Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2006 FBO #1511
SOLICITATION NOTICE

J--J -- Bowling Alley Pinsetter Maintenance

Notice Date
1/13/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Acquisition and Materiel Management Service, (90CB), 10000 Brecksville Road, Brecksville, Ohio 44141
 
ZIP Code
44141
 
Solicitation Number
541-047-06
 
Response Due
1/23/2006
 
Archive Date
2/22/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation 541-047-06 is issued as a Request For Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars (FAC) 2001-25. This procurement is set-aside 100% for small businesses. The North American Industry Classification System (NAICS) Code 811310 and a Business Size Standard of $6.0 million per annum. The Louis Stokes Cleveland Department of Veterans Affairs Medical Center, Cleveland Ohio, (LSCDVAMC) intends to solicit, and award a Firm-Fixed Price contract with a base and three option years, for preventative maintenance and inspection of the Brunswick pinsetters located at the Brecksville Unit. The contractor shall provide services on a weekly basis, during the normal working hours of 8:00 am to 3:30 pm., Monday through Friday. Prices should be quoted for a base period and three options as shown below: Base Period: February 1, 2006 ? September 30, 2006 Clin 0001: Preventative Maintenance and Inspection of Brunswick Pinsetter Clin 0002: Preventative Maintenance and Inspection of Brunswick Pinsetter Option I: October 1, 2006- September 30, 2007 Clin 0003: Preventative Maintenance and Inspection of Brunswick Pinsetter Option II: October 1, 2007- September 30, 2008 Clin 0004: Preventative Maintenance and Inspection of Brunswick Pinsetter Option III: October 1, 2008- September 30, 2009 SCOPE OF WORK: The Contractor shall furnish all necessary labor, equipment, tools, materials, parts, transportation, lodging and anything else that is required to perform the contract services as defined in this contract for full maintenance of pinsetters which includes regular and systematic maintenance inspections of each the automatic pinsetters. During the inspection, the contractor shall clean, adjust, and lubricate equipment and determine the nature and extent of any problem which would require restoring pinsetters to satisfactory service, and if conditions warrant, furnish and install parts that will be needed. The contractor will make the prescribed number of preventative maintenance inspections at a time acceptable to the service chief or his designee. The contractor agrees to perform the preventative maintenance work, i.e., calibration, cleaning, lubrication, adjustments, replacement of components requiring periodic replacement, and replacement of worn defective components according to the equipment manufacturer?s specifications. The contractor shall furnish all lubricants, cleaning supplies, and tools necessary to perform the work described above. All Lubricants shall be as recommended by the manufacturer of the equipment or equal thereto. All replaced parts shall remain the property of the government and only new standard parts will be used in making repairs., except as provided herein. All new parts furnished shall be of current manufacture and shall have full versatility with the pinsetters for which it is furnished. In the event that the contractor does not have standard parts in stock and is unable to readily obtain them, used or adapted parts may be used, provided they are replaced with new parts as soon as possible. No charges will be made for the used or adapted parts and labor involved installing or adapting such parts. When the contractor does not have new standard parts in stock and is unable to readily obtain them because of the discontinuance of their manufacture, non-standard used and adapted parts may be furnished with the trade discount and the labor involved in adapting parts shall be included in the cost of the parts when billing. The Government reserves the right to restrict any Contractor employee from performing services that violate federal regulations or is identified as a potential threat to the security, safety, health or operational mission of the Department of Veterans Affairs Medical Centers and their populations. The restriction of such a person shall not relieve the Contractor from providing all the required services as described herein. The Contractor shall furnish qualified personnel to accomplish all required contract services. Contractor personnel shall conduct themselves in a professional manner, wear clean, neat clothing, and be identified by having company name and/or log and employee name attached to their clothing at all times during the performance of this contract. The Contractor is responsible for acquiring an appropriate number of uniforms, tags, or badges to meet these requirements at Contractor?s expense. Maintenance services shall be performed during the hours of 8:00 a.m. to 3:30 p.m., Monday through Friday, excluding federal holiday. Federal holidays include New Year?s Day, Martin Luther King Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, and other specifically designated days. 52.212 2 EVALUATION COMMERCIAL ITEMS (JAN 1999), Commercial Items, are applicable to this acquisition. Specific evaluation criteria for this provision are as follows: Importance of Evaluation Factors in Descending Order: 1. Technical 2. Past Performance 3. Price *Technical merit and past performance will be considered significantly more important than cost/price and that the contract will be issued to other than the vendor submitting the lowest priced, technically acceptable quotation. Technical: 1. Provide full maintenance, which includes regular and systematic inspection of the automatic pinsetters. 2. Clean, adjust, and lubricate equipment and determine the nature and extent of any problem which would require restoring pinsetters to satisfactory service. 3. Furnish and install parts in accordance to preventative maintenance. 4. Make the prescribed number of preventative maintenance inspections at a time table acceptable to the service chief of his designee. 5. Perform the preventative maintenance work, i.e. Calibration, Cleaning, Lubrication, Adjustments, Replacement of component parts requiring periodic replacement, and replacement of worn defective components according to the manufacturer?s specifications. Written demonstration of a ?Quality Control Program?, to include samples of documentation, Flow chart of new employee review and qualifications. Past Performance: 1. Provide references for three facilities that your company has performed work. Consideration will be given to those whose past performance is with the Veterans Health Administration. Price: 1. Price offer, to include Hourly, Overtime, and any additional costs that may be incurred. Total cumulative price will be a factor in the decision-making, not just per hourly rate. NOTE: The Government reserves the right to award without discussions; therefore submit you?re most favorable terms with your quote. Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer) whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) and shall be submitted to Financial Management Systems, PO Box 149971, Austin, Texas 78714. Remittance address: payments under this contract shall be made to the address indicated in your quote. Small businesses, especially veteran-owned and service-disabled veteran owned small businesses, are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their proposal. The website address for the location of the nearest PTAC is http://www.sellingtothegovernment.net. Full text of the following clauses and/or provisions can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil. The provisions at FAR 52.212. -1, Instructions to Offerors-Commercial Items, applied to this acquisition with the following addendum to the provisions, delete paragraph e and h of the standard provisions. Offerors shall submit with their offer, a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The clause at 52.212.4 Contract Terms and Conditions?Commercial Items, applies to this acquisition, to include the following addendum to the clause; 52.217-8 (which provides that the Contracting Officer may exercise the option by written notice to the contractor within 30 days); 52.232-18, 52.232-19 (which provides that funds are not authorized past September 30, of any fiscal years, unless written authorization is received from the Contracting Officer) 52.233-3, VAAR clause 853.233-70, 852.233-71, 852.237-70, 852.270-1, 852.270-4. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders?Commercial Items, applies to this acquisition which shall include the following clauses: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 Alternate I, 52.225-13, 52.232-34, 52-222-41, 52.222-42. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mm/varr/. Offerors shall submit their quotation along with the completed copy of FAR 52.212.3 Offerors Representations and Certifications?Commercial Items. The Service Contract Act applies to this acquisition and the Wage Determination in effect for this acquisition is Wage Determination No. 1994-2416/revision No 28 dated 5/23/2005. Offeror shall submit all technical questions regarding this solicitation to the Contracting Officer in writing, no later than Jan. 19, 2006 at 3:00 pm EST. Questions may be sent via facsimile at 440-838-6052 or by e-mail to Eric.Rhodes@med.va.gov. Verbal questions will not be addressed. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Proposals are due no later than COB, 12:00 pm., local time, Jan. 23, 2006. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract. You may register easily and quickly on-line at https://www.ccr.gov.
 
Place of Performance
Address: 10000 Brecksville Rd
Zip Code: 44141
Country: United States
 
Record
SN00966359-W 20060115/060113211946 (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.