Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2004 FBO #1110
MODIFICATION

S -- 934 Airlift Wing Elevator Services

Notice Date
12/8/2004
 
Notice Type
Modification
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 934 CONF/LGC, 760 Military Hwy, Minneapolis ARS, MN, 55450-2100
 
ZIP Code
55450-2100
 
Solicitation Number
FA6633-05-Q-0001
 
Response Due
12/17/2004
 
Archive Date
1/18/2005
 
Point of Contact
Elsie Barnaby, Contract Specialist, Phone 612-713-1431, Fax 612-713-1425, - Darcee Copus-Sabart, Contracting Officer, Phone (612) 713-1432, Fax (612) 713-1425,
 
E-Mail Address
elsie.barnaby@minneapolis.af.mil, darcee.copus-sabart@minneapolis.af.mil
 
Description
I. This is a combined synopsis-solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. II. The solicitation number is FA6633-05-Q-0001 and is issued as a Request for Quotation. III. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25, 5 October 2004. IV. This acquisition is pursuant to FAR 19.10, Small Business Competitiveness Demonstration Program, therefore will be solicited on an unrestricted basis. The North American Industry Classification System (NAICS) is 238290, (Other Building Equipment Contractors) and the size standard is $12 Million. V. Performance period to be One (1) Basic year (1 January 2005 through 31 December 2005) with Two (2) Option Year Periods, (1 January 2006 through 31 December 2006 and 1 January 2007 through 31 December 2007). a. Furnish all labor, equipment, management, supervision, personnel, and tools necessary to provide monthly inspections and periodic preventive maintenance on seven (7) elevators located at the 934th Airlift Wing Air Force Reserve (AFRC) Minneapolis ARS, in a manner that will ensure continuous and safe operation in accordance with the Statement of Work and Wage Determination 94-2287 (Rev 27) dated 23 July 2004 b. Furnish all labor, equipment, management, supervision, personnel, and tools necessary to provide for service calls for elevators in a manner that will ensure continuance and safe operation in accordance with the Statement of Work and your firm’s hourly billing rates for repair. VI. Installation Security is enforced, therefore a list of all elevator repairmen, drivers, (as well as any other contractor personnel requiring access) containing all drivers names and valid drivers license numbers must be provided for access, and remain updated. In the event of unexpected world events, increased security requirements may be incorporated such as, restricted access to the installation, or specific locations, incorporating escorts for drivers during their routes, delays in allowing access, etc. Offerors: Please ensure you submit pricing for the option years as well as the basic year. Work shall be the same as the basic year, but for the option periods identified in paragraph V above. In the event of any requested work outside the scope of the contract, costs shall be negotiated on an as needed basis and mutually agreed between the government and the contractor. Contractor shall include all applicable fees or other miscellaneous charges in their cost proposal. The U.S. Government is tax exempt. VII. Services shall be performed at the 934th Airlift Wing, Minneapolis ARS, MN in three locations, Bldgs 707, 760, and 801. VIII. Provisions 52.212-1, Instructions to Offerors – Commercial Items is applicable. IX. Provision 52.212-2, The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (a) Technical capability of services offered to meet Government requirements, to include Minnesota State Requirements and past performance, and (b) cost or price. Technical capability and past performance, when combined, are approximately equal to cost or price. The government will evaluate offers for award purposes by adding the total price of the options to the total contract price for the basic requirement, and evaluate all capability statements and past performance information offered by contractors. Offerors must meet or exceed all Federal, State, local and environmental laws of Minnesota. The government may determine that an offer is unacceptable if the option price is significantly unbalanced or offer does not meet all requested proposal criteria. Evaluation of options shall not obligate the government to exercise the option. X. Offerors must submit a completed copy of provision 52.212-3, Offeror Representations and Certifications – Commercial Items with its proposal to include past performance (not less than 5 client references for the past three years) and capability information (state licensure) and proposed pricing. Pricing will include a lump sum amount for inspection and maintenance services and an hourly rate for service calls for each of the three years. XI. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. XII. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, DFARS Clauses 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, and 252-204-7004, Required Central Contractor Registration (register at http://www.ccr.gov), are applicable to this acquisition as well as other minor clauses (complete list provided upon request). In addition, Clauses 52.217-5, Evaluation of Options, 52.217-8, Option to Extend Services, 52.217-9, Option to Extend the Term of the Contract, and 52.232-19, Availability of Funds for the Next Fiscal Year, apply to this acquisition. The Service Contract Act of 1965, as amended, applies. Wage Determination 94-2287, Revision 27, dated 23 July 2004 for Hennepin County MN will be incorporated into resultant contract and updated as necessary upon exercising of option years. All other Clauses and Provisions that may be applicable can be obtained via the Internet: http://farsite.hill.af.mil or http://www.arnet.gov/far XVI. A Firm Fixed-Price contract will be awarded. Signed and dated offers must be submitted to Operational Contracting Office, 934 CONF-LGC, 760 Military Hwy, Minneapolis ARS, MN 55450-2100, ATTN: Elsie Barnaby on or before 2:00 p.m, 15 December 2004. Contact Elsie Barnaby, 612-713-1431; fax 612-713-1425, or email: Elsie.Barnaby@Minneapolis.AF.mil for any further information or assistance. Facsimile offers are acceptable to 612-713-1425. STATEMENT OF WORK FOR ELEVATOR INSPECTION, MAINTENANCE, AND REPAIR 1. DESCRIPTION OF SERVICES. The Contractor shall provide all management, tools, supplies, equipment, and labor necessary to maintain and repair the elevators at 934 Airlift Wing in a manner that will ensure continuous and safe operation. Following is a list of elevators and their locations. Locations Lodging, Bldg 707 Four (4) Schindler Hydraulic Passenger Elevators MPH 11, 3500# capacity, 10 FPM, 4 stops One (1) Schindler Hydraulic Passenger Elevator 300A, 2500# Capacity, 150 FPM, 2 stops Supply, Bldg 801 One (1) Dover Passenger Elevator HQ, Bldg 760 One (1) Passenger Elevator 1.1. MAINTENANCE SERVICES. The contractor shall perform annual inspections of all elevators. 1.1.1. The contractor shall perform preventive maintenance during each annual inspection to ensure reliable and continuous safe operation. The maintenance work shall be in accordance with commercial practices or manufacturer’s specifications, if available, and shall be intended to maintain the elevators in safe and reliable operating condition until the next scheduled maintenance. Inspection reports shall include the items listed below: · Serial number must be correctly written. · Separate summary reports must be generated for different buildings. · Include inspection date. · Signature of inspector or mechanic is required. · Hand writing must be legible. 1.1.2. The contractor shall prepare and submit a written report within two-business days of the annual inspection. The report shall identify each elevator, the location, maintenance work performed, repairs needed, date of inspection, name of inspector, and overall condition of the elevator. If repairs require work considered over and above routine maintenance work, the contractor shall notify the Contracting Officer for appropriate decision and action. 1.2. MAINTENANCE OPERATIONS. 1.2.1. Monthly Inspections. The following shall be performed at monthly intervals. 1.2.1.1. Car Operation. Contact the building representative and ask him if he has any comments on the performance of the equipment. Investigate any reports of faulty operation. Then ride each car and observe and note the riding quality, car stop and door operation. Check safety ray and saf-t-edge, see that they are operating properly. Investigate any unusual noise or condition and make necessary corrections. 1.2.1.2. Control Panel. 1.2.1.2.1. Observe the operation of the equipment while the system is in normal operation. Check the sequence of operation, look for any sign of faulty operation. Is there any sign of excessive heat, noise or dirt? Be on the lookout for telegraphing or slow relays. CAUTION: Never disturb relays that affect the operation of the elevator or the doors while the car is in service. 1.2.1.2.2. Shut down the equipment as required and make a physical inspection of all parts. Examine such items as air gaps, control follow up, worn contacts and shunts and coil insulation. Check, adjust if required and record the rectified voltage. Test firefighter service. 1.2.1.3. Hydraulic Power Unit. Remove the covers and observe the operation of the power unit as the car makes a run in each direction. Look for any oil leaks or unusual noise. On the up run the pump should run for approximately one second after the car stops. Correct any oil leaks. Replace covers. Check the level of the oil in the reservoir. Keep a record of any oil that is added. Any lost oil indicates an oil leak. This condition must be corrected. 1.2.1.4. Pit, Jack and Piping. Park the elevator high enough to safely enter the pit. Install a support to prevent the elevator from moving down. Clean the pit equipment and the pit floor. Inspect the jackhead and piping for leaks. Check Jack overflow bottle. 1.2.2. Every three (3) months inspection. The following shall be performed at 3 month intervals. 1.2.2.1. Car Top Operator. 1.2.2.1.1. Clean the car top and all accessible equipment. 1.2.2.1.2. Examine the door operator for normal operations. Note the speed, checks and final stop in both directions. Check the mechanical parts. See that the belts are properly adjusted and all hardware is tight. 1.2.2.1.3. Open the control box and clean all the equipment with a small brush. Make sure all wire connections are tight. Make sure control cams are tight on the shaft. Wipe the cams clean and apply a light film of Weeco grease, or equivalent, to the working surface. Examine the gate switch adjustment. 1.2.2.1.4. Check the condition of the relating cables, tracks, hanger rollers and door gibs. 1.2.2.1.5. Clean all accessible parts. 1.2.2.1.6. If an operator appears sluggish, be sure it is properly lubricated before any electrical adjustments are attempted. 1.2.2.1.7. Wipe any existing dirt or lubricant from the door hanger rails and apply a light film of Weeco grease, or equivalent. Clean the track in the door sill. 1.2.2.1.8. On bi-parting doors and car gates with manual operation, wipe a light film of oil on the load chains. Most power operated door load chains or cables require no lubrication. Try a dry lubricant on the door guides. 1.2.3. Semi-Annual Inspection. The following shall be performed semi-annually. 1.2.3.1 Safety Edge. Clean all parts with a brush. Examine for loose or worn parts. Check electrical and steel cables for wear and adjustment. Eliminate rattles and other noise. Be sure it extends and retracts properly. Examine the switches for correct adjustment. 1.2.4. Annual Inspection. The following shall be performed annually. 1.2.4.1 Roller Guild Shoes. Check roller guides for good alignment, loose hardware, fatigued rubber bushings, noisy bearings and worn rollers. 1.2.4.2. Car Station. Remove the car station cover and clean the unit with a clean brush, a vacuum or both. Tighten all wire connections. Check the operation of the buttons and switches. 1.2.4.3. Hatch Doors. 1.2.4.3.1. Clean all accessible equipment. Examine and adjust the relating cables, upthrust rollers and check the hanger rollers for wear. Tighten all hardware. 1.2.4.3.2. Clean and examine the interlock. Look for any parts that show wear and see that parts are working freely. Be sure that the interlock is adjusted properly. Tighten wire connections and examine the contacts. Adjust if necessary. 1.2.4.3.3. Check the door gibs for wear and tightness. 1.2.4.3.4. Clean the door sill. 1.2.4.4 Hatch Slow Down and Limit Switches. Keep the switches clean. Depress the switches to see that they operate properly. Generally, these switches require no lubrication. 1.2.4.5 Control Panel Connection and Wiring. Operation the main line circuit breaker. Check heavy wire terminals devoting particular attention to those connected to overload relays. Check fuses for correct temperature and size. 1.2.4.6 Corridor Pushbottons. Remove fixture cover and dust all parts with a small brush. Examine for loose or worn parts. Tighten all wire connections. 1.2.4.7 Relief Valve Test. The relief valve must be tested to bypass the oil at 125% of the working pressure. This may be accomplished by closing the gate valve or running the piston up on the stop ring. Install a pressure gauge, one that will read at least 150% of the working pressure, in the control valve. Run the pump and read the pressure as the relief valve opens. Adjust for 125%. The adjustments must be sealed after any test. 1.2.4.8 Traveling Cables. Examine the traveling cables. If there is evidence of wear due to rubbing on beams, walls or the platform, relocate the cable hitch or pad the area to correct. Cover any abused area of the cover with friction tape. Check the fastening of the cables. 1.2.4.9 Safety Ray. Clean the reflectors, filters and lens. Brush out any accumulated dirt. Check the alignment and focus of light. 1.3. REPAIR SERVICE CALLS. 1.3.1. Routine Calls. The contracting officer or his designated representative will notify the contractor of repairs to be made from the inspection report or service call. The contractor shall report to the work location, survey the repair, and provide to base contracting an estimated time to repair and cost of repairs not covered in the basic service contract. The contractor shall commence repair work after notification from the contracting office. All repair work shall be in accordance with normal commercial practices using parts specified by the elevator manufacturer or items of equal or better quality. Downtime of the elevator will be kept to an absolute minimum. The contractor must notify the customer of all projected downtime and estimated time for repair. The contractor shall prepare and submit a written report within two business days after the routine repairs are completed. The report shall include the date and time of the service call, the location of the elevator, the repairs performed, and the name of the technician performing the repairs. 1.3.2. Emergency Calls. The contractor shall respond to emergency repair calls within 8 hours after notification during normal business hours and within 12 hours after notification at times other than normal business hours. The contractor shall prepare and submit a written report within two business days after the emergency repair. The report shall include the date and time of the service call, the location of the elevator, the repairs performed, and the name of the technician performing the repairs. 2. SERVICE DELIVERY SUMMARY. Performance Objective-SOW Para-Performance Threshold Perform Preventive Maintenance. Elevators are fully operational.-1.1.-95% of elevators are operational at all times. Service Call Repairs. Repairs are made in a timely manner; Customers are informed of expected repair time. Response and repair is made within the specified time.-1.2.-Response to and repairs of service calls are timely 95% of the time. Submit Maintenance and Repair Reports. Accurate reports are delivered within two business days.-1.1.2., 1.2.1., 1.2.2.-95% of all reports are timely and accurate. 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. None. 4. GENERAL INFORMATION. 4.1. QUALITY ASSURANCE. The government will periodically evaluate the contractor’s performance. 4.2. GOVERNMENT REMEDIES. The contracting officer shall follow the requirements of FAR 52.212-4, Contract Terms and Conditions for Commercial Items (May 1997), for contractor’s failure to correct nonconforming services. 4.3. HOURS OF OPERATION. 0600-1600, Monday-Friday 4.4. SECURITY REQUIREMENTS. When sponsoring Contract personnel on base, the Government employee sponsoring the contractor should either fax, or e-mail the list to the 934 SFS at ext. 1105 or hand carry to Pass and Registration, Bldg 750. This list must be received no later than one day prior to starting the job/project. Include the following: · Visitor’s Name · Date of Birth or Driver’s License Number · Company Name · Visitor’s Destination · Date(s) the Visitor Will Be on Base · Name of the Sponsor · Sponsor’s Phone Number Contracting personnel requiring a visitor/vehicle pass must provide a valid driver’s license and upon demand show proof of insurance for their vehicle. Non-vehicle operators must provide a valid picture ID for their visitor pass. 4.5. SPECIAL QUALIFICATIONS. Contractor personnel shall be certified by appropriate federal and state regulatory agencies to meet federal and local certification requirements in maintenance of elevators. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-DEC-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFRC/934LSSLGC/FA6633-05-Q-0001/listing.html)
 
Place of Performance
Address: 934 Airlift Wing Minneapolis Air Reserve Station Minneapolis MN
Zip Code: 55450-2100
Country: USA
 
Record
SN00718969-F 20041210/041208213838 (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.