Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2004 FBO #1034
SOLICITATION NOTICE

49 -- Hydraulic Lift Preventive Maintenance and Repair

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, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305
 
ZIP Code
20032-0305
 
Solicitation Number
FA7012-04-T-0159
 
Response Due
10/8/2004
 
Small Business Set-Aside
Total Small Business
 
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24. This is a small business set-aside. The North American Industry Classification System code is 811310 (formerly SIC code 7699) at a $6 Million size standard. LINE ITEM 0001: Two (2) Rite-Hite Corp. Dock Leveler: Contractor shall provide all personnel, transportation, equipment, tools, materials, and supervision necessary to semi-annually inspect the two (2) Rite-Hite Corp. Dock Leveler within Bldg 2, in accordance with this Statement of Work at Bolling Air Force Base, Washington DC. Two (2) Inspections: First in January 2005 and Second in July 2005. QTY: 2/Inspections, UNIT PRICE: $___________, EXTENDED PRICE: $_________. LINE ITEM 0002: One (1) ECOA Industrial 5000 lb. Lift: Contractor shall provide all personnel, transportation, equipment, tools, materials, and supervision necessary to semi-annually inspect one (1) ECOA Industrial 5000 lb. Lift (Model ELD-050-608-F S/N 810356) within Bldg 3, in accordance with this Statement of Work at Bolling Air Force Base, Washington DC. Two (2) Inspections: First in January 2005 and Second in July 2005. QTY: 2/Inspections, UNIT PRICE: $___________, EXTENDED PRICE: $_________. LINE ITEM 0003: Two (2) Model 8700S SERCO Contract Table Lifts: Contractor shall provide all personnel, transportation, equipment, tools, materials, and supervision necessary to semi-annually inspect the two (2) Model 8700S SERCO Contract Table Lifts within Bldg 520, in accordance with this Statement of Work at Bolling Air Force Base, Washington DC. Two (2) Inspections: First in January 2005 and Second in July 2005. QTY: 2/Inspections, UNIT PRICE: $___________, EXTENDED PRICE: $_________. LINE ITEM 0004: One (1) Advance Lift 2500 K: Contractor shall provide all personnel, transportation, equipment, tools, materials, and supervision necessary to semi-annually inspect One (1) Advance Lift within Bldg 1310, in accordance with this Statement of Work at Bolling Air Force Base, Washington DC. Two (2) Inspections: First in January 2005 and Second in July 2005. QTY: 2/Inspections, UNIT PRICE: $___________, EXTENDED PRICE: $_________. LINE ITEM 0005: Eight (8) Model TI SERCO Contract Table Lifts: Contractor shall provide all personnel, transportation, equipment, tools, materials, and supervision necessary to semi-annually inspect the eight (8) Model TI SERCO Contract Table Lifts within Bldg 4570, in accordance with this Statement of Work at Bolling Air Force Base, Washington DC. Two (2) Inspections: First in January 2005 and Second in July 2005. QTY: 2/Inspections, UNIT PRICE: $___________, EXTENDED PRICE: $_________. LINE ITEM 0006: Annual Pressure Tests: Contractor shall perform annually a certified pressure test on each Hydraulic Lift and Baler, in accordance with the Statement of Work. QTY: 14/Tests, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM 0007: PPM Service Calls Hourly Rate: Service Calls Hourly Rates inside Principle Period of Maintenance (PPM) Hourly Rate in accordance with Statement of Work. QTY: 15/Hours, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM 0008: OPPM Service Calls Hourly Rate: Service Calls Hourly Rates Outside Principle Period of Maintenance (OPPM) Hourly Rate in accordance with the Statement of Work. QTY: 20/Hours, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM 0009: Reimbursable Parts: Reimbursable Parts for repairs of Hydraulic Lifts and Baler on Bolling AFB DC in accordance with the Statement of Work. QTY: 1/LS, UNIT PRICE: $5,000.00, EXTENDED PRICE: $5,000.00 NTE. INSPECTON AND ACCEPTANCE TERMS: Supplies/services will be inspected by Quality Assurance personnel and accepted at job site. NOTICE TO OFFERORS: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. DESCRIPTION/SOW: STATEMENT OF WORK FOR INSPECTION, MAINTENANCE AND REPAIR OF HYDRAULICS LIFTS 1. GENERAL INFORMATION. The contractor shall provide all personnel, transportation, equipment, tools, materials, and supervision necessary to provide maintenance and repair of the Hydraulic Lifts, in accordance with this Statement of Work at Bolling Air Force Base, Washington DC beginning on 15 October 2004 through 30 September 2005. The contractor shall perform the contracted services to the standard identified in this contract. Any specific maintenance tasks performed shall be in accordance with the procedures outlined by the respective hydraulic lift manufacturers. See list of estimated workload data in Appendix A. 1.1. DESCRIPTION OF SERVICES. The following principal features of equipment and work to be performed are general and are not intended to be a complete listing of every item to be accomplished. Contractor shall inspect all Hydraulic Lifts every six months. One inspection shall be completed in the month of January and the other in July. Contractor shall perform a certified pressure test on each lift annually. A certified mechanic shall accomplish the pressure test. A certificate for each lift shall be submitted to the contracting Officer of his/her representative. During these inspections, the contractor shall thoroughly inspect all lifts and components ensuring lifts are operational. Contractor shall make all routine repairs during inspection of lifts to maintain the safety and reliability of the equipment. The Contractor shall clean out all dust, dirt, oil, sludge, and all other foreign debris from under tables and contract table lifts. Contractor shall provide a written report including estimated cost of required repairs. Report shall be submitted to the office of 11 CES/CEOEC; Service Contract Management, Bldg 370 Brookley Avenue, Bolling Air Force Base, Washington DC, within seven (7) working days, after the maintenance inspection has been conducted. 1.2. SERVICE CALLS. 1.2.1. Intervening Service Calls. Intervening service calls are defined as additional visits and services requested at any time other than regularly scheduled visits. Intervening calls shall include determining the cause of trouble and making repairs or adjustments, which require parts and or supplies. The contractor shall respond within four (4) hours of request by the using agency, twenty-four (24) hours a day, seven days a week. The service calls shall be included in the repair cost. The service technician shall report in person to the Contract Management Office prior to going to job site/facility to be serviced. Upon completion of work, the technician shall report in person to the Government Representation in Bldg. 370. When a service call is placed against this contract, the contractor shall perform in accordance with the following paragraphs. 1.2.2. Labor for Intervening Service Calls Only. The Government shall reimburse the contractor for all labor used in repairing the equipment to be maintained under this contract specified in line items pricing. 1.2.3. Labor charges will not apply for time spent by contractor personnel after arrival at the site, awaiting arrival of additional contractor personnel and/or delivery of parts, etc., after a service has commenced. 1.2.4. Inside and Outside of Principle Period of Maintenance. 1.2.4.1. If the contractor is notified and given access to the equipment to effect repairs during the principal period of maintenance (PPM), continuous remedial maintenance service shall be provided to the government at the PPM hourly rate should this service be continued outside the PPM. 1.2.4.2. Outside the principle period of maintenance (OPPM) hourly rate is effective only when the contractor is given access to the equipment to make repair(s) after normal duty hours. If the contractor fails to complete the repair(s) within four (4) hours, the contractor shall report to the Quality Assurance Personnel for notification repair time delays. The next duty day shall be used to complete the end-time of the repair at PPM hourly rate. For those repair services requested to be performed during OPPM the contractor shall provide a means of answering emergency calls. 1.2.4.3. Labor charges will be computed to the nearest ? hour. 1.2.4.4. The contractor shall use all practical means to ensure the hydraulic lifts are down only for minimal time. Employee?s vacation, sickness, or lack of availability of parts is not acceptable as an excuse for having the hydraulic lifts down for more than twenty-four (24) hours. 1.3. PARTS AND MATERIALS FOR INTERVENING SERVICE CALLS. The contractor shall supply all materials, test equipment and supplies of the craft, trade, profession, or regular line of business of work as it relates to this Performance Work Statement, (i.e. lubricants, rags, cleaning items, solvents, tools, test equipment, and software upgrade equipment etc.). Contractor shall not start work until all materials, equipment, and tools are on hand. The Government shall reimburse the contractor for all parts and materials used in repairing the equipment to be maintained under this contract. Parts exceeding $100.00 shall be reported at once to the Government representative for approval. Materials, shipping and handling will be paid in full. The contractor shall acquire parts and materials required for the performance of the contract, provided sufficient funds remain on the contract for parts and materials. The contractor shall purchase parts and materials at the lowest price obtainable, secure reasonable competition for such purchases when available, take all discounts and obtain all rebates possible. These discounts and rebates shall be credited to the Government. Parts and materials purchased shall be of a quality that will adequately and economically serve the purpose for which they are intended and at least match the quality of the item to be replaced. The parts and materials shall be standard products made by manufacturers who are regularly engaged in the production of such parts and materials. The contractor shall provide a copy of the original suppliers? invoices, tickets, sales slips, or other documents that can identify items purchased under the reimbursable portion of this contract. All documents shall be available to the QAE for review. 1.4. CLEAN UP. All materials and scrap remaining from maintenance and repair work shall be removed from the base and disposed of by the contractor. It shall be the responsibility of the contractor to ensure proper loading of all vehicles used for transport of materials and construction debris; also any spillage en-route the base shall be recovered and disposed of off base. Cleanup of the work area shall be completed at the end of each workday. All rags shall be placed in tightly closed metal containers for daily disposal. The contractor at no additional cost to the Government shall accomplish all clean-up activities. At the time of the maintenance of lifts, the Contractor shall be responsible for pumping out oil/water combinations and removing them from base in accordance with county, state and federal regulations at no additional cost to the government. Contractor shall furnish the government a copy of all disposal documentation. 2. SERVICE DELIVERY SUMMARY. Performance Objective Performance Threshold Perform Preventative Maintenance on Hydraulic lifts. (Paragraph 1 - 1.1) Hydraulic Lifts are in good working order; Equipment is well lubricated and adjusted to meet manufacturer specifications. Routine/Emergency Repair Service Calls(Paragraph 1.2. ? 1.4.) Hydraulic lift is repaired within the time specified. Hydraulic lift is in good working order; the repair was made in a timely manner; Routine Repair no later than twenty four (24) hours Provide a written report on all doors requiring major repairs that are telephoned in for routine or emergency service. (Paragraph 1.2. ? 1.4.) Report will include repairs required and estimated cost for repairs. Report shall be submitted to the Government Inspector within seven (7) workdays after initial service call. 3. GOVERNMENT FURNISHED ITEMS. Utilities will be provided without charge to the contractor in connection with performance of this contract. These utilities include electricity, water and access to telephone services. 4. GENERAL INFORMATION. 4.1. PROJECT MANAGER. The contractor shall provide a project manager or person who shall be responsible for the competent performance of the work and has full authority to act on behalf of the contractor. The project manager shall also be able to read, write, speak and understand English. 4.2. EMPLOYEES. Contractor personnel shall present a neat appearance and be easily recognizable while on base. This may be accomplished by wearing distinctive clothing bearing the name of the company, or by wearing appropriate badges, which contain the company name and employee name. The contractor shall be responsible for acquiring an appropriate number of badges to meet his/her needs at the contractor?s expense. The contractor shall also ensure that employees have valid/current driver?s licenses applicable to operate equipment in accordance with state, county, and local laws and regulations. The abrupt absence of contractor employees at any time shall not constitute an excuse for nonperformance under this contract. 4.3. QUALITY CONTROL. The Contractor shall have and maintain a quality control program to ensure the systems are properly maintained in accordance with the contract, appropriate standards, product literature, utility code, and commercial practices. Contractor shall maintain records/logs on a daily basis. As a minimum, the record/log shall have the date, time of arrival and departure including reason for the visit, what work was done, and name of the Technician. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services, and to ensure proper operation. The Quality Control Program shall fully address the service requirements in paragraph 2, Service Delivery Summary as a minimum. 4.4. QUALITY ASSURANCE. The government will periodically evaluate the contractor?s performance by appointing a representative(s) to monitor performance to ensure services are received. The government representative will evaluate the contractor?s performance through intermittent on-site inspections of the contractor?s performance and receipt of customer complaints. The government may inspect each task as completed or increase the number of inspections if deemed appropriate because of repeated failures discovered inspections or because of repeated customer complaints. Likewise, the government may decrease the number of inspections if performance dictates. The contractor shall be responsible for initially validating customer complaints. However, the government representative shall make final determination of the validity of customer complaint(s) in cases of disagreement with customer(s). 4.5. GOVERNMENT REMEDIES. The contracting administrator/officer shall follow the requirements of FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 1997), for contractor?s failure to correct non-conforming services. 4.6. HOURS OF OPERATION. The contractor shall provide these services under this contract during the following hours: 7:30 AM to 4:30 PM Monday thru Friday. 4.7. HOLIDAY?S HOURS OF OPERATION. The contractor shall be required to provide Emergency services only; on the following days: New Year's Day Labor Day Martin Luther King Jr. Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day Inauguration Day 5. SECURITY REQUIREMENTS. 5.1. All personnel employed by the contractor in performance of this contract, or any representative of the contractor entering Bolling Air Force Base, shall abide by all security regulations of the installation. 5.1.1. The contract shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personnel entering Bolling Air Force Base. The contractor must complete AF Form 75, Request for Visitor/Vehicle Pass, and DD Form 1172, Application for Uniformed Services Identification Card, and submit it through the contracting officer to the Security Forces Pass and Registration. Vehicle registration, proof of insurance and valid drivers license must be presented for all vehicles to be registration. 5.1.2. Lost vehicle and entry passes shall be reported immediately to Security Police, and Quality Assurance Evaluator. (QAE.) 5.1.3. The contractor shall retrieve all identification media, including vehicle passes from employees who depart the company for any reason before the contract expires. 5.2. PERFORMANCE OF SERVICE DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER. The contract shall perform all services under this contract during a national emergency or crisis according to the Department of Defense of Defense Instruction (DODI) 3020.37. The contractor is expected to perform emergency services as indicated above, unless otherwise directed by an authorized government representative. 5.3. CONTRACTOR FURNISHED ITEMS & SERVICES: Contractor shall provide every thing needed in the performance of this contract. 5.4. SERVICE TICKET. The contractor shall provide a service ticket the QA, itemizing all parts used, upon completion of each service call. Both the contractor and a Government Representative must sign the service ticket before a service call can be officially closed. The service tickets shall contain the following information: date, time of arrival, and departure; total time spent on repair; description of the malfunction and the fix; part number(s) and description of all parts replaced; date and time notified of equipment failure, building number(s) and contract number. If parts are to be ordered, provide estimated time of delivery with estimated cost of repairs to be made. 6. WARRANTY. The contractor shall be responsible to replace any warranty/guarantee items within appropriate period of such warranty/guarantee. This shall include manufacturer warranty/guarantees and labor. APPENDIX A: ESTIMATED WORKLOAD DATA ITEM NAME ESTIMATED QUANTITY INSPECTION, MAINTENANCE AND REPAIR OF HYDRAULICS LIFTS QUANTITY NOTE (1) Building 2; Rite-Hite Corp. Dock leveler 2 ea (2) Building 3; ECOA Industrial 5000 lb. Lift. Model; ELD- 050-608-F S/N 810356 1 ea (3) Building 520; Model 8700S SERCO Contract Table Lift 2 ea (4) Building 1310; Advance Lift 2500 K 1 ea (5) Building 4570; Model TI SERCO Contract Table Lifts 8 ea (6) Perform pressure test on all Hydraulic Lifts, as well as provide a certificate/letter stating that all lifts meet stated loads and pressures 1 ea 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: 52.237-1, 52.252-1, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. Add paragraph (l), ?The point of contact for this project is 11th Civil Engineering Squadron Personnel, Mr. Melvin Holston at (202) 767-1090. ? 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 offerer whose offer conforms to the solicitation and price is determined most advantageous to the Government. 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: 52.209-6, 52.219-6, 52.219-8, 52.232-33, 52.233-2, 52.233-3, 52.237-2, 52.242-13, 52.242-15, 52.247-34, 52.252-2, 52.252-6, 52.253-1, 252.204-7003, 252.204-7004, 252.212-7001 (DEV), 252.223-7006, 252.225-7001, 252.225-7002, 252.232-7003, 252.243-7001, 252.246-7000, 5352.223-9001 and 5352.242-9000. FAR Clause 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.222-41, and 52.222-42: THIS IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION: Employee Class: Electronics Technician, Maintenance II, Monetary Wage-Fringe Benefits: WG-9, $20.26; The incorporated Wage Determination 1994-2103, revision 32, dated May 27, 2004, is applicable. The web site is http://www.ceals.usace.army.mil/. All responses must be received no later than 4:00 P.M. EST on 08 Oct 04 to 11th CON/LGCF, 110 Luke Ave, Ste 240, 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 clause web sites are http://farsite.hill.af.mil or www.arnet.gov. Questions concerning this solicitation should be addressed to 1Lt Jamila Hodges, Contract Specialist, Phone (202) 767-7963, FAX (202) 767-7897, E-mail to jamila.hodges@bolling.af.mil.
 
Place of Performance
Address: Bolling AFB, DC
Zip Code: 20032
 
Record
SN00680548-W 20040925/040923212229 (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 |
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.