SOLICITATION NOTICE
J--J -- Maintenance of Security Doors
- Notice Date
- 9/30/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- Attn: Department of Veterans Affairs Ann Arbor Health Care System, Contracting Office, (54C), 2215 Fuller Road, Ann Arbor, Michigan 48105
- ZIP Code
- 48105
- Solicitation Number
- 506-00432-06
- Response Due
- 10/10/2005
- Archive Date
- 11/9/2005
- Small Business Set-Aside
- N/A
- 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. Solicitation RFQ 506-00432-06 is being issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-5 (8/26/2005). NAICS Code 811219, size standard $6 Million applies. I. SCOPE OF WORK: The Contractor shall provide all parts, materials, labor, supervision, test equipment, technical manuals, firmware updates/software upgrades and transportation necessary to perform preventative maintenance and unlimited repairs/emergency repairs on the Government owned Hirsch Security System, located at the VA Ann Arbor Healthcare Systems, Medical Center, 2215 Fuller Road, Ann Arbor, MI 48105, for the contract period in strict accordance with all schedules, specifications, terms, conditions and provisions of this contract. II. CONFORMANCE STANDARDS: All services provided under this contract must be performed in conformance with the National Fire Protection Agency (NFPA), Occupational Safety and Health Administration (OSHA), and Original Equipment Manufacturer standards and specifications. III. HOURS OF WORK: A. Hours of Work for preventative maintenance repairs and emergency repairs, are defined as Monday through Friday from 7 a.m. to 3 p.m., excluding federal holidays, or as otherwise arranged with the Contracting Officer Technical Representative. B. The ten holidays observed by the Federal Government are New Year's Day, Martin Luther King Day, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. Also, any other day declared by the President of the United States to be a national holiday. C. Work performed outside of normal working hours of coverage at the request of the Contracting Officer or Contracting Officer's Technical Representative shall be billed separately. IV. PREVENTATIVE MAINTENANCE: A. The Contractor shall perform preventative maintenance procedures during the contract year as arranged with the Contracting Officer Technical Representative. Preventative maintenance procedures shall be in accordance with the published preventative maintenance manuals for the equipment listed in the schedule. The Contractor shall utilize the Original Equipment Manufacturer's established procedures and checklists, (or Contractor-supplied equivalent satisfactory to the Contracting Officer Technical Representative). A Field Service Report shall be supplied to the Contracting Officer Technical Representative at the completion of each preventative maintenance procedure. Preventative maintenance procedures shall include, but are not limited to, the following: 1. Cleaning of equipment (not housekeeping). 2. Completing Original Equipment Manufacturer field service updates for operational and reliability-engineering change notices. 3. Performing annual testing in conformance with Manufactures requirements. 4. Performing remedial maintenance of non-emergent nature. 5. Testing and replacing faulty and worn parts. 6. Inspecting/replacing electrical wiring and cables for wear and fraying. 7. Returning the equipment to operating condition defined in Original Equipment Manufacturer specifications. 8. Replacing any Original Equipment Manufacturer labels, decals, or warning tags that are not legible. 9. Providing documentation of services performed. 10. Installation of firmware updates/software upgrades. B. The Contractor shall notify the Contracting Officer of the existence or development of any defects in, or repairs to the equipment covered under this contract which the Contractor considers he/she is not responsible for under the terms of the contract (such as operator misuse). C. All exceptions to the Preventive Maintenance Inspection schedule shall be arranged and approved in advance with the Contracting Officer. V. EMERGENCY REPAIR SERVICE: A. Service shall consist of maintaining the equipment in accordance with the Conformance Standards Section (Section II). Repair service shall consist of replacing parts, calibration, cleaning, adjusting and maintaining the equipment except those services necessitated by accident, fire or abuse. B. The Contracting Officer and Contracting Officer Technical Representative have the authority to approve/request a service call from the Contractor. C. Response Time: The Contractor's Field Service Engineer shall respond with a phone call to the Contracting Officer Technical Representative within two (2) hour after receipt of notification in an effort to correct the problem by phone. If the problem cannot be corrected by phone, the Field Service Engineer shall commence work (on-site physical response) within twenty four (24) hours after receipt of notification and shall proceed progressively to completion without undue delay. VI. SYSTEM EXPANSION: Service shall consist of adding additional doors, controllers or panels as required by the facility. Service shall also include upgrades of existing systems. A. The Contracting Officer and Contracting Officer Technical Representative have the authority to approve/request a service call from the Contractor. B. Value of work. The value of this work shall not exceed $5,000 per quarter. The value of work performed under this provision shall be billed separately and based on actual work approved and performed during the billing period. VII. PARTS: The Contractor shall furnish all parts as necessary to maintain the equipment, covered by this contract, in accordance with the Conformance Standards Section (Section II). The Contractor stipulates that he/she has ready access to new standard parts (manufactured, supplied by the manufacturer, or equal thereto). All parts supplied shall be of current manufacture and have full compatibility with existing equipment. Documentation of intended parts source(s) shall be provided to the Contracting Officer upon request. VIII. DOCUMENTATION/REPORTS: The Contractor shall submit a legible field service report, test reports, which shall include detailed descriptions of the preventive maintenance, test inspection or emergency repair services performed, including replaced parts and estimated prices required for the service call. NOTE: Any additional charges to be claimed must have been approved by the Contracting Officer Technical Representative before service was performed. IX. REPORTING REQUIREMENTS: The Contractor shall be required to report to the Electrical/HVACR Shop (Building 28, Room C100) to log in during normal working hours and pick up contractor badge. This check in is mandatory. Contractor shall wear badges at all times identifying them as a contractor while on Government Property. When the service is completed, the Contractor shall document services rendered on a legible field service report. The Contractor shall log out and turn in contractor badge at the Police Office and submit the field service report to the Contracting Officer Technical Representative for a signature, during normal working hours, or leave the service ticket with the Police Office. A $5.00 replacement fee shall be charged for lost or misplaced contractor badges. X. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: A. The Contractor's staff shall include a "fully qualified" Field Service Representative assigned to this area and a "fully qualified" Field Service Representative who shall serve as the backup. B. "Fully qualified" is based upon training and on experience in the field. For training, the Field Service Representatives must have successfully completed a formalized training program for the equipment covered under this contract. For field experience, the Field Service Engineers must have a minimum of one (1) year of experience providing preventive maintenance and emergency repair services on the same make and model of equipment covered under this contract. C. The contractor shall provide written assurance of the competency of their personnel by detailing a list of Field Service Representatives along with applicable training and years of service experience on the specific devices covered in this agreement. This information shall be included in the quoted proposal for providing service. XI. TEST EQUIPMENT: Upon request of the Contracting Officer?s Technical Representative or the Contracting Officer, the Contractor shall provide copy of the current Calibration Certification of all test equipment, which is to be used by the Contractor to perform service under this contract. Calibration of equipment shall be traceable and in conformance with test equipment Original Equipment Manufacturer standards. XII. SAFETY REQUIREMENTS: In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer shall notify the Contractor of any safety issues and the action necessary to correct these issues. Such notice, when served on the Contractor or his representative at the work site shall be deemed sufficient for the corrective actions to be taken. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work, and hold the Contractor in default. The following clauses and provisions apply to this solicitation: 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Order Commercial Items with (b) (1), (5), (7), (16), (18), (19), (20), (26), and (31) checked. 52.212-1 Instructions to Offeror-Commercial Items, 52.212-3 Offeror Representations and Certificationn-Commecial Items, FAR 52.217-9 Option to Extend Term of the Contract, FAR 52.217-8 Option to Extend Services, FAR 52.232-18 Availability of Funds, FAR 52.233-2 Service of Protest, VAAR 852.233-70 Protest Content, VAAR 852.233-71 Alternative Protest Procedure and VAAR 852.270-4 Commercial Advertising also apply to this solicitation. Quotes will be evaluated on the following criteria according to FAR 52.212-2(a): Technical/service capability of equipment and past performance, when combined are equal to price. Award will be made to the offeror who meets the requirements above and is most advantageous to the Government. The Government intends to evaluate the information received and award without discussions. Offers including the pricing information are to be submitted on company letterhead and include the information required in provisions 52.212-1, a completed copy of the provisions 52.212-3 Offeror Representations and Certifications-Commercial Items (with signature), the completed certification at 52.222-48, literature/brochures on proposed service maintenance and the company DUNS number. Electronic versions of the referenced provisions and clauses are available on the internet at www.arnet.gov/far and www.va.gov/oa&mm/vaar/. Quotations and all required information must be received by 3:30 PM, EST October 11, 2005. Quotations shall be submitted to Kristina L. Harden (54C), Contracting Officer, VA Ann Arbor Healthcare System, 2215 Fuller Road, Ann Arbor, MI 48105. Solicitation number RFQ 506-00432-06 must be listed on all documents for identification purposes. Only offers prepared in accordance with this notice will be considered. Offeror shall submit a separate price list for the base year and four (4) pre-priced option years.
- Place of Performance
- Address: 2215 Fuller Road
- Zip Code: 48105
- Country: United States
- Zip Code: 48105
- Record
- SN00907267-W 20051002/050930211736 (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 |