Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2005 FBO #1385
SOLICITATION NOTICE

H -- Elevator Inspection Services

Notice Date
9/9/2005
 
Notice Type
Solicitation Notice
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
John F. Kennedy Center for the Performing Arts, Facilities Management Division, Contracting Office, 2700 F. Street, N.W., Washington, DC, 20566
 
ZIP Code
20566
 
Solicitation Number
JFK05R00021
 
Response Due
9/23/2005
 
Archive Date
10/8/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format at 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. The solicitation number for this Request for Proposal (RFP) is JFK05R00021. The following clauses are incorporated into this RFP by reference & are in effect through Federal Acquisition Circular FAC 2005-05, Effective on July 27, 2005. The following clauses apply: FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, FAR 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. Service Contract Act is applicable. The clauses may be printed from the FAR web site: www.acqnet.gov. Pursuant to P.L. 100-656, Small Business Competitiveness Demonstration Program, this solicitation is classified UNRESTRICTED. The North American Industry Classification System (NAICS) code is 238290, Other Building Equipment Contractors. The John F. Kennedy Center for the Performing Arts intends to award a Firm Fixed Price commercial service contract for the inspection of the twenty-four (24) passenger elevators, three (3) freight elevators, and six (6) escalators located at 2700 F Street NW, Washington, DC. The period of performance will be a one-year base year with four-one year option years. The Contractor shall provide all management, supervision, labor, equipment, tools, materials, and supplies to inspect all elevators, wheelchair lifts and escalators identified above. The contractor will be responsible for coordinating and ensuring the effective and economical performance and completion of service calls. The contractor will be responsible for inspections on any future moderation and/or construction of elevators, wheelchair lifts or escalators. Award will be based upon contractor?s capability to meet specifications, technical evaluations, price, and delivery terms. EVALUATION FACTOR 1: Contractor Past Experience: As a part of this requirement the Contractor shall submit a technical proposal that includes a list of five similar projects completed within the last five years, with enough information to demonstrate a history of performance on contracts that are similar in scope, complexity and size that demonstrate experience in performing work similar to that described in the requirements of the solicitation. Include a description of the experience with government projects in occupied buildings. If sub-contractors will perform work, provide information as required to allow evaluation of the sub-contractor performing the specialized work. Provide the following information for each project. Contract Title and Number, Location, Dollar Amount ( Percent In-house & Percent subcontractor), Customer Point of Contact (Name, Title, Current Telephone, Facsimile), Contracting Officer (Name, Title, Telephone, Facsimile), Government Technical Manager (Name, Title, Telephone, Facsimile), Brief Description of Contract Scope and Synopsis of performance (Awards, Completion Timeframe, etc.). EVALUATION FACTOR 2: Staff?s Technical Qualifications: Staffing plans outlining how they intend to meet these requirements. The plans within the proposal shall become part of the contract. The contractor shall submit with their proposal, as part of their staffing plan, resumes and certifications, which clearly validate their staff?s skills and competency to inspect the Kennedy Center elevators, escalators and wheelchair lifts. As part of their staffing plan, the Contractor shall include resumes of principle employees who will support this contract. Each resume shall be limited to no more than two pages plus copies of applicable training and licensing certificates. EVALUATION FACTOR 3: Reporting: Provide a procedural and administrative plan for ongoing reporting to Kennedy Center. The reports provided must be comparable to the scope and complexity of this Kennedy Center project. Reports at a minimum should include which Elevator was inspected, recommendations as to the date when 5 year full load test is required, recommendations of any upgrades, and identify any deficiencies. Price will be based on best value to the government for Base Year and four Option years. FIRM FIXED PRICE WORK: Contractor shall provide regular Safety Inspections for Elevators, Escalators, and Wheelchair Lifts in accordance with the Scope of Work, based on the following line items: CLIN 0001 Base Year; CLIN 0001A - Semi-Annual (Routine Inspection) Unit Price and Total for CLIN #; CLIN 0001B Periodic (Annual No Load) Inspection/Test Unit Price and Total for CLIN #; INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ): CLIN 0001C ? Technical Advisory and Assistance Services to be Ordered by individual Task Orders with a NTE 250 hours, Unit Price and Total for CLIN #; CLIN 0001D ? Additional Safety Inspections to be Ordered by individual Task Orders, Unit Price and Total for CLIN #; CLIN 0001E - Periodic (5 Year Full Load) Inspection/Test to be performed once in this five year contract. FIRM FIXED PRICE WORK CLIN 0002 First Option Year; CLIN 0002A - Semi-Annual (Routine Inspection) Unit Price and Total for CLIN #; CLIN 0002B Periodic (Annual No Load) Inspection/Test Unit Price and Total for CLIN #; INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ): CLIN 0002C ? Technical Advisory and Assistance Services to be Ordered by individual Task Orders with a NTE 250 hours, Unit Price and Total for CLIN #; CLIN 0002D ? Additional Safety Inspections to be Ordered by individual Task Orders, Unit Price and Total for CLIN #; CLIN 0002E - Periodic (5 Year Full Load) Inspection/Test to be performed once in this five year contract. FIRM FIXED PRICE WORK CLIN 0003 Second Option Year; CLIN 0003A - Semi-Annual (Routine Inspection) Unit Price and Total for CLIN #; CLIN 0003B Periodic (Annual No Load) Inspection/Test Unit Price and Total for CLIN #; INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ): CLIN 0003C ? Technical Advisory and Assistance Services to be Ordered by individual Task Orders with a NTE 250 hours, Unit Price and Total for CLIN #; CLIN 0003D ? Additional Safety Inspections to be Ordered by individual Task Orders, Unit Price and Total for CLIN #; CLIN 0003E - Periodic (5 Year Full Load) Inspection/Test to be performed once in this five year contract. FIRM FIXED PRICE WORK CLIN 0004 Third Option Year; CLIN 0004A - Semi-Annual (Routine Inspection) Unit Price and Total for CLIN #; CLIN 0004B Periodic (Annual No Load) Inspection/Test Unit Price and Total for CLIN #; INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ): CLIN 0004C ? Technical Advisory and Assistance Services to be Ordered by individual Task Orders with a NTE 250 hours, Unit Price and Total for CLIN #; CLIN 0004D ? Additional Safety Inspections to be Ordered by individual Task Orders, Unit Price and Total for CLIN #; CLIN 0004E - Periodic (5 Year Full Load) Inspection/Test to be performed once in this five year contract. FIRM FIXED PRICE WORK CLIN 0005 Fourth Option Year; CLIN 0005A - Semi-Annual (Routine Inspection) Unit Price and Total for CLIN #; CLIN 0005B Periodic (Annual No Load) Inspection/Test Unit Price and Total for CLIN #. INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ): CLIN 0005C ? Technical Advisory and Assistance Services to be Ordered by individual Task Orders with a NTE 250 hours, Unit Price and Total for CLIN #; CLIN 0005D ? Additional Safety Inspections to be Ordered by individual Task Orders, Unit Price and Total for CLIN #; CLIN 0005E - Periodic (5 Year Full Load) Inspection/Test to be performed once in this five year contract. Contractor to provide all skilled labor, equipment and materials as necessary for inspecting the services as prescribed in the specifications. Award will be based upon contractor?s capability to meet specifications, technical evaluations, price, and delivery terms. A SITE VISIT is scheduled for Friday, September 16, 2005 at 1:00 p.m. at the Entrance of the Kennedy Center Hall of States, 2700 F Street, NW, Washington, DC 20566. All responsible and responsive vendors must be registered in the Central Contractor Registration database (CCR) in order to be considered eligible for award. To register in CCR, follow instructions on web site http://www.ccr.gov/. Please reference JFK05R00021on any questions and submit written questions ONLY via email to: dfoss@kennedy-center.org or fax to (202) 416-8975. The specifications and wage determination can be requested by e-mailing dfoss@Kennedy-Center.org or by faxing your request to 202-416-8975. The Department of Labor web site is www.wdol.gov if you wish to obtain an advance copy of Wage Determination No. 1978-1183, Revision 40, dated March 9, 2005. The due date for proposals is by 12:00 p.m. EST on September 23, 2005 and award is anticipated by September 30, 2005. Proposals shall be submitted to John F. Kennedy Center of the Performing Arts, Contracting Office, 2700 F Street NW, Washington, DC 20566-0001; for express mail service (i.e., UPS, FedEx, etc.) use the same address. ALL CONTRACTUAL AND TECHNICAL QUESTIONS MUST BE SUBMITTED IN WRITING NO LATER THAN 8:00 A.M. EST ON SEPTEMBER 20, 2005. TELEPHONE QUESTIONS WILL NOT BE ACCEPTED.
 
Place of Performance
Address: The John F. Kennedy Center for the Performing Arts, 2700 F Street, NW, Washington, DC
Zip Code: 20566-0001
Country: USA
 
Record
SN00891871-W 20050911/050909213043 (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.