SOLICITATION NOTICE
J -- Emergency Elevator Repair
- Notice Date
- 12/8/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20332-0305
- ZIP Code
- 20332-0305
- Solicitation Number
- FA7012-04-T-0037
- Response Due
- 12/12/2003
- Archive Date
- 12/27/2003
- Point of Contact
- Valerie Gaines, Contract Specialist, Phone 2027678030, Fax 202-767-7897, - John Dingeman, Contracting Officer, Phone 202-767-8103, Fax 202-767-7897,
- E-Mail Address
-
valerie.gaines@bolling.af.mil, john.dingeman@bolling.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) No. FA7012-04-T-0037. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-16. This is a small business set-aside. The North American Industry Classification System code is 238290 (formerly SIC code 1796) at $12 million size standard. LINE ITEM 0001: Emergency Repair of Clinic Elevator, Bldg 1300 on Bolling AFB, DC. See Statement of Work. QUANTITY: 1/EA, UNIT PRICE: $_______________, EXTENDED PRICE: $________________. CONTRACTOR IS REQUIRED TO PROVIDE A DETAIL BREAKDOWN OF CONTRACTOR’S PROPOSAL, INCLUDING THE NUMBER OF DAYS FOR COMPLETION OF ALL WORK. DESCRIPTION/SOW: STATEMENT OF WORK FOR ELEVATOR UPGRADE 1. DESCRIPTION OF SERVICES. Contractor shall furnish all plant, labor, materials, transportation, equipment, supervision and all other items and services necessary to upgrade one General, 3500-pound capacity Passenger/Freight elevator in a manner that will ensure continuous and safe operation. The services also require the contractor to provide the necessary controls and other component needed to ensure the elevator is upgraded in accordance with American National Standards Institute (ANSI), American Society of Mechanical Engineers (ASME), National Electrical Code, American with Disabilities Act (ADA) and all other applicable code. The project location is at the base Clinic, building 1300 at Bolling Air Force Base, D.C. 1.1. The following short work description shall serve as general information only, and shall not limit the contractor’s responsibility or obligation to conform to all state and local laws and in accordance with manufacturer’s recommendations. 1.2. The primary objective of this project is for the contractor to procure, remove, replace, refurbish, install new and adjust elevator components with the following specifications: 1.2.1. Furnish and install a new Cemco pump unit. 1.2.2. Provide and install a new standard grade elevator cab and platform. 1.2.3. Furnish and install a new Motion Control Engineering Controller. 1.2.4. Furnish and install a new G.A.L. door operator. 1.2.5. Disassemble hydraulic jack unit; remove water and debris. 1.2.6. Provide and install a new hydraulic piston. 1.2.7. Provide and install new hydraulic oil for pump unit. 1.2.8. Adjust and place the elevator back into service. 1.3. All wiring and appurtenances for controls shall be installed in accordance with the National Electric Code (NEC). 1.4. The performance period shall begin immediately after contract award. 2. GENERAL INFORMATION. The contractor shall regularly engage in the business of servicing equipment of the type and character as required by this statement of work. Contractor shall possess applicable licenses and certification as required by code material manufacturer. 2.1. Before upgrades begin; the contractor shall inspect the work site and ascertain all information necessary to deliver complete performance of the services. The Contractor shall notify the Contracting Officer of any conditions that prevent total completion of services. 2.2. The contractor shall not alter any part of the facility to accommodate equipment in the performance of the contract. 2.3. Security Requirements. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the government installation, shall abide by all security regulation of the installation. 2.4. Base Access. In order to obtain base passes for personnel, contractor shall provide on company letterhead to the Contracting Officer the following: Employee’s name, Employee’s date of birth, Social Security Number and Driver’s License Number and State of Issue, not later than three (3) days prior to start of work in order to issue base entrance passes. Lost entrance passes shall be reported immediately to Security Forces and Quality Assurance (QA). Vehicle registration, proof of insurance and a valid drivers license must be presented for all vehicles entering the installation. 2.5. Supervision by Contractor. The contractor shall at all times provide adequate supervision of his employees to ensure complete and satisfactory performance of all work in accordance with the terms of the contract. 2.6. Contractor Employees. The contractor agrees to utilize factory trained and certified installers. Personnel shall be responsible, experienced and capable in performing the tasks on this contract. The contractor may be asked to remove persons assigned to this contract if such individual is identified to the contractor by the Contracting Officer as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. 2.7. Contractor Vehicle Route. Vehicles shall enter and exit Bolling AFB through the South Gate (Visitor’s Center) and proceed to the work site via Chappie James Boulevard. The Contractor shall cover open-bodied vehicles transporting materials, equipment, dirt, construction debris, rubble or other material, which may become airborne and create air pollution on base. 2.8. Hours of Operations. The contractor shall establish a work schedule, which requires work to be performed from 7:00 AM to 4:00 PM, Monday through Friday. 2.9. Clean Up: Daily site clean up shall be accomplished by the contractor. Clean up shall include, but not limited to, removing all construction material and equipment from the job site that has not been installed. It shall be the responsibility of the contractor to dispose of waste materials from the work site, for example; rags, oil, metal scraps and cuttings. The contractor shall not use any of the installation dumpsters for disposal. All materials removed shall be disposed of by the contractor at an off base site, meeting all local, County, State and Federal regulations. 3. GOVERNMENT FURNISHED ITEMS AND SERVICES. The Government will furnish electricity to the Contractor from existing system outlets and supplies at no cost to the Contractor. 4. QUALITY ASSURANCE. According to the Inspection of Services clause, the government will evaluate the contractor’s performance using periodic method of surveillance. 5. WARRANTIES. The contractor warrants that work performed under this contract shall be the standard warranties offered under commercial standards. Materials warranty provided by the contractor shall be the terms directly from the manufacturer. The contractor shall provide a written warranty agreeing to repair or replace items that fail in workmanship under this contract. The warranty period shall be one year after the date of completion. 6. GOVERNMENT REMEDIES. The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions-Commercial Items for contractor’s failure to perform satisfactory services or failure to correct non-conforming services. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follows: 52.233-2: (a) 11th Contracting Squadron, Bolling AFB, DC, 20032, 52.237-1, 52.252-1, 52.252-5: (b) DFARS (Chapter 2), 252.212-7000 and 252.225-7000. Add paragraph (k), Site Visit: “ A site visit will be conducted on 10 Dec 2003 at 10:00 A.M. We will meet at building 5681, 2nd Floor Lobby. For security reasons, Offerors must submit full name and SSN of each representative attending by e-mail or facsimile listed below, to Valerie Gaines no later than 2:00 P.M. EST, 09 Dec 2003.” Offerors must include, with its offer, a completed copy of provision FAR 52.212-3 in full text.” Clause 52.212-2, Evaluation—Commercial Items applies to this solicitation, specifically the following criteria: 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. The competing offerors’ past and present performance history will be on a basis more important than cost or price considerations. The government seeks to award to the offeror who gives the greatest confidence, that will best meet or exceed the requirements affordably. In making this decision, the government is more concerned with obtaining the best value principles. Offers shall be treated equally except for their prices and performance records. The Government has the right to accept an offer with a higher cost for the expectation of a lower risk in contract performance and meeting the terms and conditions set forth in the solicitation. However, the Government will not make an award at a significantly higher overall cost to achieve slightly higher performance rating. Past performance records shall be provided upon request. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.203-3, 52.203-6 Alt I, 52.209-6, 52.228-5, 52.233-2, 52.237-2, 52.242-13, 52.242-15, 52.252-2, 52.252-6, 52.253-1, 252.204-7003, 252.204-7004, 252.209-7004, 252.212-7001 (DEV), 252.223-7006, 252.225-7001, 252.225-7002, 252.243-7001, 252.247-7003, 5352.223-9001 and 5352.242-9000. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.219-8, 52.219-14, 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.222-41, 52.222-42: THIS IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION: Employee Class: Elevator Repairer, Monetary Wage-Fringe Benefits: WG-10, $20.44; Employee Class: Elevator Repairer Helper, Monetary Wage-Fringe Benefits: WG-5, $14.39, and 52.232-33, 52.233-3. The incorporated Wage Determination 1978-1183, dated June 02, 2003, revision 37 is applicable. The web site is http://www.ceals.usace.army.mil/. If you cannot access this Wage Determination, one will be provided at the site visit. All responses must be received no later than 4:00 P.M. EST on 12 Dec 2003, 11th CON/LGCF, 110 Luke Ave, Ste 200, Bolling AFB, DC 20032 by mail or facsimile. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr.gov. The FAR clauses web site is http://farsite.hill.af.mil or www.arnet.gov. Questions concerning this solicitation should be addressed to Valerie Gaines, Contract Officer, Phone (202) 767-8030, FAX (202) 767-7897, E-mail to valerie.gaines@bolling.af.mil.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/DRU/11CONS/FA7012-04-T-0037/listing.html)
- Place of Performance
- Address: Medical Clinic Building 1300 Bolling AFB, DC
- Zip Code: 20032
- Country: United State
- Zip Code: 20032
- Record
- SN00483785-F 20031210/031208213436 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |