Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 17,2000 PSA#2643

Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021

H -- 35 TON CRANE REPAIR & INSPECTION -- BLDG # 178 SOL Reference-Number-F7390001680100 DUE 072400 POC Karen Wenner, Contract Specialist, Phone (843) 963-3327, Fax (843) 963-5183/2850, Email Karen.Wenner@charleston.af.mil -- Anna Nix, Contract Specialist, Phone (843) 963-5157, Fax (843) 963-5183/28502829, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=Reference-Number-F7390001680100&LocID=514. E-MAIL: Karen Wenner, Karen.Wenner@charleston.af.mil. 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 not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. The resulting award is set aside for small business set-aside program and/or hub zone. The SIC is 7699 with a $5 million dollar size standard. Recommended brands are suggested, if an __or equal__ brand is proposed, specifications are required. It shall be justified and approved in accordance with FAR 6.303 and 6.304. The following clauses and provisions are incorporated and will remain in full force in any resultant award: FAR 52.212-1, Instructions to offeror- Commercial Items (Nov 1999) is incorporated by reference and applies to this solicitation; The provision 52.212-2 Evaluation-Commercial Items (Feb 2000); FAR 52.212-5 Contract Terms and Conditions-Commercial Items (May 1999) are incorporated by reference and apply to this acquisition; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Feb 2000) are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply: FAR 52.222-25 Affirmative Action Compliance (Apr 1984); FAR 52.222-26 Equal Opportunity (Feb 1999); FAR 52.222-35 Affirmative Actions for Veterans and Veterans of the Vietnam Era (Apr 1999); FAR 52.222-36 Affirmative action for workers with Disabilities (29 U.S.C. 793) (Jun 1998); FAR 52.222-37 Employment Reports on Disable Veterans and Veterans of the Vietnam Era (Jan 1999); FAR 52.222-41 Services Contract Act of 11965, as amended (May 1989); DFARS 252.204-7004 Required Central Contractor Registration (Mar 1998) are incorporated by reference and applies to this acquisition; FAR 52.232-33 Payment By Electronic Funds-Central Contractor Registration (May 1998); and DFARS 252.225-7001 Buy American Act and Balance of Wage Determination 94-2473 (Rev. 16) as revised 10 Aug 1999 applies to this solicitation. All contractors are reminded that Central Contractor Registration is mandatory, you can access this via their web-site, at http://www.ccr2000.com The Statement of Work and wage determination may be downloaded from the Electronic Posting System (EPS) web-site at http://www.afmc.wpafb.af.mil/organizations/HQ-AFMC/PK/afciro/index.htm For more business opportunities, visit the web site of http://www.selltoairforce.org, a link to SBA, http://www.sba.gov. Responses to this combined synopsis/solicitation must be received via email, fax, mail or delivery by July 19, 2000 no later than 4:00 PM Eastern Central Time. Request should be marked with the solicitation number and addressed to Karen Wenner or Anna Nix. All responsible sources may submit a quotation, which shall be considered by the agency. STATEMENT OF WORK 35 TON CRANE— BUILDING #178 REFERENCE: F7390001680100 1.0 SCOPE: The contractor shall provide all labor, material, and equipment to complete the inspection, repair, servicing, weight test and certification of the 35 ton crane located in building # 178 at Charleston AFB, SC. 2.0 SPECIFICATIONS: Provide all labor, materials, test weights and equipment to repair, service, maintain, load test and certify the thirty five ton crane in building # 178. 3.0 CONTRACTOR RESPONSIBILITIES: The contractor shall visit building # 178 to become thoroughly familiar with the crane and to establish/verify all details/critical dimensions of the crane. The contractor shall be responsible for observing the design details of the crane. 4.0 CERTIFIED CRANE INSPECTORS/TECHNICIANS: Anyone who performs any work on the crane must be a certified crane inspector/technician. Inspector/technician certification shall be through an organization recognized by the US Department of Labor such as the Crane Institute of America. Inspector/technician/electrician training shall include the requirements for hoists/cranes in OSHA, ANSI, AFOSH, ASME, ASTM, NEMA, NEC, NFPA, CMAA, NAV FAC P-307 as well as standards set by the industry. A competent electrician demonstrating knowledge of crane electrical control systems shall perform any electrical service/repair on the crane. 5.0 POINT OF CONTACT: Karen Wenner, Phone # (843) 963-3327. 6.0 SERVICING/REPAIRS: All servicing and repairs, shall be according to the appropriate sections of OSHA, ANSI, AFOSH, ASME, ASTM, NEMA, NEC, NFPA, CMAA 70/74 and NAVFAC P-307. Contractor will conduct work with a minimum amount of _down time_ for the crane. 7.0 RECORDS: The contractor shall use the appropriate forms identified in Appendix _A_ (copies of the forms are provided upon request) to provide a permanent record of all service/repair work done to certify the crane. Note that each form requires the contractor to place his signature on the form, attesting to the fact that the work has been accomplished. Contractor must provide one copyof each completed crane certification record to the building custodian, and one copy of each completed certification record to the POC. Contractor must provide those copies for the crane within a maximum of five (5) days after completion of the certification of the crane. 8.0 WORK SCHEDULE: The contractor shall coordinate work on the crane through the building custodian. All work shall be performed during normal working hours unless specifically authorized by the building custodian. The contractor shall provide the building custodian, POC and the Contracting Officer a timetable for work on the crane. 9.0 REPAIR PARTS: All parts used to repair the crane shall be original equipment or equal to or better than the original manufacturer_s specifications as stipulated in ANSI B30.11-2.3.1(b) and ANSI B30.16b-2.3.1(b). The contractor must provide a written listing of the source or origin of any replacement part used for load bearing parts, load controlling parts, or operational safety devices. A list of all repair parts installed and the supplier who provided each part shall be provided by the contractor on the _Remarks: Crane Safety Inspection Report_ form (see appendix A). 10.0 RED TAG CRANE AT END OF WORKDAY: In the event contractor cannot complete work on the crane before leaving for the day, contractor must place a red tag and a lock on the handle of the floor level disconnect, or the pendant must be pulled up to the bridge and secured to the bridge. Contractor will provide a key to the lock to the building custodian. 11.0 CONTRACTOR IDENTIFICATION: Contractor and each of his employees shall wear a badge with their name and the name of their organization. The identification requirement may also be met by an item of clothing that clearly displays the contractor/employee name and the name of their organization. 12.0 BUILDING CUSTODIAN: The contractor shall coordinate all work with the approval of the building custodian in order to avoid conflicting with the building mission. All work must be performed during normal working hours of the building. 13.0 SAFETY: The contractor shall comply with Federal Occupational Safety and Health Standards, Title 29 CAR 19190, Safety and Accident Prevention requirements specified in AF FAR SUP 52.223.9004 and all safety precautions associated with technical manuals. 14.0 ACCIDENTS: The contractor shall report promptly to the Contracting Officer all available facts relating to any injury to personnel or damage to government property. The contractor shall report any dangerous conditions immediately to the Contracting Officer and the POC. 15.0 HAZARDOUS MATERIALS: It is the responsibility of the contractor to acquire, store, and dispose of oils, grease, paint and other hazardous materials used during this contract. 16.0 SIGNS AND BARRICADES: It shall be the responsibility of the contractor to erect and maintain warning signs and barricades for the protection of personnel and material throughout the course of this contract. Contractor shall take particular care during the weight-testing phase of the crane and at the end of each workday when the contractor leaves the work site over night or through the weekend. No loads shall be left suspended on the crane when the contractor is away from the test area.. 17.0 FIRE HAZARDS: Contractor shall keep the work site around the crane free of rubbish, waste and other miscellaneous materials. All waste that might constitute a fire hazard shall be removed at the end of each workday and is the responsibility of the contractor to provide proper disposal. APPENDIX "A_ Contractor must complete, sign and date each of the following forms as appropriate (see attached forms) when certifying the thirty five ton crane. One copy of each completed form shall be provided to the Building Custodian and to the Point of Contact within five (5) days after the work is completed. 1. For bridge crane: a. Bridge crane maintenance inspection report. b. Bridge crane condition inspection report. c. Crane and hoist certification record (Note that this record requires the signature ofthe POC for this contract prior to making a copy for the building custodian and a copy for the POC). d. Remarks: Crane Safety Inspection Report. Use this form to record purchase of parts for the crane (in the event defective crane parts are found/replaced) or in the event a problem remains after completion of the inspection/weight test. NOTE: SITE VISIT IS SCHEDULED FOR JULY 17 2000 AT 11:00 FOR CONTRACTORS- SITE VISIT FOR BUILDING 543 (REFERENCE NUMBER F38610-00-P-0114) WILL FOLLOW IMMEDIATELY AFTER. 52.212-2 -- Evaluation -- Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:  Price  Technical Capability to Perform  Past Performance Proposals may be submitted in hard copy or electronically, either through email or fax. Regardless of the method of delivery, it is the offeror_s responsibility to ensure the receipt of the proposal by the time and date stated on the solicitation. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Points of Contact: Karen Wenner, Contract Specialist, Phone (843) 963-3327, Fax (843) 963-5183/2850, Email Karen.Wenner@charleston.af.mil or Anna Nix, Contract Specialist, Phone (843) 963-5157, Fax (843) 963-5183/28502829, Email Anna.Nix@charleston.af.mil Email your questions to Karen Wenner at Karen.Wenner@charleston.af.mil Posted 07/13/00 (D-SN474674). (0195)

Loren Data Corp. http://www.ld.com (SYN# 0050 20000717\H-0002.SOL)

H - Quality Control, Testing and Inspection Services Index  |  Issue Index |


Created on July 13, 2000 by Loren Data Corp. -- info@ld.com