Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2005 FBO #1469
SOLICITATION NOTICE

J -- ELEVATOR SERVICE

Notice Date
12/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
DHS - Direct Reports, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
 
ZIP Code
20223
 
Solicitation Number
HSSS01-06-Q-0001
 
Response Due
12/19/2005
 
Archive Date
12/23/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Request for Quotations; written quotations are being requested and a written solicitation will not be issued. Solicitation number HSSS01-06-Q-0001 is issued as a Request for Quote (RFQ) through Federal Acquisition Circular 01-19. This action is a 100% small business set-aside. The NAICS code is 561790 and the small business size standard is $12 million. It is anticipated that this requirement will be a Firm Fixed Price type purchase order. The USSS has a requirement for monthly preventive maintenance sessions, inspection, and emergency repair service for five (5) hydraulic elevators and associated equipment within the James J. Rowley Training Center (JJRTC) located at 9200 Powder Mill Road, R-2, Laurel, MD 20708. The term of the procurement is one (1) base year that will begin on January 1, 2005.and the four (4) option years that will begin October 1, 2006. The requirement pertains to the following: Line Item 0001: The contractor shall provide monthly preventive maintenance and inspection on five (5) hydraulic elevators at the JJRTC (Specific locations include: Wilkie Building -Firearms (1); Bowron Building -Administration (1); Merletti Building - Classroom (2); Knight Building ? Tactical (1). The monthly maintenance and inspection sessions, hereinafter referred to as sessions, to ensure proper operating condition, shall include the examination, adjustment, lubrication, repair and/or replacement of parts/components for each elevator and its associated equipment. Sessions shall include, but are not limited to, the following: 1. Hoistway: clean and grease. Check hoisting machines for misalignment and crack. Inspect oil level, motor brushes, commutator, couplings, bolts, set screws and keys. 2. Inspection of Car: Check for structural defects such as loose bolts and other fastenings, excessive play in guide shoes and worn flooring. Test the car switch. Check all switch contacts in the car. 3. Oil levels: Inspection check to occur at each maintenance session. Check the alignment and tightness of the bolts in the anchorage, and adjust as necessary. 4. Gear Housing: Check gear housing oil level. Inspect for worn teeth on gears. 5. Worm gearing: Use worm gear lubricant. 6. Thrust bearings: Self-lubricate from gear case. 7. Drip pan: Check for excessive leakage. 8. Sheave shaft bearings: Use cup grease or bearing oil, as appropriate. 9. A/C or D/C Motor: Use bearing oil as per manufacturer?s specifications. With machine at rest, pour in oil to gauge height, and verify that oil rings are free to rotate with shaft. Do not overflow reservoir. 10. A/C brake magnets: Use A/C brake magnet as per manufacture?s specifications. Fill magnet case to within one-half inch of top of standpipe gauge, or as per manufacturer?s specifications. 11. Governor: Gear and grease cup. Use cup grease. For oil ports, use bearing oil. 12. Guide rails: Use ?C? type lubricator oils. 13. Roller guides: No rail lubrication required. 14. Wheel bearings: Check to ensure spindles are free and properly lubricated to permit easy action of guide shoes. Lubricate as necessary. 15. Selector and Floor Controllers: For screws and gearings, use cup grease as per manufacturer?s specifications. For pressure type fittings, use ball and roller bearing grease. For oil cups and oil ports, use bearing oil. For square guides, clean and apply coating of Slip-It. For driving tapes, only when dry, use soft brush and apply bearing oil. 16. Buffers: Fill with buffer oil as necessary; use no other oil. Ensure that buffers are filled to proper gauge level at all times. 17. Door and Gate Operators: Use only oil specified and fill to gauge height; for motor bearings, use bearing oil; for link and lever pins, use bearing oil. 18. Cylinders: Check cylinders, and use door closer oil. For door sill trips, use cup grease. Note: Cleaning fluids, oils, lubrications, cup grease, screws, bolts and fastenings etc., are considered part of standard preventive maintenance/inspection, and are to be provided by the contractor at no additional cost. Parts not included under routine preventive maintenance/inspection shall be provided on an as ?needed basis. Replacement of parts due to situations of normal wear and tear shall be completed during regular sessions. Parts to be replaced must be approved by the designated USSS representative and must meet the manufacturer?s specifications and requirements. Repair and installation of parts are considered part of routine preventive maintenance, and therefore included in the Sessions. Parts are to be billed at cost, and contractor must provide documentation, when requested. Reimbursement of parts shall not exceed the amount as listed on the contract. Sessions are to be arranged with the designated USSS representative prior to the required service. Sessions shall be scheduled on a monthly basis, and shall be performed during normal business hours Monday through Friday. Contractor is responsible for travel to and from the site, tools, equipment, and all necessary items required for the performance of the above referenced services. Provide monthly unit cost per Session for five (5) hydraulic elevators and associated equipment, and total for twelve (12) month period. Line Item 0002: Emergency Repair Service calls during normal business hours, Monday through Friday, 8:00 a.m. through 5:00 p.m. Estimate of five (5) calls. Provide unit cost per call and total for estimate. Travel time to and from the repair site shall not be reimbursed separately. The Contractor shall respond to emergency calls for repair with in four (4) hours of the initial call. Deviations from this practice may occur only with the mutual agreement of the USSS and the Contractor. Line Item 0003: Emergency repair service calls during after-business hours, Monday through Friday, after 5:00 p.m. and prior to 8:00 a.m., as well as Saturday. Estimate of two (2) service calls. Provide unit cost per call and total for estimate. Travel time to and from the repair site shall not be reimbursed separately. The contractor shall respond to emergency calls for repair within four (4) hours of the initial call. Deviations from this practice may occur only with the mutual agreement of the USSS and the Contractor. Line Item 0004: Emergency repair service calls on Sunday or Federal Holidays. Estimate of one (1) call for the base year and each option year. Deviations from this practice may occur only with the mutual agreement of the USSS and the Contractor. Line Items 10001 through 10004 represent identical base year line items for Option Year 1; Line Items 20001 through 20004 apply for option year 2; Line Items 30001 through 30004 apply for Option Year 3; and Line Items 40001 through 40004 apply for Option Year 4. Period of Performance is as follows: Base Year: January 1, 2005 through September 30, 2006; Option Year 1. October 1, 2006 through September 30, 2007 2. October 1, 2007 through September 30, 2008 3. October 1, 2008 through September 30, 2009 4. October 1, 2009 through September 30, 2010. The Contractor must provide skilled and trained personnel, as per industry standards. These individuals shall be acknowledged as representatives of the contractor, and therefore, the contractor will be held liable for any losses or claims encountered by the Government due to the actions of their representative(s). SPECIAL PROVISION: Contractor personnel proposed to work under this contract shall be U.S. citizens. All contractor personnel proposed to work under this contract shall successfully pass USSS background investigations prior to being admitted to the James J. Rowley Training Center. The Contractor shall submit SSF 3237?s, U.S. Secret Service Contractor Personnel Access Form(s), for all proposed personnel after contract award. Within five (5) days of contract award, the contractor shall submit the completed contractor personnel access forms to the Contracting Officer?s Technical Representative. The contractor agrees that for due cause or anticipated security risk any contractor employee may be removed from duty at the USSS upon the Secret Service request. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors?Commercial Items; 52.212-2, Evaluation ? Commercial Items; 52.212-2 Paragraph (a) insert: ?The Government intends to award a firm fixed price purchase order to the responsible offeror, whose proposal conforms to the solicitation as provided herein and represents the best value to the USSS with past performance and price considered. For evaluation of past performance, the offeror must provide at least three references for contracts/purchase orders of similar services within the last two (2) years. Each reference must include customer?s name and address, contact person, project name, date of performance, telephone number and contract value for each reference. If business entity establishment is less than two (2) years, provide related experience of key personnel. Past Performance shall be valued as acceptable or unacceptable?. 52.212-3, Offeror Representations and Certification-Commercial Items; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. The following clauses cited in 52.212-5 are applicable: 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1, Buy American Act-Balance of Payments Program Supplies; 52.225-3, Buy American Act-North American Free trade Agreement ?Israeli Trade Act-Balance of payments program; Alternate I of 52.225-3; 52.225-13, Restrictions on certain foreign purchases and, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.217-7, Option for Increased Quantity?Separately Priced Line Item (insert ?written notice to the contractor prior to expiration of the contract? at fill-in), 52.217-9, Option to Extend the term of the Contract. These FAR Provisions and Clauses may be accessed via the World Wide Web at: http://www.arnet.gov/far/. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. Please fax proposals to (202) 406-6801 or e-mail to Lauren.Edwards@usss.dhs.gov, Attn: Mrs. Lauren Edwards. Award is anticipated within five (5) days of receipt of quotations. A pre-bid inspection/site visit will occur on December 12, 2005 at 10 a.m. at the JJRTC. Firm representatives to be present at the pre-bid inspection must provide their full name, social security number and date of birth, to be received by this office no later than Wednesday, December 7, 2005. Firms which do not provide this information prior to the deadline will not be allowed on the inspection. Please e-mail this information to lauren.edwards@usss.dhs.gov; Attn: Lauren Edwards. Proposals must contain the following: 1) a unit price and total price; 2) Detailed technical description of the required services; 4) Past performance information with at least three (3) references; and, 5) Completed and signed copy of the FAR 52.212-3, Representations and Certifications (July 2002 edition). All written proposals are to be received no later than 4:30 P.M., (EST) December 19, 2005.
 
Place of Performance
Address: Laurel, Maryland
Zip Code: 20708
Country: Prince Georges
 
Record
SN00943419-W 20051204/051202211542 (fbodaily.com)
 
Source
FedBizOpps 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.