Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 02, 2012 FBO #3996
SOURCES SOUGHT

H -- Annual Crane and Hoist Inspection/Repair

Notice Date
10/31/2012
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Research Facilities/Office of Acquisitions, 13 South St., Room 2E43, MSC 5711, Bethesda, Maryland, 20892-5738
 
ZIP Code
20892-5738
 
Solicitation Number
NIHOF2013529
 
Archive Date
11/16/2012
 
Point of Contact
Evron Rollins, Phone: 3014357047
 
E-Mail Address
evron.rollins@nih.gov
(evron.rollins@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT This is a sources sought for contract support for on-site inspections, testing, maintenance, and repair of cranes and hoists on the National Institutes of Health (NIH) Bethesda campus located at 9000 Rockville Pike, Bethesda, MD and the NIH Animal Center (NIHAC) located at 16701 Elmer School Road Poolesville, MD. NIH conducts the world's largest biomedical research program. To support NIH mission the Office of Research Facilities (ORF), Maintenance Services Branch has building maintenance personnel responsible for repair projects on various equipment. Cranes and hoists of various types and sizes require annual OSHA safety certification and periodic maintenance and are distributed in multiple buildings. ORF requires contractual support for performing a comprehensive maintenance, inspection, and repair on NIH owned cranes and hoists. Contractor shall provide all necessary resources including management, supervision, labor, materials, tools, and equipment to complete inspections and provide certifications for all tests performed on all hoists and cranes. The contractor will be responsible for inspection, maintenance, and repairs of cranes and hoists in the following buildings: NIH Bethesda, MD Building 11 Building 22 Building 13 Building 21 NIH Poolesville, MD NIHAC in Poolesville Maryland The estimated period of performance for the contract is as follows: Base Year - January 21, 2013 through January 20, 2014 Option Year 1- January 21, 2014 through January 20, 2015 Option Year 2- January 21, 2015 through January 20, 2016 Option Year 3 - January 21, 2016 through January 20, 2017 Option Year 4 - January 21, 2017 through January 20, 2018 The option periods will be exercised at the discretion of the Government. The Government contemplates awarding a combined Firm Fixed Price (FFP) and Indefinite Delivery Indefinite Quantity (ID/IQ) contract. The FFP portion of the contract includes all labor, materials, equipment, software and transportation associated with the services. The ID/IQ portion will pertain to routine and overtime services and emergency service calls and shall be identified and authorized by the Government Project Office (PO) and CO. The Government has the right to add or remove crane and hoist systems in the inventory list of the contract. Modifications to the quantity of cranes and hoists will result in adjustments to the contract. All assigned contractor staff shall acknowledge and comply with all established fire and safety rules and regulations applicable to all NIH facilities, and abide by equipment procedures set by NIH during the work performance under the contract. The contractor shall provide all personnel with appropriate safety training applicable to the services being performed. The contractor shall comply with all Occupational Safety and Health Administration (OSHA) regulations and requirements as related to crane and hoist repair and maintenance operations. In addition, the contractor will ensure that other technicians and mechanics working under the contractor's direction are in compliance. The contractor shall adhere to all Federal, state, local and NIH rules and regulations. Failure to comply with any rules and regulations during the performance of services specified herein may result in the termination of the contract. The contractor shall prepare a proposed schedule of all required inspections and tests. The schedule shall be submitted to the CO and PO no later than five (5) day after contract award. Any changes to the schedule shall be coordinated through the PO and revised schedules shall be submitted to the CO and PO. After repair and certification, all cranes and hoists shall be evaluated to determine the projected life remaining on the equipment. Contractor shall inspect the following for each crane/hoist and catalog: make, type, model number, and tonnage. Any warranties shall have at least the same warranty terms including offers of extended warranties offered to the general public in customary commercial practice. At a minimum, maintenance work shall have a ninety (90) calendar day warranty for material, workmanship, and parts. In the event the manufacturer warranty is greater than ninety (90) days, then the greater warranty shall prevail. The contractor shall complete scheduled repairs during the scheduled visit. If the contractor is unable to complete these repairs, due to the unavailability of parts, the contractor shall notify the PO when the repairs shall be completed. Scheduled repair service includes certifications and magnaflux testing of repaired or replaced equipment. The Government may have one repair, or a combination of repairs performed during the scheduled visit. The Government may also postpone any repair until the next scheduled visit. Upon completion of each inspection, maintenance, magnaflux testing and/or repair, the contractor shall complete a comprehensive written report of all items checked, inspected, cleaned, lubricated, measured, tested, repaired and/or replaced. The original copy of the finished report shall be submitted to the CO and one copy shall be submitted to the PO. Reports for all cranes and hoists shall identify the building number and location, crane/hoist type and capacity, manufacturers name, serial number, reporting company, inspectors' name and signature, work date, and report date. The signed report shall certify to all parties that the crane/hoist is in proper working condition, properly labeled, and safe to operate within the rated capacity. All documentation shall be completed and delivered within thirty days of the inspection date. Quality control is the responsibility of the contractor. The contractor shall develop and maintain a quality control plan to ensure the requirements within the SOW are performed in accordance with the applicable guidelines. The contractor shall develop and implement procedures to identify and prevent defective services from occurring. A copy of this quality control plan shall be provided to PO within 30 days after award. The Government shall evaluate the contractor's performance to ensure services are performed and all deliverables are received. The PO may also perform periodic on-site inspections and at the Government's discretion, inspect each task at each crane/hoist location to ensure conformance and acceptable performance prior to payment. The contractor shall have been in the business of crane and hoist inspection, maintenance, testing, and repair as its main business for a period of not less than three (3) years. The contractor or contractors' employee performing the crane/hoist inspection, maintenance, testing, load testing, and/or repairs shall be qualified or a journeyman mechanic, working under the direction and physically present supervision of a qualified person. As a minimum, and in the absence of a recognized degree in the applicable field, a qualified person shall have a current certificate of professional standing, such as an Overhead Crane Inspector Certification issued by a reputable and qualified inspector training agency, such as the Crane Institute of America, and an acceptable record of working on, repairing, and maintaining cranes and hoists having characteristics equivalent to the range of cranes and hoists encountered at the NIH facilities for a period of not less than three (3) years. Contractor shall provide to the CO a copy of the certification of license for each employee prior to performing services on any crane or hoist. Interested organizations should respond with a capability statement no later than November 15, 2012. The capability statement must not be longer than 10 pages in length. Capability statements must reference similar services that have been performed by the contractor, the dollar value of that work, and contract information. All organizations who respond to this announcement will receive notification of how NIH intends to proceed with this requirement. Please reference the sources sought number on all related correspondence. No collect calls or facsimile transmissions will be accepted. This notice is for information and planning purposes only and does not commit the Government to award a contract now or in the future. THIS IS NOT A REQUEST FOR PROPOSALS. The Government does not intend to award a contract based on responses under this announcement. Any proprietary information should be so marked. Interested organizations presenting a capability statement in response to this sources sought announcement must identify their size status and NAICS Codes Certifications. Point of Contact: Evron Rollins, Contract Officer, Phone (301)435-7047, Fax (301) 402-1103, Email Evron.Rollins@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/NIHOF2013529/listing.html)
 
Place of Performance
Address: National Institutes of Health (NIH) Bethesda campus located at 9000 Rockville Pike, Bethesda, MD and the NIH Animal Center (NIHAC) located at 16701 Elmer School Road Poolesville, MD, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02921988-W 20121102/121031234216-8423684ae11d53a3c852637a2b157dce (fbodaily.com)
 
Source
FedBizOpps 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.