|
COMMERCE BUSINESS DAILY ISSUE OF MAY 14,1999 PSA#2346Department of the Treasury, U.S. Secret Service, Procurement Division,
1 310 L Street, Room 730, Washington, DC, 20223 J -- PREVENTATIVE MAINTENANCE FOR FIRING RANGE TARGET EQUIPMENT SOL
RFQ99-Q-054 DUE 052199 POC Kelly Curtin, Contract Specialist, Phone
202/435-6940, Fax 202/435-7138, Email NONE WEB: Visit this URL for the
latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=RFQ99-Q-054&Lo
cID= 38. E-MAIL: Kelly Curtin, NONE. This is a combined
solicitation/synopsis for commercial items prepared in accordance with
the format in Subpart 12.6, as supplemented with additional info
rmation included in this notice. This announcement constitutes the only
Request For Quotations; quotations are being requested and a written
solicitation will n ot be issued. Solicitation number RFQ99-Q-054 is
issued as a Request for Quotati on through Federal Acquisition Circular
97-11. This is a 100% small business set -aside. The SIC code is 3949
and the small business size standard is 500. The Un ited States Secret
Service has a requirement to inspect, repair, operate and per form
preventative maintenance on Caswell range target equipment and Detroit
Armo r range target equipment, to restore equipment to fully
operational condition, a nd to replace or repair parts of equipment
subject to normal wear and tear at th e Laurel, MD and Washington, DC
facilities. The term of this procurement is one (1) base year with two
(2) op! tion years. The requirement pertai ns to the following: Line
Item 1001: Total estimated quantity of four (4) preven tative
maintenance sessions, with a minimum of two and a maximum of four
session s, to be performed during normal business hours Monday through
Friday, for two t welve point indoor ranges with Caswell range
equipment located at 9200 Powder Mi ll Road, Laurel, MD. Line Item
1002: Total estimated quantity of four (4) preven tative maintenance
sessions, with a minimum of two and a maximum of four session s, to be
performed during normal business hours Monday through Friday, for one
t welve point outdoor range with Detroit Armor range equipment located
at 9200 Pow der Mill Road, Laurel, MD. Line Item 1003: Total estimated
quantity of four (4) preventative maintenance sessions, with a minimum
of two and a maximum of four s essions, to be performed during normal
business hours Monday through Friday, for one 30 point outdoor pistol
range with Detroit Armor range equipment located at 9200 Powder Mill
Road, Laure! l, MD. Line Item 1004: Total estim ated quantity of four
(4) preventative maintenance sessions, with a minimum of t wo and a
maximum of four sessions, to be performed during normal business hours
Monday through Friday, for one six point indoor range with Caswell
range equipme nt located at 12th and Pennsylvania Streets, Washington,
DC. Line Item 1005: Tot al estimated quantity of four (4) preventative
maintenance sessions, with a mini mum of two and a maximum of four
sessions, to be performed during normal busines s hours Monday through
Friday, for one six point indoor range with Caswell range equipment
located at 12th and Pennsylvania Streets, Washington, DC. Line Item 1
006: Additional hourly unit cost of work covered in items 1001 through
1005 if p erformed on a Saturday during normal business hours. Please
provide the hourly u nit amount as well as the cost of an estimated
forty (40) hours. Line Item 1007: Additional hourly unit cost of work
covered in line items 1001 through 1005 if performed on a Sunday
between! normal business hours. Please pro vide the hourly unit amount
as well as the cost of an estimated forty (40) hours . Line Item 1008:
Parts and equipment necessary to accomplish a total estimated quantity
of four (4) preventative maintenance sessions, with a minimum of two
an d a maximum of four sessions, for the following ranges referenced in
line items 1001 through 1005: Two twelve point indoor ranges with
Caswell range equipment; one 30 point outdoor pistol range with Detroit
Armor range equipment; one twelve point outdoor range with Detroit
Armor range equipment; two six point indoor ra nges with Caswell range
equipment. Line Items 2001 through 2008 represent identi cal base year
line items for Option Year 1. Line Items 3001 through 3008 represe nt
identical base year line items for Option Year 2. Base Year Period of
Perform ance: July 1, 1999 through June 30, 2000. Option Year 1 Period
of Performance: J uly 1, 2000 through June 30, 2001. Option Year 2
Period of Performance: July 1, 2001 through June 30, 2002. C! ontractor
shall provide a technica l d escription of the services to be provided
with their price quotation. Preventati ve maintenance sessions to be
arranged by designated USSS representative at leas t two (2) weeks
prior to required service. Services/supplies intended to be orde red on
a quarterly basis. Contractor will have access to firing range
facilities for the line items ordered for five (5) consecutive days.
Contractor will NOT h ave undisturbed access to ranges, and will be
required to provide service while training classes are in session in
many instances; this factor should be taken i nto account when
preparing price quotation. Work may be required to be completed on
Saturday and Sunday, due to range access availability. The schedule
will be determined by the U.S. Secret Service. Travel to and from each
range is the resp onsibility of the Contractor. Offeror must provide
pricing for one (1) base year and two (2) option years as per each line
item. The following FAR Provisions an d Clauses are applicable unle! ss
otherwise noted: 52.212-1, Inst ructions to Offerors-Commercial Items;
52.212-1 (Addendum): Paragraph (b)(10) is deleted; please insert the
following: "For evaluation of past performance, the offeror must
provide detailed information on their demonstrated experience with
firing range target equipment preventative maintenance and repair and
experience with Caswell and Detroit Armor equipment specifically,
performed within the las t three years. At least three references are
required. Include customer's name a nd address, contact person, project
name, date of performance, telephone number and contract value for each
reference. If business entity establishment Is less than three years,
provide related experience of key personnel." 52.212-2, Evalua tion --
Commercial Items; 52.212-2 (Addendum): Paragraph (a) is deleted in its
en tirety and replaced with: "The Government will award a firm fixed
price indefini te delivery/indefinite quantity delivery order to the
responsible offeror whose quotation conforming to the s! pecification
will be most advantag eous to the Government, price and other factors
considered. The following evalua tion factors are listed in descending
order of importance: Price, technical capa bility of item/service to
meet the Government requirement, and past performance. Technical and
past performance, when combined, are of equal importance when com pared
to price." 52.212-3, Offeror Representations and
Certifications-Commercial Items; 52.212-4, Contract Terms and
Conditions -- Commercial Items; 52.212-5, Con tract Terms and
Conditions Required To Implement Statutes or Executive Orders -- C
ommercial Items. The following clauses cited in 52.212-5 are
applicable: 52.222- 21, Prohibition of Segregated Facilities;
52.222-26, Equal Opportunity (E.O.1124 6); 52.222-35, Affirmative
Action for Disabled Veterans and Veterans of the Viet nam Era (38
U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabil
ities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled
Veterans and Ve terans of the Vietnam Era (38! U.S.C. 4212); 52.225-3,
Buy Ameri can Act-Supplies (41 U.S.C. 10); 52.225-21, Buy American
Act-North American Free Trade Agreement Implementation Act-Balance of
Payments Program (41 U.S.C. 10, P ub. L. 103-187); 52.217-9, Option to
Extend the Term of the Contract, insert "3 6 months"; 52.232-19,
Availability of Funds for the Next Fiscal Year, insert "Ju ly 1, 2000";
52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et
seq.); 52.222-42, Statement of Equivalent Rates for Federal Hires (29
U.S.C. 206 and 41 U.S.C. 351, et seq.), 23370, General Maintenance
Worker, $15.90 per hour (monetary wage) plus $1.39 per hour (fringe
benefits), to be used for infor mational purposes only. These FAR
Provisions and Clauses may be accessed via the world wide web at:
http://www.arnet.gov/far/. The Service Contract Act Wage Det ermination
No. 94-2103, Rev. No. 1, dated 07/09/1998, and Offeror Representation
s and Certifications are available upon request via fax at (202)
435-7138; Attn: Kelly Curtin. The successful! awardee will be required
to submi t i n formation on U.S. Government Form 1888 for background
investigation to obtain se curity clearances for Contractor's personnel
at least two weeks prior to each se ssion. A mandatory pre-bid
inspection of the site has been scheduled for Tuesday, May 25, 1999.
Firm representatives to be present at the May 25, 1999 pre-bid i
nspection must provide their full name, social security number, and
date of birt h, to be received by this office no later than 12:00 p.m.,
Friday, May 21, 1999. Please fax this information to (202) 435-7138,
Attn: Kelly Curtin. Information on the exact meeting locations for the
inspection shall be provided to intereste d firms upon receipt of
their pre-bid inspection representation submittal. Contr actor shall
furnish the following information with quotation: Company name; poin t
of contact; address; telephone number; fax number; prompt payment
discount ter ms, if any; warranty terms; and completed offeror
representations and certificat ions-commercial items. All re! sponsible
offerors with shall mail quotations to the U.S. Secret Service,
Procurement Division, 1310 L Street, Sui te 730, Washington, DC 20223,
or fax same to (202) 435-7138, Attn: Kelly Curtin; to be received no
later than 2:00 P.M., Wednesday, June 2, 1999. Award is antic ipated
within 30 days of receipt of quotes. See Note 1. Posted 05/12/99
(D-SN330658). (0132) Loren Data Corp. http://www.ld.com (SYN# 0038 19990514\J-0003.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|