Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2006 FBO #1805
SOLICITATION NOTICE

J -- Maintenance of Schindler Elevators/Escalators at Various Locations, Oahu, Hawaii

Notice Date
9/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Hawaii, Acquisition 400 Marshall Road, Pearl Harbor, HI, 96860-3139
 
ZIP Code
96860-3139
 
Solicitation Number
N62478-07-R-2308
 
Response Due
10/12/2006
 
Point of Contact
Julie Shimoda, Contracting Officer, Phone (808) 471-1563, Fax (808) 474-3387,
 
E-Mail Address
julie.shimoda@navy.mil
 
Description
Maintenance of Schindler Elevators/Escalators At Various Locations, Oahu, Hawaii. The work includes, but is not limited to, furnishing all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items necessary to provide maintenance and repair of the Schindler elevators and escalators listed below. The work is located at various locations within and around the Pearl Harbor area, Oahu, HI. The solicitation is a combination firm-fixed price (FFP) and indefinite delivery-indefinite quantity (IDIQ) contract. The Schindler escalators and elevators are as follows: (1) NEX Hydraulic Elevators 301-307; 3,500 lb and 6,000 lb capacity, Building 631 (2) NEX Chain Drive Escalators 1-4; Building 631 (3) Nevada Hall Traction Elevators 903-904; 3,000 lb capacity, Building 925 (4) PACOM Traction Elevators 701-705; 3,000 and 4,500 lb capacity, Building 700 The Contractor shall develop and implement a viable PM program for Vertical Transportation Equipment (VTE) per manufacturer?s recommended procedures, and Original Equipment Manufacturer (OEM) and industry standards to ensure proper operation, to minimize breakdowns, and to maximize useful life. All discrepancies discovered during performance of preventive maintenance work must be completed within two calendar days unless there are extenuating circumstances. Downtime of the escalators/escalators must be kept to an absolute minimum. The Contractor is also required to respond to emergency and routine service calls. The Contractor shall be available to perform emergency service calls 24 hours a day, seven days a week throughout the contract period. Arrest emergent condition within two hours of Government?s inception of work order, and complete the repair within two calendar days. The Contractor shall perform service call work in a timely manner and ensure VTE is restored to a safe, operable condition and functions properly. The Contractor shall maintain sufficient parts, materials and equipment on hand to support service call work requirements and complete all work within two calendar days. Lack of availability of parts, material, or equipment will not relieve the Contractor from the requirement to complete service call work within the time limits specified. The Contractor shall perform the annual and semi-annual inspection and testing for each VTE in accordance with but not limited to ASME A17.1, A17.2 and A17.3, NFPA, NEC, ANSI and MO118. In addition, the Contractor shall perform Three-Year Hydrostatic Test - Inspection, Testing, and Certification, Five-Year Load and Speed Test - Inspection, Testing, and Certification. The Contractor shall perform all inspection and testing with Government Inspector in attendance, and provide services to support Government certification. The Contractor?s personnel performing the work or their Superintendent shall have verifiable experience of ten years in maintenance and repair of Schindler elevators/escalators and shall provide evidence of this experience to the Government prior to award of the solicitation. The experience shall include preventive maintenance work and providing repairs on similar equipment found at NEX, Nevada Hall and PACOM in order to keep the elevators/escalators in an operable condition. The Contractor shall show evidence that all the necessary parts, material, and equipment are available to arrest emergency conditions within two hours and complete all repairs within two calendar days. The SSHO shall have and show evidence of a minimum of 3 years safety work on similar project, completion of the 30-Hour OSHA Construction Safety class or equivalent within 3 years prior to the scheduled start date, competent person training for Fall Protection and Hazardous Energy. The training shall be specifically for each of the training listed (i.e., not part of a general safety training class). This notice of intent is not a request for competitive proposals. This contract action is for services for which the Government intends to solicit and negotiate with Schindler Elevator Corporation only under the authority of FAR 6.302-1. The elevator systems, manufactured by Schindler, consist of a logic control system. The logic control system is a microprocessor controller that provides for programmable control of call allocation, logic functions, door control, speed sensing, and car position. The microprocessor software provides the capability to display, monitor, diagnose, and adjust any and all operation and performance parameters, fault logs, fault history, trouble calls, and diagnosis. Interested parties may identify their interest and capability to respond to the requirement. Firms shall also provide evidence to show how parts and materials can be obtained quickly. Firms that have the capability to perform the above work should notify us within 15 days after date of publication of this synopsis. All proposals received within forty-five days after date of publication of this synopsis will be considered by the Government. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The NAICS Code for this procurement is 238290 and the annual size standard is $13 Million. The contract term will be a base period of one year plus four option years. The total term of the contract, including all options, will not exceed 60 months. The Government will not synopsize the options when exercised. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-SEP-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 03-NOV-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVFAC/N62742PH/N62478-07-R-2308/listing.html)
 
Place of Performance
Address: Pearl Harbor, Hawaii
Zip Code: 96860-3139
Country: UNITED STATES
 
Record
SN01176258-F 20061105/061103225221 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.