Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2007 FBO #1949
SOLICITATION NOTICE

J -- Preventive and remedial maintenance service of Order Picker and Sweeper equipment

Notice Date
3/27/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Fleet & Industrial Supply Center Seal Beach Det, 800 Seal Beach Blvd , S.B. CA
 
ZIP Code
00000
 
Solicitation Number
N0024407T0413
 
Response Due
3/29/2007
 
Archive Date
4/28/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 not be issued. The solicitation number is N00244-07-T-0413. This solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15 and Defense Acquisition Change Notice 200070212. The North American Industry Classification System (NAICS) code is 811310 and the business size standard is $6.5M. This requirement is unrestrictive. The requirement is for preventive and remedial maintenance service of the Order Picker and Sweeper equipment described below. The period of performance shall be from 1 Apr 2007 or date of award through 30 September 2007 with two (2) one-year renewal options. Contract Line Item Number (CLIN) 0001 - Perform preventive maintenance on a monthly basis on the following six (6) Order Picker equipment: Lansing Model FAER6125, S/N 85110330 Prime Mover Model 0E35, S/N 200056 and 200057 Schreck Model CWHOP, S/N SCHRECK1 and SCHRECK2 Crown Model SP3410-30, S/N 1A295983 and 1A295984 CLIN 0002 - Perform preventive maintenance on a quarterly basis on the following ten (10) Sweeper equipment: American Legion Model 576423, S/N 620095, 620094, 620243, 620244, 620245, and 620246 American Legion Model 5746511, S/N 450481 Tennant Model 285, S/N 28510883 Tennant Model 27511, S/N 2757122 and 2757115 Prices proposed for CLINs 0001 and 0002 shall include all costs and fees. CLIN 0003 ? Perform unscheduled repairs and services (Per-Call Maintenance) billed at $______ per hour CLIN 0004 ? Parts used for repairs in connection with CLIN 0003 shall be billed at contractor?s cost. The period of performance for CLINS 0001 ? 0004 will be from 01 Apr 2007 (or date of award) through 30 September 2007. Option Items: Option Period 1 CLIN 1001 ? Same as Item 0001 CLIN 1002 ? Same as Item 0002 CLIN 1003 ? Same as Item 0003 CLIN 1004 ? Same as Item 0004 Option Period 1 will be from 01 October 2007 through 30 September 2008. Option Period 2 CLIN 2001 ? Same as Item 0001 CLIN 2002 ? Same as Item 0002 CLIN 2003 ? Same as Item 0003 CLIN 2004 ? Same as Item 0004 Option Period 1 will be from 01 October 2008 through 30 September 2009. Equipment Location: Naval Base Ventura, 1000 23rd Avenue, Bldg. 801, Port Hueneme, CA 93043. This requirement is subject to the Service Contract Act of 1965, as amended. Department of Labor Wage Determination Number 05-2071 Rev (02) applies to this procurement. The wage determination may be viewed at www.dol.gov. STATEMENT OF WORK Preventive maintenance shall include checks, adjustments, and lubrication as required for the following: Operation of Sweeper, Order Picker or Turret Truck, oil levels, all lubrication points, electrical connections, all motors for brush wear and condition, all contactors and switches, hardware for looseness, hydraulic ramps for damage or leakage, hydraulic fittings and hoses for oil leakage, brakes and linkage adjustment and condition, brake fluid levels, wheel condition and alignment, all chain condition and adjustment, free movement of drive unit assemblies, free movement of steering assemblies, and battery (water level and connectors). Proper operation of Safety Devices, lights, horns, harnesses and fans. Maintenance as specified above will be carried out quarterly for the Warehouse Sweepers (CLIN 0002) and monthly Order Pickers and Turret Truck. All work will be performed during regular working hours of 7:00 AM to 2:00 PM, Tuesday through Thursday. It is understood that the prices specified for each CLIN will completely cover the scheduled maintenance operation listed above. A report will be provided after services have been completed during each visit for each unit. The report will reflect services performed and deficiencies identified. The following provisions and clauses apply: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; and the following addenda: 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-41, Service Contract Act of 1965, As Amended; 52.222-43, Fair Labor Standards Act and Service Contract Act?Price Adjustment (Multiple Year and Option Contracts), 52.222-3 Convict Labor(E.O. 11755); 52.222-19 Child Labor-Cooperation with Authorities and Remedies(E.O. 13126); 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246);52.222-36 Affirmative Action for Workers with Disabilities;52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13 Restrictions on Certain Foreign Purchases (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items ((DEVIATION); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial with the following clauses incorporated in section (a) 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582), 252.225-7002 Qualifying Country Sources As Subcontractors; Offerors are required to complete and include a copy of the following provision with their quotation: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items?Alt I. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. Anticipated award date is 30 Mar 2007.
 
Web Link
click here to learn more about FISC San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN01260284-W 20070329/070327221321 (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.