Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2006 FBO #1817
SOLICITATION NOTICE

J -- MAINTENANCE ON TENNANT SWEEPERS

Notice Date
11/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SB3100-6304-1010
 
Response Due
11/28/2006
 
Small Business Set-Aside
Total HBCU
 
Description
The Defense Distribution Center, New Cumberland, PA has a requirement to provide Preventative Maintenance (PM) on Tennant Sweepers at the Defense Distribution Depot, Naval Station Norfolk, Norfolk, VA and DDNV. The monthly maintenance shall include three (3) PM calls per year, tune-ups as required, brushes as required, replacement of worn parts as required and all repairs due to normal use and wear. Repairs of damage due to negligence, abuse or accidents will not be covered. Also repairs and adjustments to correct unauthorized modifications or service work will not be covered. 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; proposals are being requested and a written solicitation will be issued. This solicitation is issued as a Request for Proposal (RFP). Reference Number is SB3100-6304-1010. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars (FAC) 2005-13, Effective 28 Sep 2006 & Class Deviation 2005-o0001 and DFARS Change Notice (DCN) 20061026. This solicitation is 100% set aside for small business concerns. The North American Industry Classification System (NAICS) code is 811310 and the associated size standard is $6.5MIL to be classified as a small business concern. Period of performance ? January 1, 2007 through December 31, 2007. Contractor tasks are stated below: Task 1: Description: Perform monthly preventative maintenance (PM) including tune-ups, replacing brushes and work parts as required. Deliverables: On completion of monthly maintenance to equipment contractor will provide a summary of work performed and repairs made. Task 2: Description: Government requested and authorized repairs (outside of regular PM) to the sweepers will be billed at an hourly service rate, regular and overtime. The contractor will respond to service calls within 24 to 48 hours of notification. Fuel costs are not included. Deliverables: On completion of monthly maintenance to equipment contractor will provide a summary of work performed and repairs made. All outside repairs will be authorized, in advance, by the COR. Contractor will provide a list of equipment inspected, serial numbers of equipment inspected, and any repair work completed before contractor departs DDNV. A 10% spot check of the reported replacements or repairs will be performed each month. Contractor will provide an inspection schedule that will ensure that each sweeper is inspected each month. Any authorized repairs (outside of regular PM) to the sweepers will be billed at an hourly service rate, regular, and overtime. The contractor will respond to service calls within 24 to 48 hours of notification. Fuel costs are not included. The Government will pay the contractor for actual cost of materials only (including reasonable material handling costs. If the contractor obtains a part at a discounted cost, the contractor shall pass the savings onto the Government. Contractor to provide a list of equipment inspected, serial numbers of equipment inspected, and any repair work completed. Contractor will establish an inspection schedule that ensures that each sweeper is inspected each month. The Government will not furnish any property or equipment Employees of the Contractor must possess identification i.e. driver?s license and proof of employment with the contractor in order to obtain access badges to Naval Station Norfolk and DDNV. Service repair calls will be given as needed and contractor shall respond within 24 to 48 hours of notification. Contractor will be paid hourly rate as quoted below plus Government-approved material costs for these repairs. Estimate of 260 hours per year usage per sweeper as measured by the engine hour meter. EQUIPMENT LIST: ** Tennant Power Sweeper, Model 355, SN #1594 with IISOPOLY, wire main brush and nylon side brush. Location: Pier 3, Norfolk Price: $_____________per month ** Tennant Power Sweeper, Model 530, SN #4659 with nylon brush and polypropylene side brush. Location: Bldg W-143-5, DDNV-SB Price: $_____________per month ** Tennant Power Sweeper, Model 8010 (3 each), SN #214, 215, and 228 Location: Badges SP89, CD20 and W-135 Price: $_____________per month $______________Total for 3 each per month ** Tennant Power Sweeper, Model 8210 (5 each), SN #1078, 1079, 1080, 1081, and 1082 Location: Badges W-127, W-143, V147, and Y108 Price: $_____________per month $______________Total for 5 each per month ** Tennant Power Sweeper, Model 6400 (2 each), SN #1961 and 2042 Location: Badges W-135 and Z101 Price: $_____________per month $______________Total for 2 each per month ** Tennant Power Sweeper, Model 255 (2 each), SN #0545 and 38040 Location: Badges W-130 and SD214 Price: $_____________per month $______________Total for 3 each per month REPAIRS TO SWEEPERS: Time and Materials for unscheduled on-call repairs in accordance with the service repair calls, as needed. Contractor shall respond within 24 to 48 hours of notification. Contractor will be paid hourly rate plus Government-approved material costs for these repairs. Hourly rate for scheduled on-call repairs: Regular Time: $___________/hour Overtime: $_____________/hour Hourly rate for unscheduled on-call repairs: Regular Time: $___________/hour Overtime: $_____________/hour The estimated cost for unscheduled maintenance is $7,500 total. Wage Determination 2005-2543, Revision 1, dated 08/28/2006 is applicable to this synopsis/solicitation. The following FAR and DFAR clauses and provision apply to this service. The full text version of these clauses and provisions may be viewed at http://farsite.hill/af.mil/. FAR provision 52.212-1 Instruction to Offerors ? Commercial Items applies to this service. Addenda to FAR 52.212-1: The following two (2) paragraphs are hereby deleted from this provision: (d) Product Samples, (e) Multiple Offers, (h) Multiple Awards, and (i) Availability of requirements cited in the solicitation. Past Performance ? The offeror shall provide: a. List of contracts, preferable three, commercial or government that have been performed within the last five (5) years. This list shall include: point of contact, address, telephone number, dollar amount of contract, performance schedule and a brief description of the services provided. b. A list of any ?significant problems? encountered for the contracts reported in response to paragraph (a) above. General examples are: shortages, overages, damage, and misshipments. Include also a brief description concerning how these problems were handled and remedied. References may be contacted as part of the evaluation process. FAR provision 52.212-2 ? Evaluation ? Commercial items applies to this service. The Government intends to award one contract as a result of the synopsis/solicitation. Award will be based on the proposal that provides the total lowest price for the service and meets the technical acceptability standard. The minimum criteria for technical acceptability shall be the submission of past performance information that provides evidence that the contractor has a record which indicates the capability to perform these services, as stated above. In response to the synopsis/solicitation, contractors must submit a completed copy of the FAR provision 52.212-3, Offeror Representations and Certifications ? Commercial Items (Alternate I), price proposal and past performance information. FAR clause 52.212-4 Contract Terms and Conditions ? Commercial items applies to this service. Addenda to FAR 52.212-4: FAR 52.232-7 - Payments Under Time-and-Materials and Labor-Hour Contracts. FAR 52.243-3 - Changes -- Time-and-Materials or Labor-Hours FAR 52.246-6 - Inspection -- Time-and-Material and Labor-Hour. FAR clause 52.212-5 ? Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies to this service. The following additional FAR clauses are applicable to this service: FAR 52.219-6 ? Notice of Total Small Business Aside FAR 52.222-3 ? Convict Labor FAR 52.222-21 ? Prohibition of Segregated Facilities FAR 52.222-26 ? Equal Opportunity FAR 52.222-35 ? Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 ? Affirmative Action for Workers with Disabilities FAR 52.222-37 ? Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-41 ? Service Contract Act of 1965, as Amended FAR 52.222-42 ? Statement of Equivalent Rates for Federal Hires FAR 52.225-13 ? Restrictions on Certain Foreign Purchases FAR 52.232-33 ? Payment by Electronic Funds Transfer FAR 52.232-36 ? Payment by Third Party DFARS 252-212.7000 ? Offeror Representations and Certifications ? Commercial Items applies to this service. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. NOTE: All contractors MUST be registered in the Central Contractor Registration (CCR) Database to receive an award. Information on registration may be obtained by calling 1-888-227-2423 or via internet at www.bpn.gov. Proposals by responsible small business concerns may submit their proposals to Karen.Kaufman@dla.mil or facsimile Attn: Karen Kaufman @ 717-770-5689. Proposal due date and time is November 28, 2006 @ 2:00PM EST.
 
Place of Performance
Address: NORFOLK, VA
Zip Code: 23512-5100
Country: UNITED STATES
 
Record
SN01181156-W 20061117/061115220045 (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.