Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2005 FBO #1231
SOLICITATION NOTICE

H -- Crane/Hoist Inspection Services

Notice Date
4/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
Reference-Number-05-193-4478
 
Response Due
5/3/2005
 
Archive Date
5/18/2005
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5, TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS; AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27. ****The associated North American Industrial Classification System (NAICS) code for this procurement is 333923 with a small business size standard of 500 employees. This acquisition is being conducted as a small business set-aside on a competitive basis and all responsible parties may submit a quote.**** STATEMENT OF WORK (SOW) The Contractor shall conduct inspection services on cranes and hoist units (listed in Attachment A to this Statement of Work) located on the National Institute of Standards and Technology (NIST), Gaithersburg, Maryland campus to determine the safety of each as specified in OSHA Standard CFR-29 relating to cranes/hoists and all pertinent components. The following website contains information regarding CFR-29: http://www.osha.gov/pls/oshaweb/owadisp.show_document?p_table=STANDARDS&p_id=9830 Attachment A is not included in this Request for Quotation, but may be requested by emailing lisa.wells@nist.gov. The annual crane hoist inspection services shall include: (1) Laser check runway alignment and girders for proper camber; (2) Inspect runway bolt tightness; (3) Dye-Penetrate or mag particle hook; (4) Open and inspect gearbox, gearbearings and check oil for proper levels and foreign materials; (5) Inspect and adjust brakes; (6) Inspect all welds and bolts; (7) Inspect motor brushes for proper tension and adjust; (8) Inspect resistor banks and tighten as required; (9) Verify crane I.D. number and make all ID changes to match the up-to-date listing of all NIST cranes and hoists. Within thirty (30) days of completion of the inspections, the Contractor shall prepare and submit a report to the Contracting Officer?s Technical Representative (COTR) by email detailing the inspection results for each crane indicating condition status with applicable standards and codes. The report shall contain the following, at a minimum: 1.The units in need of repair/replacement shall be listed in order of priority starting with the least safe unit as the highest priority for repair and progressing to the safest unit as the lowest priority for repair; 2.Suggested method of correction for each unit; 3.Listing of units that passed inspections and do not require any repairs; 4.The Contractor shall provide applicable certification, with date, units that passed inspection and are corrected to pass applies to this acquisition. A site visit will be held on April 26, 2005 at 9:00 a.m. in Building 301, Room B143. Potential Offerors that are interested in attending the site visit must provide a 48 hour (excluding weekends and holidays) prior notice to the Contract Specialist at 301-975-8171. Notice must include the company name, name of the individual attending the site visit, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual attending the site visit brings photo identification, or they will be denied access to the facility. The period of performance for Item No. 0001 below shall be twelve months, starting on date of purchase order acceptance (for base period) plus four twelve-month options, if exercised.** REQUIRED LINE ITEMS INCLUDE: Item No. 0001: Base Period (twelve months, starting on date of purchase order acceptance); Crane/Hoist Inspection Services required by the Statement of Work; Quantity: 1; Unit: Job. Item No. 0002: Option Period I (twelve months, starting the day after expiration of the Base Period); Crane/Hoist Inspection Services required by the Statement of Work; Quantity: 1; Unit: Job. Item No. 0003: Option Period II (twelve months, starting the day after expiration of Option Period I); Crane/Hoist Inspection Services required by the Statement of Work; Quantity: 1; Unit: Job. Item No. 0004: Option Period III (twelve months, starting the day after expiration of Option Period II); Crane/Hoist Inspection Services required by the Statement of Work; Quantity: 1; Unit: Job. Item No. 0005: Option Period IV (twelve months, starting the day after expiration of Option Period III); Crane/Hoist Inspection Services required by the Statement of Work; Quantity: 1; Unit: Job. QUOTATION SUBMISSION INSTRUCTIONS ****Each quote shall include the following, at a minimum: 1) Two (2) copies of a quotation which addresses all line items; 2) Detailed technical approach for performing crane inspection services; 3) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.acqnet.gov/far. Also, see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically. ****ALL QUOTES SHALL BE SENT TO THE NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY, ACQUISITION MANAGEMENT DIVISION, ATTN: LISA WELLS, BUILDING 301, ROOM B129, 100 BUREAU DRIVE, STOP 1640, GAITHERSBURG, MD 20899-1640. 52.212-2 EVALUATION FACTORS-COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a purchase order 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: 1. Extent to which the offer meets or exceeds minimum statement of work requirements; 2. Past performance information. 3. Evaluated price. Technical and past performance information, when combined, are approximately equal in importance to the evaluated price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time of acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award." ***Past performance information may also be obtained by from sources other than those provided by the offeror in its quote, and that information used as part of the evaluation of the Offeror?s quote. Offerors with no relevant past performance shall not be evaluated favorably or unfavorably regarding past performance information. ****The following provisions and clauses apply to this acquisition: Clauses: 52.204-7, Central Contractor Registration (Oct 2003); 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.212-4, Contract Terms and Conditions?Commercial Items; (i) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, including subparagraphs: 52.222-3 Convict Labor; 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special 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; 52.232-33, Payment by Electronic Funds Transfer? Central Contractor Registration (May 1999)(31 U.S.C. 3332); 52.214-35 Submission of Offers in U.S. Currency; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984); 52.222-41, Service Contract Act of 1965 (May 1989); 52.222-42, Statement of Equivalent Rates For Federal Hires (May 1989); 52.222-43, Fair Labor Standards Act and Service Contract Act?Price Adjustment (May 1989); and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at www.nist.gov/admin/od/contract/agency.htm. ***The Wage Determination No.: 1994-2103, Revision No.: 33, with a date of revision of 3/10/2005 for Montgomery County, Maryland is applicable to this requirement, which can be downloaded at http://www.wdol.gov/sca.aspx#8. ***52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days prior to expiration of the order. *** 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days prior to expiration of the contract provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years.*** 1352.239-73 SECURITY REQUIREMENTS FOR INFORMATION TECHNOLOGY RESOURCES (OCT 2003) 1352.239-74 SECURITY REQUIREMENTS FOR CONTRACTORS/SUBCONTRACTORS PERSONNEL FOR ACCESSING DOC INFORMATION SYSTEMS 1352.209-72 RESTRICTIONS AGAINST DISCLOSURE (MARCH 2000) ***SECURITY REQUIREMENTS Because of heightened security, FED-EX, UPS or similar delivery methods are the preferred method of delivery of proposals. If quotes are hand delivered, delivery must be made through Gate A, and a 48 hour (excluding weekends and holidays) prior notice should be made to the Contract Specialist at 301-975-8171. Notice must include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. NIST IS NOT RESPONSIBLE FOR LATE DELIVERY DUE TO THE ADDED SECURITY MEASURES. In addition, offerors who do not provide a 48-hour notification in order to coordinate entrance to the NIST campus assume the risk of not being able to deliver offers on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, building, room number, etc.) If 48 hour notification was not provided, it is suggested that your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitors center and complete delivery.****Quotes must be received by 3:00:00 p.m. eastern time on May 3, 2005. FAXED AND EMAILED QUOTATIONS SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: Gaithersburg, MD
Zip Code: 20899
 
Record
SN00784927-W 20050410/050408212022 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.