Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2008 FBO #2490
SOLICITATION NOTICE

J -- Elevator Maintenance

Notice Date
9/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
F4D4A18120A005
 
Archive Date
10/15/2008
 
Point of Contact
Sean Kennedy, Phone: 805 606 1733
 
E-Mail Address
sean.kennedy@vandenberg.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The 30th Space Wing, Vandenberg AFB, CA, is soliciting offers to provide elevator maintenance of the 30th Medical Group hospital elevators (3 EA). The contract will consist of one base year and four option years. The contractor will provide all non-personal services: furnish all parts, labor, tools, materials, supervision, and facility, and transportation necessary to provide elevator maintenance. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) #F4D4A18120A005. Submit written offers - quote template provided upon request. Oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) (www.bpn.gov). This procurement is being issued as a 100% Small Business Set-Aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-27and DFARS Change Notice 20080915. North American Industrial Classification Standard (NAICS) 238290 and Size Standard $14.0 M apply to this procurement. The Department of Labor Wage Determination 86-0431 Revision 33, CA Santa Barbara applies to this solicitation. Special Note: Funds are not presently available for this request. The Government's obligation for this request is contingent upon the availability of FY09 appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this request and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.*** STATEMENT OF WORK: STATEMENT OF WORK PREVENTIVE MAINTENANCE OF ELEVATORS 1. Maintenance and Inspections: An annual inspection will be performed in accordance with federal OSHA standards. Maintenance shall be performed in accordance with the manufacturer's best commercial practice and shall include, but not be limited to, replacement or repair of US Elevators-designed components that might cause total breakdown or serious functional impairment. Prior to the offset of this purchase order, the contractor shall demonstrate to the Contracting Officer by certificate of affidavit his/her expertise to repair and maintain the equipment listed in the SOW. The contractor shall verify that equipment is fully operational and performing within manufacturer's routine maintenance to keep equipment in good repair and in proper and efficient operating condition to ensure minimum energy consumption. a. Preventive maintenance shall include but not be limited to all repairs, cleaning, lubricating, sharpening, adjustments, and replacements of repair components that might cause total breakdown or serious functional impairment. The contractor will also be required to provide monthly elevator data. The monthly data should show 24-hour data, such as elevator faults and diagnostics. The printout will be given to the 30 MDG service contract representative in the Medical Logistics office or the Medical Facility Manager, whomever is available as part of the normal contract. b. The contractor shall provide all labor, tools, and test equipment to meet manufacturer's specifications as well as all materials and transportation. No proprietary equipment in design, such as C.P.U., I.O. Boards, and other spare parts/equipment along with components exist. Contractor must be able to start maintenance/repair service on 01 Oct 08 pending funds availability. c. Scheduled maintenance shall be provided during normal duty hours (0730 to 1630) of 30 MDG, Monday through Friday, excluding legal holidays. Preventive maintenance of all three elevators located inside 30 MDG Main Hospital building shall be performed twelve times a year (once approximately every 30 days). The contractor shall notify the Government Point of Contact at least five days prior to preventive maintenance being performed. i. Contractor will have a one-hour response time for emergency calls, such as personnel stuck in an elevator or all elevators failing at the same time. The following provisions and clauses apply to this acquisition: FAR 52.204-9 Personal Identity Verificatoin of Contractor Personnel FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.212-2 Evaluation-Commercial Items, quotes will be evaluated on price. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Dev. Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.217-5 Evaluation of Options FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation 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 FAR 52.222-36 Affirmative Action for Worers with Disabilities FAR 52.222-37 Employmetn Reports on Disabled Veterans and Veterans of the Vietnam Era FAR 52.222-41 Service Contract Act of 1965, as amended FAR 52.222-50 Combating Trafficking in Persons FAR 52.232-18 Availability of Funds FAR 52.232-33 Payment by Electronic Funds-Central Contractor Registration. FAR 52.233-3 Protest After Award FAR 52.252-2 Clauses Incorporated by reference (view clauses at): http://farsite.hill.af.mil/vffar1.htm AFFARS 5352.201.9101 Ombudsman Contact: Contracting Division, AFSPC/A7KO, 719-554-5324 AFFARS 5352.223-9000 Elimination of ODS AFFARS 5352.223-9001 Health & Safety on Gov't Installations All potential offerors are reminded that compliance with Defense Federal Acquisition Regulations (DFAR) 252.204-7004, Required Central Contractor Registration (CCR), is mandatory. Lack of registration in the CCR will make an offeror ineligible for contract award. All questions shall be submitted in writing by 24 September 2008. Answers will be posted by 26 September 2008. All quotes must be sent to Sean Kennedy at sean.kennedy@vandenberg.af.mil or faxed to 805-606-5867 no later than 5:00 PM PST on 30 SEP 08.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=00089a211880b8b644d78c1e8d9fd8be&tab=core&_cview=1)
 
Place of Performance
Address: Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN01675071-W 20080920/080918223133-00089a211880b8b644d78c1e8d9fd8be (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.