SOLICITATION NOTICE
J -- Elevator Preventive Maintenance Services - SF1449
- Notice Date
- 10/18/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333921
— Elevator and Moving Stairway Manufacturing
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Albuquerque Area Office, 4101 Indian School Road NE, Suite 225, Albuquerque, New Mexico, 87110, United States
- ZIP Code
- 87110
- Solicitation Number
- 19-242-SOL-00009
- Archive Date
- 11/21/2018
- Point of Contact
- Cedric A. Wood, Phone: 505-256-6756, Dawn A Sekayumptewa, Phone: 505-248-4561
- E-Mail Address
-
cedric.wood@ihs.gov, dawn.sekayumptewa@ihs.gov
(cedric.wood@ihs.gov, dawn.sekayumptewa@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination SF 1449 The Albuquerque Area Indian Health Services is requesting for quotes (RFQ) for the following to provide Elevator Maintenance Services at the Jicarilla Service Unit. Please review this announcement in its entirety. Submit any questions to the Contract Specialist listed at the bottom of this announcement. This project includes, but is not limited to, providing elevator maintenance service to ensure the safety of the facility elevators and to maintain the building assets. The contractor will provide all management, supervision, labor, materials, supplies, repair parts, tools, and shall plan, schedule, coordinate and ensure effective and economical completion of all work and services specified. All elevator equipment shall be operated and/or maintained at the highest levels of efficiency compatible with the current energy conservation requirements, nationally recognized codes, and standards, and maintained at an acceptable level, throughout the contract performance period. The Contractor shall be responsible for performing all work under this contract in accordance with all Federal, State, County, City laws and codes, and follow the more stringent of them. In addition to compliance with these laws, the Contractor shall follow all applicable standard industry practices including, but not limited to: Occupational Safety and Health Act (OSHA). This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 19-242-SOL-00009 and is issued as a Request for Quotes (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 333921 with a small business size standard of 1000. Cascading Set-Aside This solicitation is set-aside for Small Business Indian Firms (SBIF) pursuant to the Buy Indian Act 25 U.S.C. 47. If IHS does not receive at least two offers that are reasonably priced offers from SBIF's, IHS will then evaluate quotes and consider award to other small business concerns under the following 5-tier cascading set-asides (in order of first consideration to last consideration): 1st Tier-Small Business Indian Firms 2nd Tier - Service Disabled Veteran Owned Small Businesses 3rd Tier - Certified Hub-Zone Small Businesses 4th Tier - Small Disadvantage Businesses 5th Tier-All other Small Business Concerns. See Clause titled, "Cascading Set-Aside" for more information. Only one award will result from this solicitation. FOB Destination shall be Jicarilla Service Unit (JSU) Dulce Health Clinic located at 500 Mundo Road, Dulce, New Mexico, 87528. The Indian Health Service requires the following services that meet or exceed the following: The Contractor shall provide Elevator Preventative Maintenance Services. The contractor shall furnish all parts, supplies, material, labor, equipment and supervision necessary to provide preventive maintenance services as per the SOW provided to the Jicarilla Service Unit located at 500 Mundo Road, Dulce, New Mexico, 87528 Scope of Work IHS/JICARILLA SERVICE UNIT Preventative Maintenance for Elevator Equipment The Jicarilla Health Center is located in Dulce, New Mexico at 500 N. Mundo Road. The health center needs a service agreement to inspect and maintain its elevators and associated equipment. The work shall be done in one base year and four additional option years following: Base Year: January 2019 - December 2019 Option Year One: January 2020 - December 2020 Option Year Two: January 2021 - December 2021 Option Year Three: January 2022 - December 2022 Option Year Four: January 2023 - December 2023 Each service will be scheduled quarterly. WORK TO BE DONE: 1. Preventative Maintenance for Elevator Equipment The contractor shall provide all labor, materials, personnel and equipment to perform maintenance inspection and service for the following equipment: The following "Covered Equipment" will be serviced at Dulce Indian Health Services: Equipment; Qty; Manufacturer; Model Number; Serial Number; Asset Tag. TKE Hydraulic Elevator, 1 ThyssenKrupp TAC 20 US116009 ER4772 #1 TKE Hydraulic Elevator, 1 ThyssenKrupp TAC 20 US116010 ER7741 #2 Description Quarterly Preventative Maintenance Included in the Scope of Service for each piece of equipment: Examine elevator equipment for optimum operation. Examine, clean and lubricate the following components of each elevator system: • Control system • Power unit and/or machines • Hydraulic System Accessories • Hoist and Pit equipment • Door Equipment • Signals and accessories • Rails and guides • Interlock Perform all safety checks required by Code. A pressure relief test and a yearly leakage test as required by applicable Code. Make minor adjustments at the time of the regular examinations. Notify Facility Engineer if additional maintenance or repair services are required beyond the scope of this contract. Document all work and provide a copy to the Facility Engineer. 2. Minimum Qualifications Service work shall be performed by a certified elevator repair technician licensed to work in the State of New Mexico. A copy of the technician's license shall be submitted to the Project Officer prior to starting work. 3. Scheduling Work Work to be performed during regular business hours. The Jicarilla Health Center is open from 8:00 a.m. to 4:30 p.m. each weekday, excluding Federal holidays. Work to be scheduled with the Facility Engineer at least 1 week before arriving on site. 3. Safety The contractor shall be expected to follow the safety regulations of the OSHA as applicable per 29 CFR 1910 and 29 CFR 1926. A copy of the contractor's safety plan shall be submitted to the Government's FAC-COR prior to starting work. All hazardous materials and chemicals shall be disposed per the manufacturer's recommendations. Material Safety Data Sheets (MSDS) of products to be used on site shall be submitted to the COTR prior to commencing work. The contractor shall be responsible for complying with the manufacturer's recommendations at no cost to the Government for such requirements as PPE, labeling and proper disposal. END OF DOCUMENT This Solicitation will result in a Service Contract Agreement Award with 1 Base Year from the date of award and 4 additional options year periods based on Satisfactory Performance ratings Per CPARS FAR Subpart 42.15. Base Year: Start Date 2019 January 1 to December 31 Total annual cost __ Option Year One: Start Date 2020 January 1 to December 31 Total annual cost __ Option Year Two: Start Date 2021 January 1 to December 31 Total annual cost __ Option Year Three: Start Date 2022 January 1 to December 31 Total annual cost __ Option Year Four: Start Date 2023 January 1 to December 31 Total annual cost __ Total cost for base year plus option years ___ State taxes for labor/service costs. (The Indian Health Service is exempt from New Mexico State Taxes for materials and supplies.) The contract resulting from this Solicitation is subject to the Service Contact Act: See Attached for the Dept. of Labor Wage Determination, Wage Determination No.: 2015-5443, Revision No.: 6, Date of Revision: 08/02/2018 for wage rates. ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by email to the Buyer. Questions not received within a reasonable time prior to close of the solicitation may not be considered*** All responsible Offerors that respond to this solicitation MUST submit their quotes by November 6, 2018. Failure to comply with the below terms and conditions may result in offer being determined non-responsive. Quote MUST be good for 30 calendar days after close of solicitation. Shipping (where applicable) must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.217-8, 52.217-9, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Cascading Set-Aside: Under the Buy Indian Act, 25 U.S.C. 47, though the transfer of authority from the Department of Interior to HHS, offers will be solicited from Indian Small Business Economic Enterprises (see HHSAR Subpart 326.6) that are also small business concerns. If we do not receive enough competition and/or reasonably priced offers from the ISBEE set-aside, we will then evaluate quotes and consider for award to other small business concerns. Any acquisition resulting from this cascading set-aside will be from such a concern as follows 1st Tier Small Business Indian Firms 2nd Tier Service Disabled Veteran Owned Small Businesses 3rd Tier Certified Hub-Zone Small Businesses 4th Tier Small Disadvantage Businesses 5th Tier All other Small Business Concerns, all other Small Business Concerns. Offers received from enterprises that are not one of these small business concerns will not be considered. Notice of Indian Small Business Economic Enterprise Set-Aside Clause (see HHSAR Subpart 326.6), (a) Definitions as used in this clause. Indian means a person who is a member of an Indian Tribe or "Native" as defined in the Alaska Native Claims Settlement Act (PL 92-203; 85 Stat. 688; 43 U.S.C. 1601). Indian Economic Enterprise (Firm) means a sole enterprise, partnership, corporation, or other type of business organization owned, controlled, and operated by: (1) One or more Indians (including, for the purpose of sections 301 and 302 of Public Law 94-437, former or currently federally recognized Indian tribes in the State of New York); or (2) By an Indian firm (as defined in paragraph (1) of this definition); or (3) A nonprofit firm organized for the benefit of Indians and controlled by Indians (see 326.601(a)). Indian small business economic enterprise (ISBEE) means an IEE that is also a small business concern established in accordance with the criteria and size standards of 13 CFR part 121. To ensure actual control over the enterprise, the individuals must possess requisite management or technical capabilities directly related to the primary industry in which the enterprise conducts business. The enterprise must meet these requirements throughout the following time periods: (1) At the time an offer is made in response to a written solicitation; (2) At the time of contract award; and, (3) During the full term of the contract. Indian Tribe means an Indian Tribe, band, nation, or other recognized group or community which is recognized as eligible for the special programs and services provided by the United States to Indians because of their status as Indians, including any Alaska Native village, regional or village corporation established under the Alaska Native Claims Settlement Act (PL 92-203, 85 Stat. 688; 43 U.S.C. 1601). Representation means the positive statement by an enterprise of its eligibility for preferential consideration and participation for acquisitions conducted under the Buy Indian Act, 25 U.S.C. 47, in accordance with the procedures in HHSAR Subpart 326.6. (b) General. (1) Under the Buy Indian Act, offers for this acquisition will be solicited only from Indian small business economic enterprises. (2) IHS will reject all offers received from ineligible enterprises (see cascading set-aside). (3) Any award resulting from this solicitation will be made to an Indian small business economic enterprise, as defined in paragraph (a) of this clause (unless there is not enough competition and/or reasonably priced offers-see cascading set-aside). Requirements. (a) Indian ownership. Indian ownership shall constitute at least 51 percent of an Indian firm during the period covered by a Buy Indian contract. (b) Joint ventures. An Indian firm may enter into a joint venture with other entities for specific projects as long as the Indian firm is the managing partner. However, the contracting officer shall approve the joint venture prior to the award of a contract under the Buy Indian Act. (c) Bonds. In the case of contracts for the construction, alteration, or repair of public buildings or public works, the Miller Act (40 U.S.C. 3131 et seq.) and Federal Acquisition Regulation (FAR) part 28 require performance and payment bonds. Bonds are not required in the case of contracts with Indian tribes or public nonprofit organizations serving as governmental instrumentalities of an Indian tribe. However, bonds are required when dealing with private business entities owned by an Indian tribe or members of an Indian tribe. The contracting officer may require bonds of private business entities that are joint ventures with, or subcontractors of, an Indian tribe or a public nonprofit organization serving as a governmental instrumentality of an Indian tribe. A bid guarantee or bid bond is required only when a performance or payment bond is required. (d) Indian preference in employment, training and subcontracting. Contracts awarded under the Buy Indian Act are subject to the requirements of section 7(b) of the Indian Self-Determination and Education Assistance Act 25 U.S.C. 450e, which requires giving preference to Indians in employment, training, and subcontracting. (e) Subcontracting. A contractor shall not subcontract more than 50 percent of the work under a prime contract awarded pursuant to the Buy Indian Act to non-Indian firms. For this purpose, contract work does not include the provision of materials, supplies, or equipment. (f) Wage rates. The contracting officer shall include a determination of the minimum wage rates by the Secretary of Labor as required by the Davis-Bacon Act (40 U.S.C. 276a) in all contracts awarded under the Buy Indian Act for over $2,000 for construction, alteration, or repair, including painting and decorating, of public buildings and public works, except contracts with Indian tribes or public nonprofit organizations serving as governmental instrumentalities of an Indian tribe. Indian Economic Enterprise Representation. The offeror represents as part of its offer that it 0 does 0 does not meet the definition of Indian economic enterprise as defined in HHSAR Subpart 326.602. Indian Small Business Economic Enterprise Representation (ISBEE). The offeror represents as part of its offer that it 0 does 0 does not meet the definition of Indian economic enterprise as defined in HHSAR Subpart 326.602. 52.212-2 Evaluation-Commercial Items Oct 2014 (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement; (ii) Past Performance (iii) Price Technical and past performance, when combined are approximately equal to cost or price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Indian Preference clause specified at 326.505(a) Indian Preference Program clause specified at 326.505(b). Response time: Requests for quotation will be accepted at the Albuquerque Area Indian Health Service (AAIHS). 4101 Indian School Rd, Albuquerque, NM. 87110 No Later Than: 1700 MT on 11/6/2018, to Cedric Wood, Contract Specialist, (505)256-6756 email; cedric.wood@ihs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ALB/19-242-SOL-00009/listing.html)
- Place of Performance
- Address: 500 Mundo Rd, Dulce, New Mexico, 87528, United States
- Zip Code: 87528
- Zip Code: 87528
- Record
- SN05128350-W 20181020/181018230631-9e720622f38bf5762e13de6e8d0636e3 (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 |