Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2005 FBO #1298
SOLICITATION NOTICE

J -- Exercise Equipment Maintenance

Notice Date
6/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
423910 — Sporting and Recreational Goods and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 460 CONS / LGC, 460 CONS / LGC, 510 S. Aspen St. (MS 92) Bldg 1030, Buckley AFB, CO, 80011-9551
 
ZIP Code
80011-9551
 
Solicitation Number
FA2543-05-Q-0011
 
Response Due
6/24/2005
 
Archive Date
7/9/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This combined synopsis and solicitation for commercial items is prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written copy of this solicitation will not be issued. Solicitation FA2543-04-Q-0011 is a Request for Quote (RFQ). This procurement is being issued as a TOTAL SMALL BUSINESS SET-ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04 and Defense Change Notice 20050606. North American Industrial Classification System Code 423910, and size standard of 500 employees applies to the solicitation. The Government intends to award a Firm Fixed Price Purchase Order under Simplified Acquisition Procedures (SAP) using FAR Part 12, Acquisition of Commercial Items. 460 CONS/LGCB, Buckley AFB, CO, has a requirement for purchase of the following service: STATEMENT OF WORK 08 JUNE 2005 Description of Work: Scope: The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to inspect and repair cardiovascular and weight equipment in both the Fitness Center, Bldg. 35, Buckley AFB and Buckley Annex, Bldg. 444, Old Lowry in accordance with (IAW) this Statement of Work (SOW). The Fitness Center Director or designee (see point of contacts later in this SOW) will approve all repairs prior to beginning work. All replacement parts required for maintaining equipment will be ordered within 72 hours after the service call. Personnel: Contractor shall designate a specific individual to be responsible for the completion of the repair work. If this individual is not available, an alternate will be designated to become the person responsible. The name(s) of the individual(s) will be provided to the Fitness Center Director or the designee at the time of contract award by the contracting officer. The government is authorized to restrict the employment under this contract of any contractor employee, or representative contractor employee who is identified as a potential threat to the health, safety, security, general well being, or operational mission of these facilities or its patrons. Hours of Operations: The contractor shall schedule all work to be done on equipment between the hours of 0900-1500 Monday- Friday, excluding federal holidays. They are as follows: New Year?s Day, Martin Luther King Day, President?s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran?s Day, Thanksgiving and Christmas. The contractor will coordinate, prior to arrival, all monthly preventive maintenance inspections, which shall be performed at the beginning of each month and completed NLT the 7th day of each month. Contractor Furnished Parts and Materials: Replacement Parts: The Fitness Center Director or designee will approve the contractor-supplied part(s). All replacement parts will be new factory warranty parts. Specific Tasks: The contractor shall provide scheduled preventive maintenance IAW the equipment manufacturer specifications. Preventive maintenance shall be accomplished within the prescribed timeframe as recommended by the equipment manufacturer. This consists of the care and servicing of the equipment for the purpose of retaining the equipment in a serviceable condition IAW the manufacturer?s maintenance specifications. The specifications are listed in the manufacturer?s technical literature. This inspection includes, but may not be limited to, checking for proper operation, detection, and correction of incipient failures, either before they occur or before they develop into major problems. This includes adjustments, calibration, and interior cleaning of all equipment, and replacement of all damaged or deteriorated parts. Upon arrival at each location, the contractor?s service technician shall complete all preventive maintenance within the same day. The only exception is a delay due delivery of replacement parts. The contractor will respond to unscheduled service calls within 72 hours of notification. The contractor?s service technician will prepare a service report for each service call (scheduled or unscheduled) to include work accomplished, work pending, and any other recommendations in regards to the equipment. A signature from the Fitness Center Director or designee must then be obtained to certify maintenance and/or repairs are completed and accepted. Monthly Maintenance: Equipment at Buckley AFB Number 97 Ti Treadmills 12 95 Xi Cross Trainers 12 Stair Master Step Mill 1 95 Si Stairclimbers 4 95 Ci Lifecycles 6 95 Ri Recumbent Lifecycles 6 Rower (Concept 2) 2 Schwinn Spinning Bikes 20 Strength Equipment 20 Smith Machines 2 Free Motion Strength Equipment 11 Life Fitness Selectorized Equipment (Signature Series) 21 Strength Multistation Machine 1 Equipment at Buckley Annex Number Treadmill: Model 91TI 4 Model: 97TI 2 Elliptical machines: Model: 9500 HR 4 Model 95XI 2 Bikes: Model: 9500 HR 4 Model: 95CI 2 Model: 95RI 2 Stair Masters: Model: 95SI 1 Model: 9500HR 2 The following provisions and clauses are hereby incorporated by reference: FAR 52.212-1 Instructions to Offerors--Commercial Items, FAR provision 52.212-3 Offeror Representations and Certifications - Commercial Items shall be completed and submitted with the proposal (complete provision in full text below), FAR clauses 52.212-4 Contract Terms and Conditions--Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items [FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.225-15, Sanctioned European Union Country End Products; FAR 52.225-16, Sanctioned European Union Country Services; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration); FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders; FAR 52.219-6, Notice of Total Small Business Set-Aside; 252-204-7004 Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Terms [DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7036, Buy American?North American Free Trade Agreement Implementation Act?Balance of Payments Program]; FAR 52.252-2, Clauses Incorporated by Reference, apply to this acquisition; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023 Alt 1, Transportation of Supplies by Sea; AFFARS 5352.242-9000, Contractor Access to Air Force Installations; FAR 52.228-5, Insurance ? Work on a Government Installation; AFSPC FAR Supp AFFARS 5352.228-9500, Insurance Requirements; FAR 52.222-41, Service Contract Act of 1965 as Amended; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA); and FAR 52.212-3, Online Representations and Certifications ? Commercial Items. The full text of the FAR and DFARS can be accessed on the Internet at http://www.farsite.hill.af.mil. This requirement is subject to Wage Determination Number 1994-2081 Revision No. 27. Parties responding to this solicitation may submit their quote in accordance with standard commercial practices. Detailed price breakdowns of submitted prices are encouraged. All quote must include the following information: Company?s complete mailing and remittance address, discounts for prompt payment, if any (e.g. 1% 10 days), the company?s CAGE Code, Dun & Bradstreet number, and Taxpayer ID number. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering best price. Potential contractors must be registered in the Central Contractor Registry, http://www.ccr.gov/ to be eligible for award. All responsible small business sources may submit an offer, which shall be considered by the agency. Quotes are due no later than 2:00 PM MDT, 13 June 2005. Quotes may be mailed to: 460 CONS/LGCB, Attn: Elizabeth Bryant, 320 N. Beaver Creek St, MS92, Buckley AFB, CO 80011-9509. Quotes may also be submitted via email to the following email addresses: Elizabeth.Bryant@buckley.af.mil and Attila.Kovacs@buckley.af.mil or faxed to (720) 847-6443, Attn: Elizabeth Bryant. All inquiries shall be submitted via email to the above email addresses, or to Elizabeth Bryant by phone at (720) 847-6735.
 
Place of Performance
Address: 17890 E. Steamboat Avenue, Buckley AFB, CO
Zip Code: 80011
Country: United States of America
 
Record
SN00829484-W 20050616/050614212142 (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.