COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11, 2000 PSA #2682
SOLICITATIONS
J -- ELEVATOR PREVENTATIVE MAINTENANCE, INSPECTION AND EMERGENCY REPAIR SERVICE
- Notice Date
- September 7, 2000
- Contracting Office
- Department of the Treasury , U. S. Secret Service, Procurement Division, 950 H Street, N. W., Suite 6700, Washington, DC 20373-5802
- ZIP Code
- 20373-5802
- Solicitation Number
- RFQ00Q0081
- Response Due
- September 18, 2000
- Point of Contact
- Kelly Curtin, Contract Specialist; telephone: 202/406-6940; facsimile: 202/406-6801.
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Request for Quotations; offers are being requested and a written solicitation will not be issued. Solicitation number RFQ00Q0081 is issued as a Request for Quotation through Federal Acquisition Circular 97-19. This is a 100% small business set-aside. The SIC code is 7349 and the small business size standard is $12 million. The United States Secret Service ("USSS") has a requirement for monthly preventative maintenance sessions, inspection and emergency repair service for five (5) hydraulic elevators and associated equipment within the James J. Rowley Training Center ("JJRTC"), 9200 Powder Mill Road, R-2, Laurel, MD 20708. The term of this procurement is one (1) base year and four (4) option years. The requirement pertains to the following: Line Item 0001: The Contractor shall provide monthly preventative maintenance and inspection on five (5) hydraulic elevators and associated equipment, located in various buildings at the JJRTC. [Specific locations: Firearms Building (1); Tactical Hotel (1); Administration Building (1); and Classroom Building (2).] The monthly preventative maintenance and inspection sessions, hereinafter referred to as Sessions, to ensure proper operating condition, shall include the examination, adjustment, lubrication, repair and/or replacement of parts/components for each elevator and its associated equipment. Sessions shall include, but are not limited to, the following: 1. Hoistway: Clean and grease. Check hoisting machines for misalignment and cracks. Inspect oil level, motor brushes, commutator, couplings, bolts, set screws and keys. 2. Inspection of Car: Check for structural defects such as loose bolts and other fastenings, excessive play in guide shoes and worn flooring. Test the car switch. Check all switch contacts in the car. 3. Oil levels: Inspection check to occur at each maintenance session. Check the alignment and tightness of the bolts in the anchorage, and adjust as necessary. 4. Gear Housing: Check gear housing oil level. Inspect for worn teeth on gears. 5. Worm gearing: Use worm gear lubricant. 6. Thrust bearings: Self-lubricate from gear case. 7. Drip pan: Check for excessive leakage. 8. Sheave shaft bearings: Use cup grease or bearing oil, as appropriate. 9. A/C or D/C Motor: Use bearing oil as per manufacturer's specifications. With machine at rest, pour in oil to gauge height, and verify that oil rings are free to rotate with shaft. Do not overflow reservoir. 10. A/C brake magnets: Use A/C brake magnet as per manufacturer's specifications. Fill magnet case to within one-half inch of top of standpipe gauge, or as per manufacturer's specifications. 11. Governor: Gear and grease cup. Use cup grease. For oil ports, use bearing oil. 12. Guide rails: Use "C" type lubricator oils. 13. Roller guides: No rail lubrication required. 14. Wheel bearings: Check to ensure spindles are free and properly lubricated to permit easy action of guide shoes. Lubricate as necessary. 15. Selector and Floor Controllers: For screws and gearings, use cup grease as per manufacturer's specifications. For pressure type fittings, use ball and roller bearing grease. For oil cups and oil ports, use bearing oil. For square guides, clean and apply coating of Slip-It. For driving tapes, only when dry, use soft brush and apply bearing oil. 16. Buffers: Fill with buffer oil as necessary; use no other oil. Ensure that buffers are filled to proper gauge level at all times. 17. Door and Gate Operators: Use only oil specified and fill to gauge height; for motor bearings, use bearing oil; for link and lever pins, use bearing oil. 18. Cylinders: Check cylinders, and use door closer oil. For door sill trips, use cup grease. Note: Cleaning fluids, oils, lubrications, cup grease, screws, bolts, and fastenings etc., are considered part of standard preventative maintenance/inspection, and are to be provided by the contractor at no additional cost. Parts not included under routine preventative maintenance/inspection shall be provided on an as-needed basis. Replacement of parts due to situations of normal wear and tear shall be completed during regular Sessions. Parts to be replaced must be approved by the designated USSS representative and must meet the manufacturer's specifications and requirements. Repair and installation of parts are considered part of routine preventative maintenance, and therefore included in the Sessions. Parts are to be billed at cost, and contractor must provide documentation, when requested. Reimbursement of parts shall not exceed the amount as listed on the contract. Sessions are to be arranged with the designated USSS representative prior to the required service. Sessions shall be scheduled on a monthly basis, and shall be performed during normal business hours Monday through Friday. Contractor is responsible for travel to and from the site, tools, equipment and all necessary items required for the performance of the above-referenced services. Provide monthly unit cost per Session for five (5) hydraulic elevators and associated equipment, and total for twelve (12) month period. Line Item 0002: Emergency repair service calls during normal business hours, Monday through Friday, 8:00 a.m. through 5:00 p.m. Estimate of five (5) calls. Provide unit cost per call and total for estimate. Travel time to and from the repair site shall not be reimbursed separately. The Contractor shall respond to emergency calls for repair within four (4) hours of the initial call. Deviations from this practice may occur only with the mutual agreement of the USSS and the Contractor. Line Item 0003: Emergency repair service calls during after-business hours, Monday through Friday, after 5:00 p.m. and prior to 8:00 a.m., as well as Saturday. Estimate of two (2) service calls. Provide unit cost per call and total for estimate. Travel time to and from the repair site shall not be reimbursed separately. The Contractor shall respond to emergency calls for repair within four (4) hours of the initial call. Deviations from this practice may occur only with the mutual agreement of the USSS and the Contractor. Line Item 0004: Emergency repair service calls on Sunday or federal holidays. Estimate of one (1) call. Provide total cost per call for estimate. Travel time to and from the repair site shall not be reimbursed separately. The Contractor shall respond to emergency calls for repair within four (4) hours of the initial call. Deviations from this practice may occur only with the mutual agreement of the USSS and the Contractor. Line Item 0005 (for base year only): Deduction applicable to line item 0001 for monthly Sessions, preventative maintenance and inspection, if two (2) hydraulic elevators and associated equipment are to be serviced in lieu of five (5); those located in Administration Building (1) and Classroom Building (2) will begin service April 2001. Deduction applicable for months of October 2000 through March 2001 (total of six months). Provide unit cost deduction per monthly Session for reduction of three (3) hydraulic elevators and associated equipment in reference to line item 0001. Line Items 1001 through 1004 represent identical base year line items for Option Year 1; line Items 2001 through 2004 apply for Option Year 2; Line Items 3001 through 3004 apply for Option Year 3; and Line Items 4001 through 4004 apply for Option Year 4. Period of Performance is as follows: Base Year: October 1, 2000 through September 30, 2001; Option Year 1: October 1, 2001 through September 30, 2002; Option Year 2: October 1, 2002 through September 30, 2003; Option Year 3: October 1, 2003 through September 30, 2004; and Option Year 4: October 1, 2004 through September 30, 2005. The contractor must provide skilled and trained personnel, as per industry standards. These individuals shall be acknowledged as representatives of the contractor, and therefore, the contractor will be held liable for any losses or claims encountered by the Government due to the actions of their representative(s). Contractor personnel proposed to work under this contract shall be subjected to and successfully pass police background investigations prior to being admitted to the JJRTC. Upon contract award, the contractor will be provided with USSS contractor personnel access forms. Within five (5) days of contract award, the contractor shall submit these completed contractor personnel access forms to the Contracting Officer's Technical Representative. Billings to be issued on a monthly basis for services performed during the preceding period. Emergency service calls will be performed when required, but shall not exceed the total amount stated under the contract. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions 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 at least three references for contracts/purchase orders of similar products/services. Each reference must include customer's name and 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. Past Performance shall be valued as acceptable, unacceptable, or neutral." 52.212-2, Evaluation -- Commercial Items; 52.212-2 (Addendum): Paragraph (a) is deleted in its entirety and replaced with: "The Government intends to award a firm fixed price purchase order to the responsible offeror with acceptable past performance whose quotation is lowest in price and conforms to the specification as provided herein." 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items. The following clauses cited in 52.212-5 are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1, Buy American Act -- Balance of Payments Program-Supplies; 52.225-3, Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act -- Balance of Payments Program; Alternate I of 52.225-3; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration; 52.222-41, Service Contract Act of 1965, As Amended; 52.222-42, Statement of Equivalent Rates for Federal Hires; $19.03 per hour (monetary wage) plus $1.92 per hour (fringe benefits), for informational purposes only. The Service Contract Act Wage Determination is pending. These FAR Provisions and Clauses may be accessed via the world wide web at: http://www.arnet.gov/far/. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. A completed copy of the Request For Quotation -- Representations and Certifications shall be included with offeror's quotation. A copy of the Representations and Certifications is available via the world wide web at: http://www.treas.gov/usss/proc/rfqcerts.htm. Quotations should include proposed pricing for line items, the completed Request For Quotation -- Representations and Certifications form and three (3) past performance references. Please note: All responsible offerors may fax quotations to (202) 406-6801, Attn: Kelly Curtin; to be received no later than 4:00 p.m.(EST), Monday, September 18, 2000. Quotations may be forwarded by mail to U.S. Secret Service, Procurement Division, Attn: Kelly Curtin, 950 H Street, NW, Suite 6700, Washington, DC 20373-5802. Please note: Award is anticipated within five (5) days of receipt of quotations. A pre-bid inspection/site visit will occur on Wednesday, September 13, 2000, at 10:00 a.m., at the JJRTC. Firm representatives to be present at the pre-bid inspection must provide their full name, social security number and date of birth, to be received by this office no later than Monday, September 11, 2000. Firms which do not provide this information prior to the deadline will not be allowed on the inspection. Please fax this information to (202) 406-6801; Attn: Kelly Curtin. See Note 1.
- Record
- Loren Data Corp. 20000911/JSOL030.HTM (W-251 SN494090)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on September 7, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|