Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 30, 2005 FBO #1465
SOLICITATION NOTICE

J -- Repair & Maintenance of Hydraulic Lifts @ Commissary

Notice Date
11/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
332912 — Fluid Power Valve and Hose Fitting Manufacturing
 
Contracting Office
ACA, Fort Hamilton, Directorate of Contracting, 111 Battery Avenue, Room 115, Brooklyn, NY 11252-5000
 
ZIP Code
11252-5000
 
Solicitation Number
W91QF2-06-T-0004
 
Response Due
12/7/2005
 
Archive Date
2/5/2006
 
Small Business Set-Aside
N/A
 
Description
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 acquisition is being conducted in accordance with FAR Part 12, Acquisition of Commercial Items, in conjunction with FAR Par 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation. Solicitation # W91QF2-06-T-0004 applies and is used as a Request for Quotation. A written sol icitation is available. This procurement is a 100% small business set-aside. Fort Hamilton Community is seeking the services of the repair and maintenance of the hydraulic lifts at the commissary loading docks at Fort Hamilton, Brooklyn, New York. The p eriod of performance is December 18, 2005 through September 30, 2006. The acquisition will be conducted under North American Industry Classification System (NAICS) 3352912; the small business size standard is 500. The SIC code is 3593. A fixed-price contr act is anticipated. The scope of work is as follows: SCOPE OF WORK: 1. SUBJECT: Provide labor and materials to make immediate repairs and provide maintenance to hydraulic lifts behind bldg. # 115 in Fort Hamilton. Refer to work described in section 3, 'SUMMARY OF WORK'. 2. SCOPE: The work covered in this contract consists of furnishing all plant, labor, expertise, equipment, facilities, transportation, and appliances necessary to perform operations in connection with the work described in pa ragraph 3, 'SUMMARY OF WORK'. Any perceived differences between this scope of work is to be resolved by the Contracting Officer or designated representative. 3. SUMMARY OF WORK: The contractor shall be responsible for providing all the technology, m eans, and methods in performing this work for the Government. Furthermore, the contractor shall fully adhere and comply with the approved Safety , Health and Environmental plans, this projects specifications (where applicable), NFPA, and the NYC Electric al code & NEC. The Contractor shall comply with all Occupational Safety and Health (OSHA), Uniform Federal Accessibility, and environmental regulations and standards. All code compliance and requirements questions are to be coordinated with DPW. The cont ractor shall perform the following work (but not limited to): BUILDING 115 SCOPE OF WORK Part 1  IMMEDIATE REPAIRS to 3 hydraulic lift systems. a. The contractor shall supply all labor and materials required to replace existing gaskets, to include the removal of brush type gasket fabricate and install rubber type gasket, drain and clean hydraulic systems, replace hydraulic filters. Replace hydraulic fluids with biodegradable oils. Lubricate all moving parts, assemble and test. The contractor shall add brush type gasket to fill gaps on system lifts when in the folded positions on the exterior of the building. These gaskets shall prevent rodents from gaining access to hydraulic pits. PART 2  BI-ANNUAL MAINTENANCE to 3 hydraulic lift syst ems. Check hydraulic fluid level and adjust as required. Check fluid level gauge for leaks and repair as required. Check hydraulic reservoir access cover for leaks and repair as required. Check for hydraulic fluid on floor and repair leaks as required Check electric motor mounts Check electrical supply voltage and amperage under load and report findings. Check indicator lamps repair as required Lubricate all moving parts. Check operation of equipment. Provide report on all aspects of checklist. Pricing the contractor will provide two separate prices for part one and part two. The government reserves the right to award one part without the other. 4. GENERAL NOTES: A. The contractor shall, unless other wise stated, secure and pay for any and all required construction permit(s), utility service interruption, fees & licenses necessary for the proper execution of the work. B. The contractor shall perform all cutting and patching required to complete the work or to make its parts fit together properly without compromising the quality of the work. C.The contractor shall be responsible for adequately b racing and protecting all work against damage, breakage, collapse, distortions, and misalignment during construction according to codes and standards of good practice. D.The contractor shall patch and repair all floors; walls, ceilings, etc. damaged or exposed due to work or removal and shall finish to match adjoining surfaces. E. The contractor shall notify DPW of any utility service interruption three weeks in advance prior to beginning the work schedule. F. In the event of utility servi ce interruption, scheduling the subject work around normal working hours would be preferred. G. Point of contact and COR is Robert Downes or Drew Cavosi, who can be reached at (718) 630-4749 and (718) 630-4991 respectively. Contractor shall me et with the POC immediately to discuss problem areas, and shall be responsible for all work performed. H. CONTRACTOR SHALL PERFORM CLEAN UP OF JOB SIGHT ON A DAILY BASIS. THERE SHALL BE NO DEBRIS AT ALL LEFT ON JOB SITE AFTER C.O.B. EVER Y DAY. I. Contractor shall provide a telephone number of person to call should the need arise. J. If any excavation is needed during this work the contractor is responsible to obtain a digging permit from the engineering chief Mr. Mike Pai doussis located in building 129. K. Contractor is responsible to provide work schedule for the job, i.e., time, date performance period, etc. L. Contractor is responsible to notify manager of building, or person in charge, in accordance with the time frame in the PERIOD OF PERFORMANCE section. M. Any items that may have been unintentionally omitted from this specification, but which constitute acceptable practice in the trade, does not relieve the contractor of his responsibility to perform same. Contractor shall report to Government COR, and dangerous or problematic condition which he may uncover in the course of executing this specification. N. On site inspection shall be performed prior to submittals, to verify measurements and field conditions. O. All OSHA safety measures shall be taken while work is in progress. All work shall be performed by experienced workers with proper tools, equipment, and in a good workman like manner. P. Upon completion of the job, contractor shall remove all debris from government property. Contractor shall leave the job site each day in a neat broom swept appearance and suitable cordoned off from the passage of non-construction personnel. Q. Contractor shall register with the police at Bldg. 130 before commencement of work on a military post. R. Contractor shall supply COR with cuts of significant materials to be installed, name and quality for government approval prior to installation. S. The contractor shall provide a work schedu le showing all stages of the work to be accomplished and dates scheduled to be preformed. 5. PERIOD OF PERFORMANCE: The contractor shall complete this project within 60 calendar days of award. 6. Environmental Requirements: A. In work ing on this project it is the responsibility of the contractor to handle all hydraulic fluids IAW all Federal, State and City codes. The contractor is responsible to notify the DPW in case of any spills immediately. It is the contractors responsibility to clean, in its entirety, any spills caused by this project. It is the contractors responsibility to dispose of hydraulic fluid IAW all Federal, State and City codes. The solicitation incorporates the following FAR and DFARS clauses which may be located by visiting the World-Wide Web at http://www.arnet.gov/: 52.202-1, 52.203-3, 52.203-7, 52.212-1, 52.212-3, 52.212-4, 52.212-5, 52.217-8, and 252.204-7004 Alt A. T he provision 52.212-1 Instructions to Offerors, Commercial Items applies to this acquisition. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial with its offer. The con tractor shall perform in accordance with the following contract line items: 0001: Repair Commissary Hydraulic Lift System: Provide material & labor to repair (3) Hydraulic Lift Units IAW attached SOW 'PART 1'. This is the Commissary's Loading Dock area, located behind B115. **Work is critical to the Commissary's operation*Fort Hamilton's tenant customer* 0002: Maintenance of (3) Hydraulic Lifts at B115 AFTER repair completion, provide maintenance service IAW the attached SOW 'Part 2'. Maintenance is to be 'bi-annual'. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. However, prospective offerors may request a copy of the solicitation. Please direct request and co mpleted quotes to garwinm@hamilton.army.mil or fax number 781-630-4700 or physical address at Army Contracting Agency, Capital District Contracting Center, Directorate of Contracting, 114 White Avenue, Fort Hamilton, Brooklyn, New York 11252-5320, Attn: C ontract Specialist, Marsha Garwin. Offers are due by December 7, 2005 at 5:00 P.M.
 
Place of Performance
Address: ACA, Fort Hamilton Directorate of Contracting, 114 White Avenue Brooklyn NY
Zip Code: 11252-5000
Country: US
 
Record
SN00938337-W 20051130/051128211913 (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.