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
|
|
|