SOLICITATION NOTICE
J -- FLOOR SCRUBBER MAINTENANCE
- Notice Date
- 9/23/2004
- Notice Type
- Solicitation Notice
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
- ZIP Code
- 93524-1185
- Solicitation Number
- Reference-Number-FIXXTG04000300
- Response Due
- 9/30/2004
- Archive Date
- 10/15/2004
- Description
- 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, the government intends to award a commercial acquisition in accordance with the format in Subpart 12.6, for the basic performance period of 1 October 2004 through 30 September 2005, with four one year options ending 30 September 2009 for the following items; CLINs 0001-0005; The contractor shall furnish all materials, labor, equipment, and transportation necessary to service and perform preventative and remedial maintenance on 3 each model 550D, 2 each model 1480ES, 4 each model 5700, 1 each model 5200B, 1 each model 8300C-1200 battery operated Tennant Floor Scrubbers, and 1 each model Clark-American-Lincoln 526-009 floor scrubber, at Edwards Air Force Base, California. Work to be performed is as follows: a. Check drive belts for tension - adjust as needed; b. Check fluid level, oil, water and coolant; c. Check belt and all movable parts; d. Check all electrical parts repair or replace as needed; e. Check all hoses, fuel, water, gas, air, hydraulic and replace as needed; f. Check squeegees for wear and replace as needed; g. Check all engine parts and repair or replace as needed; h. Check all brushes and repair or replace as needed; i. Check hydraulic systems and repair as needed; j. Check safety devices such as, brakes, guards, switches and seat belts repair as needed; k. Check articulating joints repair as needed; l. Check tires and casters repair or replace as needed; m. Check recovery tanks clean as needed, repair, or replace; n. Check and change all filters, fuel, or water; o. Replace batteries as needed; p. Replace seals and gaskets as needed; q. Test-run and make adjustments as needed each and every time machine is worked on; r. Repair clutches and transmissions as needed; s. Full service to include replacing parts that are beyond economical repair with new; t. Contractor shall comply with all Federal and State applicable codes, Edwards Air Force Base Environmental regulations, in addition to current industry standards. HOURS OF WORK: The hours of work shall be from 7:00 AM to 4:00 PM, Monday through Friday, excluding federal holidays. SAFETY: The contractor shall comply with all fire and safety regulations at Edwards Air Force Base, in addition to Federal OSHA and Cal-OSHA. EXCESS MATERIAL: All excess materials generated by the contractor shall be removed from the job site and disposed of by the contractor. PREVENTIVE MAINTENANCE: Preventative maintenance shall be accomplished on a schedule TO BE NEGOTIATED. REMEDIAL MAINTENANCE: Remedial maintenance will be on an on-call basis with response time not to exceed twenty-four (24) hours excluding weekends and federal holidays. (Downtime for each unit will not exceed five working days from the date of notification). CONTRACTOR INVOICING: The contractor shall submit invoices according to the contract as stated in block 18a. of the contract. All invoices will reflect repair order numbers. The NAICS Code for this procurement is 811310 with a size standard of $6.0 Million. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is a request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 and Defense Acquisition Change Notice (DCN): 2004625. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: http://farsite.hill.af.mil or http://www.arnet.gov/far. The following provisions and clauses apply: 52.252-2, Clauses Incorporated by Reference, 52.212-1, Instructions to Offerors-Commercial Items, and 52.212-2 Evaluation ? Commercial Items, fill-ins as follows: The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable. Only those offerors found technically acceptable will be further considered for award. To be technically acceptable, the offeror must demonstrate that the offer has: 1. Technical skills required to maintain and repair floor scrubber units. 2. The ability to obtain parts for floor scrubbers. 3. Adequate special tooling necessary to perform the maintenance and repairs; 52.212-3, Offeror Representations and Certifications-Commercial Items, offerors must include a completed copy of the provision with its offer; 52.212-4, Contract Terms and Conditions-Commercial Items; Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.203-03 Gratuities; 52.203-06 Restrictions on Subcontractor Sales to the Government; 52.217-8, Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.219-08 Utilization of Small Business Concerns; 52.222-03, Convict Labor; 52.222-19, Child Labor ?Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans of the Vietnam Era; 52.225-13, Restriction on Certain Foreign Purchases; 52.223-11 Ozone Depleting Substances; 52.223-03 Hazardous Material Identification and Material Safety Data Sheets; 52-225-1; 52.232-36 Payment by Third Party; 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration; 52.222-41 Service Contract Act of 1965 as Amended (WD 94-2043 rev 25 applies); 52.222-42, Statement of Equivalent Rates for Federal Hires (fill-ins as follows: General Maintenance Worker $18.17 $5.81) 52.222-43, Fair Labor Standards Act and Service Contract Act ? Price Adjustment; 52.228-05 Insurance ? Work on a Government Installation. The following DFARs clauses apply to this acquisition; 252.212-7001 Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2004); 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7014 Preference for Certain Domestic Specialty Metals; 252.232-7003 Electronic Submission of Payment Requests; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification of Transportation of Supplies by Sea; In addition the following AFMCFAR clauses apply 5352.228-9001 Insurance Clause Implementation; 5352.242-9000 Contractor Access to Air Force Installations. Contractors interested in responding to this requirement are required to submit their quotations to Patrick Terry, Contract Negotiator at the Air Force Flight Test Center, Directorate of Contracting, 5 S. Wolfe Avenue, Edwards AFB, CA 93524-1185. Responses must be received by 30 September 2004 at 4 pm, Local Time. Faxed transmissions of quotes are preferred. Tel number is 661 277-8450. Fax number is (661) 275-7844 or email to: patrick.terry@edwards.af.mil
- Place of Performance
- Address: EDWARDS AFB, CA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN00680428-W 20040925/040923212009 (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 |