Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 17,1998 PSA#2076

John F. Kennedy Center For The Performing Arts, 2700 F Street NW, Washington, DC 20566

J -- MAINTEANCE FOR TRANE CHILLERS SOL JFKC01-98-Q-FM0188 DUE 042498 POC dotti nelson 202-416-7928 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issue.. The solicitation number is JFKC01-98-Q-FM0188. The solicitation is issued as a request for quotation. The soliciatation document incorporated provisions and clauses in effect through Federal Acquisition Circular 79-30. This is a 100 % Small Busines set-aside. The associated standard industrial classsification code is 3585 and small business size is 750. Contract line item numbers are; 0001- Monthly maintenace service for Tran Chiller, and equipment; Qty-5: unit-months:0002: Annual Maintenance: 0003-Emergency Repairs. Contract period is est 5 months base contract. May 1998 through Septemner 1998 with two(2) one year options, from 01 Oct 1998 through 30 September 2000. Description for requirements fo the items to be acquired: Perform monthly maintenance services, annual preventive maintenance repair services and 24 hour emergency service for four trane chillers and equipment, Trane Chiller Model CVHF091NAP003UW308, Serial #L95M11204, Serial # L95M11275, Serial #L95M11350, Serial #M11296, Two (2) Unosource Controller Serial #7031402, Two(2) Programmable Logic Controllers; Three (3) Cutler Hammer Drives Styles #072-100946-0001: Work Hour Restrictions: Regular inspection work should be performed during normal hours(Monday through Friday) betwen 7:30 am and 3:30 PM. Regular maintenance work performed outside the normal work hour(i.e weekends etc) shall be coordinated with the designated person as directed by the COR in order to arrange for security clearance. Work limited to 6AM to 12 Midnight unless authorized by COTR to go beyond 12 midnight. Emergency Repairs: Contract personal shall be on sight for any malfunction with 1 -1/2 hours of any emergency request received by telephone or otherwise from COR. The contractor will not be paid for time spent in transit to and from the John F Kennedy Center. All repairs and assessments shall begin as soon as the mechanic arrives at JFKC. Any emergency call backs that are related to recent repairs will not be charged to the government. All emergency repairs must be completed within 24 hours of the time the service call is placed to the contractor.. In those instances where emergency call cannot be completed within 24 hours, the contractor shall immediatly notify the Contracting Officer or her designee and request an extention of time. Authorization to perform any emergency repairs, which may exceed two hours, must be approved by the COR. Personal: Contractor shall have available two factory certified chiller service technician in response to emergencies. On an emergency one or more may be dispatched based on nature of the emergency. Employee responding must speak English sufficient to communicate clearly with the COTR Special Conditions: Storage: No equipment or new materials are to be stored in the building except those items that are necessary for progress of the immediate work. Confine storage of materials and equipment to the immediate project area at specific locations approved by the COR. Storage of any material on site, during non-working hours is strictly prohibited. Enviromental Requirements: Contractor must ensure comply with al environmental handling and disposal requirement Protection of Existing Features: All existing government owned equipment within the work area shall be protected by the Contractor from damages caused by repair activities. Existing work damaged by the Contractor shall be promptly repaired by the contractor at his expense. Security Requirements: The Contractor is required to comply with secuirty regulations imposed by the John F Kennedy Center, including any necessary security clearances. The Contractors employees shall wear badges provided by the Kennedy Center on the exterior of their clothing. Contractor employees requiring access to the building shall sign in and out with Kennedy Center Security personnel on a daily based throughout the duration of the work. Contact with security personal shall be coordinated through the Kennedy Center Chief of Security Mr. Dan Horn 202-416-7925. The Contractor shall notify the COR of any damage immediatley after it occurs. For government property the contractor shall obtain approval for proposal correction measures or replacement of the damaged material per the FAR clauses 52.236-9. Damaged to personal property which results from the contractor operations must be reported to the COR immediatley. In all such instance, the Contract Respresentative will notify JFKC Security which will initiate the necessary investigation and reports. However, settlement for any damages will utimately be the responsibility of the contractor and his insurance company. Period of Performance: 01 May 1998 through 30 September 1998: Place Performance The John F Kennedy Center, 2700 F Street, NW, Washington, DC. Services shall be accepted by the Contracting Officer, Clint Cleveland, 202-416-7956. The provision at 52.212-1,Instructions to Offerors-Commercial and 52-212-2, Evaluation-Commercial Items applies to this acquisition. The specific evaluation criteria to be included in paragraph (a) of provision 52.212-2 is past performance and price. The name, e-mail and telephone number of the individual to contact for information regarding the solicitation is dottinelson@mail.Kennedy Center.org, 202-416-7928. Proposal shall be submitted no later than 2:00 pm, 24 April 1998 marked Attention: Dotti Nelson, Contract Specialist. All offerors shall provide with the quotes threee reference, including phone number and dollar value of contract performed. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, apply to this acquistion. The clause at 52.212.5, Contract Terms and Conditions Required to Implement Statues or Executive orders-Commercial Items, are incorporated by reference, paragraph 7(a) 52.222.35 Affirmative Action for Special Disabled and Vetnam Era Veteran (38 U.S.C. 4212) and 8(b) 52.222-36 Affirmative Action for Handicapped Worker: 52-227-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era: 52-225-3 Buy American Act-Supplies: 52.225-18 European Union Sanction for End Productions: 52-225-19 European Union Sanction for Services: 52.225-21-Buy American Act-North American Trade Agreements Balance of Payments: 52-222-41 Service Contract Act of 1965: 52.222-42 Statement of Equivalent Rates for Federal Hire: 52.222.43, Fair Labor Standards Acts and Service Act-Price Adjustment: applies to this acquisition. No additional FAR clauses are applicable local requirements are:Parking: available on site at public rates. Electronics Funds Transfer(EFT) is required for all payment. -- (0105)

Loren Data Corp. http://www.ld.com (SYN# 0042 19980417\J-0007.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page