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