will be done prior to opening and early enough to allow use during operating hours. j. Operate Government owned lane-a-duster providing complete servicing of lanes up to and including pushing pins off into pits. Oil lanes using Government furnished oil applicator, ensuring oil does not get on the pin decks or approaches. Adjust, repair, and maintain the lane-a-duster in accordance with manufacturers manual (s). k. Maintain a pinsetter maintenance record for each bowling machine by month. OPERATING HOURS: a. Hours of operation are Monday thru Wednesday 6:00 PM to 10:00 PM, Thursday Closed, Friday 6:00 PM thru 10:00 PM, Saturday and Sunday 6:00 PM to 9:00 PM. Evaluation of offers will be performed on the basis of price. The following clauses and provisions are hereby incorporated by reference: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications -- Commercial Items; 52.212-3 (ALT III); 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items; 52.217-8 Option to Extend Service 52.217-9 Option to the Term of the Contract 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity;52.222-35, Equal Opportunity for Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans;52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41, Service Contract Act of 1965, as amended; 52.232-33, Payment by Electronic Funds Transfer - - Central Contractor Registration; 52.233-3, Protest After Award; 52.247-34, F.O.B. Destination; 52.253-1, Computer Generated Forms; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004, Required Central Contractor Registration; 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.225-7009, Duty Free Entry -- Qualifying Country Supplies (End Products and Components); 252.225-7036, Buy American - North American Free Trade Agreement; 252.225-7036, Alt I, Implementation Act - Balance of Payments Program; Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, along with its alternates I and III. Wage Determination # 94-2017 rev 27 applies to this procurement in full force and effect. Applicable employee class(es): General Maintenance worker, Minimum wage rate $20.43. Submit signed and dated quotes to 354 CONS/LGCB, by Fax to (907) 377 - 2389, by email to thomas.allman@eielson.af.mil, or by mail to 3112 Broadway Ave Unit 5B, Eielson AFB AK 99702-3112. Quotes must be received no later than 1630 (4:30pm) AST, 24 Sep 2002 to be considered for award. If any information regarding the solicitation is required, please contact SSgt Thomas Allman in any of the above methods, or by telephone at (907) 377 - 1123. The Government reserves the right to award without discussions.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/PAF/354CONS/Reference-Number-FU252221760100/listing.html)
 
Place of Performance
Address: Clear AFS Alaksa
Zip Code: 99702
Country: USA
 
Record
SN00170822-F 20020920/020918222238 (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.