Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2005 FBO #1347
SOLICITATION NOTICE

99 -- Preventive Maintenance For Elevators

Notice Date
8/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
333921 — Elevator and Moving Stairway Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
 
ZIP Code
29404-5021
 
Solicitation Number
Reference-Number-F1M3E35200A100
 
Response Due
8/26/2005
 
Small Business Set-Aside
Total Small Business
 
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) This solicitation/synopsis reference number is F1M3E35200A100 is being issued as a Request for Proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05 . (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 333921with a 500 employee size standard. (v) Contractors shall submit monthly and annually pricing proposal for the 12-month base period and each year of the four 12-month option periods (see paragraph 1 and exhibit A of the statement of work). This proposal shall include cost for all labor and materials identified in the statement of work. All responsible sources may submit a quotation, which shall be considered by the agency. (vi) Contractor shall perform preventive maintenance for elevators in accordance with the statement of work dated 29 July 2005. A site visit will be conducted on Thursday, 11 August 2005 at 9:30 am. All contractors shall meet on the second floor of bldg 503, Charleston AFB. Notify the contract administrator, TSgt Hinson (843) 963-5857 if you plan to attend the site visit. (vii) Period of performance will be 1 Oct 05 ? 30 Sept 06 for the base period. 1st option period will be 1 Oct 06 ? 30 Sep 07, 2nd option period will be 1 Oct 07 ? 30 Sep 08, 3rd option period will be 1 Oct 08 ? 30 Sep 09, and the 4th option period will run 1 Oct 09 ? 30 Sep 2010. (viii - xii) The following clauses and provisions are incorporated and will remain in full force in any resultant award. . The full text of these clauses and provisions may be assessed electronically at this website: http://farsite.hill.af.mil/ (viii) FAR 52.212-1, Instructions to Offerors-Commercial (ix); FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form 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 government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the options. The following factors shall be used to evaluate offers: (1) Price and (2) Past Performance. The Government will evaluate offers for award purposes for the total price for the requirement. Technical and past performance, when combined, are equal. If the lowest priced evaluated responsible offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of your most recent and relevant projects. (x) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item. Offerors are encouraged to register and submit their Certs and Reps online at www . bpn.gov/orca. (xi) FAR 52.212-4 Contract Terms and Condition?Commercial Items; (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act-Balance of Payments Program. (xiii) The following additional clauses are applicable to this procurement. FAR 52.217-9 ? Option to extend the Term of the Contract. Paragraph ?a? is completed as 15 days and 60 days and paragraph ?c? is filled in as 60 months or 5 years. FAR 52.204-7, DFAR 252.204-7004 Alt A-Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award. You can register or obtain additional information via their web site at http://www.ccr.gov or call 1-800-334-3414 52.219-6 Notice of Total Small Business Set-Aside. DFARS 52.232-7003 Electronic Submission of Payment. Vendors shall submit invoices utilizing Wide Area Work Flow (WAWF) for the creation of electronic receiving reports (DD form 250) and electronic invoices IAW DFARS 52.232-7003 Electronic Submission of payment Requests. The WAWF routing information will be provided upon award. DFAR 252.246-7000 -Material Inspection And Receiving Report FAR 52.222-41 Services Contract Act of 1965 and Wage Determination 1975-1091 (Rev.35) apply to this solicitation. FAR 52.253-1 -Computer Generated Forms; DFAR 252.204-7003 -Control Of Government Personnel Work Product; 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003) 252.225-7000 Buy American Act-Balance of Payments Program Certificate (Apr 2003) 252.225-7001 Buy American Act and Balance of Payments Program ((Apr 2003) 252.225-7002 Qualifying Country Sources as Subcontractors ((Apr 2003) (xvi) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 26 August 2005 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3E35200A100 (xvii) For More Business Opportunities, visit the web site of http://www.selltoairforce.org, https://public.charleston.amc.af.mil/437Contracting , and the Small Business Administration (SBA) web site: http://www.sba.gov. STATEMENT OF WORK FOR ELEVATOR MAINTENANCE AND REPAIR 29 July 2005 1. DESCRIPTION OF SERVICES. The Contractor shall provide all management, tools, supplies, equipment, and labor necessary to maintain and repair the elevators at Charleston Air Force Base, in a manner that will ensure continuous and safe operation. Following is a list of elevators and their locations. Please label and submit one copy of this price list for the base year and each option period: Exhibit A: Location Quantity Monthly Pricing Annual Pricing Bldg. 72 1 Bldg. 74 1 Bldg. 108 1 Bldg. 169 1 Bldg. 178 2 (1 wheelchair lift) Bldg. 364 1 Bldg. 503 1 Bldg. 705 1 Bldg. 322 1 Bldg. 1600 1 Bldg. 709 1 Bldg. 610 1 Bldg. 60 1 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. 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 Government Quality Assurance Personnel (QAP) for appropriate decision and action. 1.2. REPAIR SERVICE CALLS. 1.2.1. Routine Calls. The contracting officer or 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 office 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 performed 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 QAP 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. 1.2.2. Emergency Calls. The contractor shall respond to emergency repair calls within 24HRS after notification during normal business hours and within 48HRS 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 and annual inspections 1.1. No more than 2 customer complaints per contract period. 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. No more than 2 customer complaints per contract period. Submit Maintenance and Repair Reports.Accurate reports are delivered within two business days. 1.1.2., 1.2. No more than 2 customer complaints per contract period. 3. QUALITY CONTROL. Contractor shall develop and maintain a quality program to ensure maintenance and repair services are performed in accordance with ANSI/ASME A17 and other applicable standards and codes. The contractor shall develop and implement procedures to identify and prevent defective services from recurring. As a minimum, the contractor shall develop quality control procedures that address the areas identified in paragraph 2, Service Delivery Summary. The contractor shall provide contact information for a specific quality control inspector to notify in case of customer complaints. 3.1. GOVERNMENT REMEDIES. The contracting officer shall follow the requirements of FAR 52.212-4, Contract Terms and Conditions for Commercial Items, for contractor?s failure to correct nonconforming services. 3.2. HOURS OF OPERATION. 7:30 am to 4 pm. Monday through Friday, except government holidays. 3.3. SECURITY REQUIREMENTS. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the government installation, shall abide by all security regulations of the installation. Base Access. The contractor shall obtain vehicle passes for all contractor and personal vehicles requiring entry onto Charleston AFB. The contractor must complete 437 SFS/SFA Form 74 and submit it through the CO to the Security Forces and Pass and Registration. Vehicle registration, proof of insurance, and a valid driver?s license must be presented for all vehicles to be registered. 3.4. 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. 4. APPENDICES. A. Estimated Workload Data APPENDIX A ESTIMATED WORKLOAD DATA ITEM NAME ESTIMATED QUANTITY 1 Inspect and test elevators Monthly Ea 2 Number of Regular Service Elevators 13 Ea 3 Number of Handicap Elevators 1 Ea 4 Estimated number of repair service calls Once per month Ea 5 Estimated number of emergency repair calls Once per month Ea
 
Place of Performance
Address: Charleston AFB,SC
Zip Code: 29404
Country: United States of America
 
Record
SN00860352-W 20050804/050802212308 (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.