Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
SOLICITATION NOTICE

J -- Elevator Repair

Notice Date
9/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L06T0139
 
Response Due
9/21/2006
 
Archive Date
11/20/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being r equested and a written solicitation will not be issued. Solicitation document W9124L-06-T-0139 is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circula r 2005-12. This acquisition is set aside for small business. The applicable NAICS code is 238290; SIC code is 1796; size standard is $13 million. This solicitation is issued under FAR subpart 13.5, Test Program For Certain Commercial Items. The followi ng services are required, please provide quote in spaces provided: CLIN 0001: Repair Elevators, Building 700. Remove existing plunger, cylinder, casing and all parts of the jacking mechanism, complete. Clean out hole as required to receive new casing and jacking mechanism. Install new 22 inch x 60 feet black steel schedule 40 pipe casing, 14 inch cylinder and 10 inch plunger complete with new packing gland. Make all connections for operations of the hydraulic system. Install 5 inch x 5 inch x 31 inch 50 lb magnesium anode in courtyard. Backfill with sand, patch paved surface to match existing. Connect to hydraulic lift casing with #12 AGW single strand copper wire, TYPE UF, with cadmium weld. Route conductors along floor, support at wall, and bore t hru wall below grade. Apply waterproof caulk at wall penetration. The Contractor shall comply with all NFPA and ASME A17.1 codes for elevators. Unit price __________ x 1 each = __________. CLIN 0002: Repair Elevators, Building 462. Replace existing eleva tor back into service. Elevator has not been in service since the late 1950's or the early 1960's. The Contractor shall put the elevator back into service and make it ADA approved. The Contractor shall replace the existing car, controller, and buttons a nd remove the existing traction machine, cables, motor deflector sheaves. The Contractor shall install a new hydraulic plunger type elevator that will meet or exceed the latest ADA requirements. At each floor the Contractor shall install new doors but m ay reuse the existing door jamb and sill. All control diagnostics shall be on board with no service tool required. The Contractor shall comply with all NFPA and ASME A17.1 codes for elevators. Unit price __________ x 1 each = __________. The following pr ovisions and clauses apply: 52.212-1, Instructions to Offerors-Commercial Items (JAN 2006); 52.212-3, Offeror Representations and Certifications-Commercial Items (JUN 2006) must be completed and submitted with the offer; 52.212-4, Contract Terms and Condit ions-Commercial Items (SEP 2005); Addendum to 52.212-4, Paragraph (a) is tailored to add the following before the last sentence of the paragraph: The Government has the right to inspect and test all services called for by the contract, to the extent pract icable at all times and places during the term of the contract. The Government shall perform inspections and tests in a manner that will not unduly delay the work. If the Government performs inspections or tests on the premises of the Contractor or a sub contractor, the Contractor shall furnish, and shall require subcontractors to furnish, at no increase in contract price, all reasonable facilities and assistance for the safe and convenient performance of these duties. If any of the services do not confor m to contract requirements, the Government may require the Contractor to perform the service again in conformity with contract requirements at no increase in contract price. When the defects in services cannot be corrected by re-performance, the Governmen t may---require the Contractor to take necessary action to ensure that future performance conforms to contract requirements; and reduce the contract price to re flect the value of the services performed. Text in paragraph (c) is deleted and replaced with the following: Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of administrative ch anges, such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. (b) Paragraph (g)(2) is deleted in its entirety. (c) Paragraph (i) is deleted in its entirety. 52.212-5, Contract Terms and Conditions R equired to Implement Statutes or Executive Orders-Commercial Items (AUG 2006) (including 52.203-6, 52.219-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, 52.232-36, Addendum to 52.232-36, (g) The third party is: US Bank, GPC Payment Services, PO Box 6313, Fargo, ND 58125-6313, (h) The purchase card to be used is: Government Purchase Card (GPC). The Government will process payments for supplies/services rendered under this contract through th e Government-wide Commercial Purchase Card (GPC). The Contractor shall furnish the Government a credit card receipt of the transaction within 24 hours after shipping the supplies or performance of service (see block 9 of the SF1449 or block 6 of the DD115 5 for the mailing address. 52.222-41, 52.222-42, Addendum to 52.222-42, This information is for information only: it is not a wage determination, Employee Class  Elevator Repairer, Monetary Wage-$19.90, Fringe Benefits-32.85%. 52.222-44); 52.204-7, Centra l Contractor Registration (JUL 2006); 252.204-7004 Alt A, Central Contractor Registration Alternate A (NOV 2003); 52.252-1, Provisions Incorporated by Reference (FEB 1998); 52.252-2, Clauses Incorporated by Reference (FEB 1998); 252.212-7000, Offeror Repre sentations and Certifications-Commercial Items (JUN 2005); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2006) (including 52.203-3 and 252.225-7001 ); 52.237-1, Site Visit. Wage Determination 94-2525 Revision (27) dated 5/23/2006 is applicable to this solicitation. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: htt ps//contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and end ing dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor hours (including sub- contractors); (6) Estimated direct labor dollar paid this reporting period (including sub-contractors): (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate pred ominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (The Army Requiring Activity is responsible for providing t he contractor with its UIC for the purpose of reporting this information.; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the Unites states and nearest city, county, when in a overseas location, using standar dized nomenclature provided on website; (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees employed in theater this reporting period (by country). Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each re quired data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate unless otherwise directed by the Contracting Officer. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on Highway 49 (approximately ? mile). Entrance to Apache Gate is on the left (south). Prospecti ve offerors are cautioned against soliciting views, clarifications, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the issuing office. Any request for clarification should be submitted in writing to t he Directorate of Contracting, ATTN: SFCA-SR-SI, PO Box 33501, Fort Sill, OK 73503-0501 or emailed to Stephanie Murphree at stephanie.murphree@sill.army.mil. Oral explanations will not be binding. The offeror, by submission of its proposal, certifies tha t none of the personnel proposed for the effort required by this solicitation are in violation of applicable military or civilian laws or regulations relating to personal conflict of interest and/or standards of conduct. This includes, but is not limited to, the Joint Ethics Regulation (DOD 5500.7-R). The Contractors employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. The Contractor shall, while performing services on a Government installation, operate in compliance with Federal, state, local, and installation utility and environmental regulations and programs. The Contractor shall be solely responsible for any noncompliance to include any fines and penalties levied. The Government shall not be liable for such additional costs incurred by the Contractor. The Contractor shall be subject to unannounced utility conservation inspections by the Department of Public Works (DPW). No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions cont ained elsewhere in this contract, the said authority remains solely with the Contracting Officer. Only one award will be made as a result of this solicitation. Award will be made in the aggregate to the low responsive, responsible offeror whose bid/offer , conforming to the solicitation, is most advantageous to the Government, considering only price and price-related factors specified in the solicitation. Bidder/offeror is required to submit bid/offer on all bid items. Failure to do so will be cause for rejection of the bid/offer. NOTE: All extensions of the unit prices shown will be subject to verification by the Government. In case of variation between the unit price and the extension, the unit price will be considered to be the bid/offer. If a modi fication to a bid/offer based on unit prices is submitted, which provides for a lump sum adjustment to the total estimated cost, the application of the lump sum adjustment to each unit price in the bid schedule must be stated. If it is not stated, the bid der/offeror agrees that the lump sum adjustment shall be applied on a pro-rata basis to every unit price in the bid schedule. A site visit has been arranged fo r anyone wishing to inspect the site where these services are to be performed. The site visit will be on Monday, September 18th at 9:00 a.m. local time. Anyone wishing to visit the site should do so at this time. Those persons interested in attending t he site should be at Directorate of Contracting, Bldg. 1803, Fort Sill, OK no later than 8:45 a.m. local time. Due to the limited space available, each concern should limit the number of their representatives attending to 2 persons. Electronic or telepho nic notification of attendance must be received by the Contract Specialist no later than 1:00 p.m. on Friday, September 15th. Point of contact is Stephanie Murphree , at telephone number (580) 442-4315 or e-mail at stephanie.murphree@sill.army.mil. The C ontractor shall register Contractor-owned vehicles and shall require its employees to register privately-owned vehicles in compliance with AR 190-5 as directed by the Contracting Officer. Each side of Contractor-owned vehicles shall bear the Contractor's name in 2-inch letters. Each Contractor employee shall possess an identification card to include employee's name, name of Contractor, current photo, and card serial number. Additionally, each Contractor employee shall display on his/her person a badge or name tag which shall include the name of the employee and the Contractor's name. The Contractor shall collect Contractor-furnished identification badges upon termination of employee. If an emergency or unanticipated event interrupts normal Government pro cesses so that quotations cannot be received at the office designated for receipt by the exact time specified in the RFQ, and urgent Government requirements preclude an amendment or other notice of an extension of the bid opening/closing date, the time spe cified for receipt of quotes will be deemed to be extended to the same time of day specified in the RFQ on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., loca l time for the designated Government office. Vendor/Contractor must submit their invoices in the following format: 1. Name and Address. 2. Contract/Purchase Order Number, including Delivery Order Number. Must include complete number, (i.e. W9124L-xx-x- xxxx or DABK35-xx-x-xxxx or DABT39-xx-x-xxxx). 3. Description, price, and quantity of property or services actually provided. 4. Shipping and Payment Terms. 5. Complete Mailing Address. 6. Telephone Number and Address for notification in case of defect ive invoice. NOTE: Invoices must match purchase order/contract in description and unit of issue. Defective invoices will be returned. PLEASE SUBMIT INVOICES TO STEPHANIE MURPHREE, FAX: 580-442-8014, EMAIL: stephanie.murphree@sill.army.mil PAYMENT WILL BE MADE WITH GOVERNMENT PURCHASE CARD/VISA; THEREFORE YOUR QUOTE SHOULD REFLECT THIS METHOD OF PAYMENT. The entire combined synopsis/solicitation will be posted Tuesday afternoon September 12, 2006 to the Fort Sill Directorate of Contracting homepage: http:/ /sill-www.army.mil/doc. Quotes are due by September 21, 2006. Point of Contact: Stephanie Murphree, Contract Specialist, PH: 580-442-4315, email: stephanie.murphree@sill.army.mil.
 
Place of Performance
Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
Country: US
 
Record
SN01141051-W 20060914/060912221133 (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.