Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 20,2000 PSA#2646

Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, MD, 21207-5279

35 -- DOCK LEVELERS SOL SSA-RFQ-00-0324 DUE 080400 POC Sharon Hall, Contract Specialist, Phone 4109659534, Fax 4109669310, Email sharon.hall@ssa.gov WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=SSA-RFQ-00-0324&LocID=2422. E-MAIL: Sharon Hall, sharon.hall@ssa.gov. The Social Security Administration has the need for a contractor to provide all labor, materials, equipment and supervision necessary to replace five (5) dock levelers at the Social Security Administration Building, 6301 Security Blvd., Baltimore, Maryland 21235 as indicated in this solicitation. This is a combined synopsis/solicitation for commercial items (as defined by FAR 2.101) prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested; however, a written request for quotation will not be issued. This is a 100% small business set-aside, issued as Request for Quote Number SSA-RFQ-00-0324. Quotations submitted from other than small business sources will be rejected. All responsible small business sources may submit a proposal, which shall be considered. The SIC code 3537. The small business size standard is $7.0 million. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. Proposals in response to this RFQ shall be submitted by 3:00 p.m. local prevailing time, August 4, 2000. SCOPE: The contractor shall replace, remove and dispose of five (5) existing pit mounted dock levelers. Clean dock leveler pit thoroughly of all trash, debris and power wash to clean oil from concrete as much as possible. Install five (5) new minimum 15,000-pound capacity hydraulic dock levelers Pentalift brand name or equal levelers. Replace all controls, wiring, pumps and accessories so that all components of the dock levelers are new. Contractor shall use existing conduit. Replace rubber bumpers on loading dock for new dock levelers. Paint with two (2) coats, a four (4) inch safety stripe around top of each leveler with safety yellow color. Contractor shall only have two (2) levelers out of service at any one time. All measurements stated in this solicitation are to beconsidered as approximate dimensions. RESPONSBILITY: The contractor shall be responsible for exact dimensions of the size of the levelers. At least 15 days prior to the start of any work, the contractor shall submit for approval, a schedule of the work to be performed. The contractor shall provide a list of materials brand name or equal, model number, dimensions of dock leveler materials. The contractor shall bring to the attention of the Project Officer any materials suspected of being hazardous which he/she encounters during execution of the work. The contractor shall supply the Government with Material Safety Data Sheets for any hazardous materials supplied or used on Government property. The contractor shall at all times maintain good housekeeping practices to reduce the risk of fire damage. All scrap materials, rubbish and trash shall be removed daily in and about the building. All work areas shall be broom cleaned and debris removed on a daily basis and the contractor shall not be permitted to use Government containers, compactors or trash receptacles for disposal of materials. The contractor shall store all tools, materials and equipment within the immediate work area leaving no obstructions or hazards for SSA maintenance personnel making tours or repairs. The contractor shall make every effort to keep sidewalks clear and safe for pedestrians at all times. TIME OF PERFORMANCE: All work shall be performed during normal working hours. Normal working hours are Monday through Friday between the hours of 6:00 a.m. and 6:00 p.m. except Federal Holidays. SYSTEM WARRANTY: The contractor shall warrant all work including equipment, parts and labor for a period of (1) one year from the time of acceptance of the completed project. The installation contractor shall perform any warranty work, with no additional cost to the Government. Response time for warranty work shall be within 24 hours. COMPLETION: From the date of award, the contractor shall have ninety (90) days to complete all requirements. The contractor shallprovide to the Government two (2) original copies of all manufacture_s installation instruction, maintenance manuals, diagrams and schematics, or any other technical information pertaining to this installation. The project must be accepted by the Project Officer or his representative before the completion date. SECURITY CLEARANCES: Contractor_s personnel who require access to SSA facilities shall be required to undergo a pre-screening investigation. This will be conducted by the Government. Such investigation shall include a statement of personal history. Non-US citizens shall be required to provide a photocopy of their work authorization permit and Social Security card. Accordingly, the contractor should select only those persons who are likely to meet the suitability requirements in order to reduce the likelihood that employee (s) will be found unsuitable and not be allowed to work under the contract. The Government shall have and exercise full and complete control over granting, denying, withholding or terminating clearances for contractor employees. The contractor shall allow five (5) working days after SPO (Security Project Officer) receipt of the required forms for the pre-screening process. TERMS AND CONDITIONS: The provision of FAR 52.212-1, Instructions to Offerors-Commercial Items (March 2000) and below applies to this acquisition, (a) Sic Code 3537, Size Standard $7.0 million; (b) (1) -- (b) (11); (c), (f) and (g). Offerors are required to include a completed and signed copy of the provision at FAR 52.212-3_Offeror Representation and Certifications-Commercial Items (Feb 2000), with their offer. FAR provision 52.212-4 Contract Terms and Conditions_Commercial Items (May 1999), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues Or Executive Orders_Commercial Items (July 2000), (a) (1-2), (b) (12), (b) (13), (b) (14), (b) (15), (b) (16), (c) (1-2) (d) (1-3) are incorporated by reference. Wage determination wage no: 94-2247 (Rev 16). EVALUATION CRITERIA: Award will be made on a best value basis taking into account the following factors: experience, past performance and price. The offeror shall submit three (3) references of similar projects completed within the past three (3) years. SITE VISIT: A site visit is schedule for July 28, 2000at 10:00 a.m. at the Social Security Administration, Supply Building, 6301 Security Blvd, Baltimore, Maryland 21235. A copy of the above provision/clauses may be obtained from the contracting point. Posted 07/18/00 (D-SN476157). (0200)

Loren Data Corp. http://www.ld.com (SYN# 0265 20000720\35-0002.SOL)

35 - Service and Trade Equipment Index  |  Issue Index |


Created on July 18, 2000 by Loren Data Corp. -- info@ld.com