Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 3, 2001 PSA #2885
SOLICITATIONS

35 -- PLATFORM LIFTS

Notice Date
June 29, 2001
Contracting Office
Federal Prison Camp, Allenwood, Regional Contracting Office, P.O. Box 1000, Montgomery, PA 17752
ZIP Code
17752
Solicitation Number
RFQ 20903-021
Response Due
July 31, 2001
Point of Contact
Douglas E. Shock, Contract Specialist (570)547-1641 ext 546
Description
MODIFICATION 0001: This synopsis replaces the synopsis for supply and installation of two platform lift systems originally published on May 31, 2001. Item 17 is changed to read as follows: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and written solicitation will not be issued. (ii) This solicitation is issued as Request for Quotation (RFQ) 20903-021. (iii) The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular (FAC) 97-27. (iv) This solicitation is 100% set-aside for small businesses with a NAICS Code of 333921 and a size standard of 500 employees. Other forms referenced herein are required to be completed and submitted with all quotations. (v) The contractor shall provide unit price for the following items: (1) Concord Elevator Model I.P.L. -- Commercial Incline Wheelchair Lift (or approved equal), quantity of one and (2) Concord Elevator Model P.A.L.- ENP (or approved equal), quantity of one in accordance with the following specifications: (vi) Facility Department shall be responsible for all site preparation for both the vertical and incline platform lifts. This includes (if applicable) all electrical power requirements to the lift, structural support (for stability of lift only i.e. bracing), lift pit (if required) for vertical lift and ramps to the lifts. Contractor shall furnish all specialized tools and materials to include welding of aluminum (if required) for the installation of the incline platform wheelchair lift commonly called an I.P.L. (Incline Platform Lift) and a vertical wheelchair lift with a 144 inch lift height. The modular components of the handicap platform lifts provided by the contractor must fit through the Gymnasium door (dimension 38 " wide by 6'-7 " height) and through the housing unit (dimension 29 3/4" wide by 6'-7 " height) while door swing is at 90 degree. Submittals: Lift contractor will submit drawings and (or) manufactures's literature for approval. Drawings shall show rough-in requirements and wiring requirements. The Contractor shall install in the housing unit, a CONCORD ELEVATOR MODEL I.P.L.- COMMERCIAL INCLINE WHEELCHAIR LIFT (OR APPROVED EQUAL) TO INCLUDE: Rack and Pinion Drive System with drive located on platform, Manual Folding Arms and Platform, Lightweight Modular Aluminum Rail mounted on block wall, Minimum of 30" x 48" Platform with antiskid flooring, 110 Volt electrical service to lift, Battery Backup, Emergency Power Raise/Lower, Rated Load Capacity to 500 Lbs, Rated Speed -- 15' /minute, Audio/Visual Alert Package, Pendant Attendant Control system with constant pressure type switches, Keyed Call/Send Stations at each landing, Underpan Safety Sensor, Safety Brake, Emergency Stop on Platform, Platform in folded position cannot exceed 12-1/2" from support wall, Engineering submittal prints, F.O.B. job site, equipment installation, and startup, Pennsylvania State Elevator Permit/Inspection fee. THE CONTRACTOR SHALL INSTALL IN THE GYMNASIUM A CONCORD (OR APPROVED EQUAL) ELEVATOR MODEL P.A.L.-EN(P) 144" LIFT HEIGHT, ACCESSABILITY LIFT TO INCLUDE: Electro-Hydraulic lift system, ( If Pit Mounting configuration is submitted, pit shall not exceed 3" in depth, Emergency Backup System with 2-way travel, Unit furnished with Aluminum Enclosure and clear Plexiglass panel inserts, Minimum of 35"x54" Cab interior size, through cab in/out design, 2 landing Stops, Aluminum cab frame, skid resistant floor, 90-1/4" Lower Frame Door with interlock and clear Plexiglas insert, 42-1/4" Upper Landing Gate with interlock and clear Plexiglas insert, Rear Machine Housing Panels, Public Building Package, Emergency Stop and Emergency Alarm systems, Final Limit and Negative Pressure Switches, Pit Switch and Pit Stop, Engineering Submittal Prints, F.O.B. Job Site, Equipment Installation, and Startup, Pennsylvania State Elevator Permit/Inspection Fee. QUALITY ASSURANCE: Lift shall be designed and tested for a static load factor of (5) times its maximum capacity of 750 lb. All components shall be stressed beyond their yield points at 3,750 lb. Test load so that no permanent deformation occurs. Material subject to brittle failure mode, such as cast iron, will not be used in the lift structure. Additional, a six foot vertical lift unit shall have been loaded and tested through 15,000 cycles. No mechanical failures shall have occurred and no wear that would affect lift reliability shall have been detected. All welded parts shall be executed by welders certified in accordance with requirements of AWS D1.1. Design and installation shall be in compliance with applicable regulations of all governing agencies with jurisdiction. Lift shall be subject to state, local and city and state inspection after installation. DRAWINGS: Drawings are available upon written request via fax at (570) 547-7689 or by mail using address located in item xvi. LIQUIDATED DAMAGES: No liquidated damages clauses are required under this procurement. (vii) The contractor has 90 calendar days after date of the award to deliver and install the two (2) lifts at the Federal Correctional Institution, Mckean, Route 59, Big Shanty Road, Lewis Run, Pennsylvania, 16738. This is to be FOB: Destination. Special Note: Service is a contractual arrangement and not a personnel appointment. Payment is based on the provision of an end product. The service does not constitute an employer/employee relationship. The contractor will not be subject to Government supervision, except for security related matters. However, Contractor performance shall be closely monitored. (viii) FAR Provision 52.212-1, Instructions to Offerors -- Commercial Items (OCT 2000) and the following clauses incorporated by addendum apply -- At paragraph (c), "Period of Acceptance of Offers," has been determined by the Contracting Officer to be non-applicable to this solicitation and is hereby removed in its entirety for the purpose of this requirement.; At paragraph (e), "Multiple Offers," has been determined by the Contracting Officer to be non-applicable to this solicitation and is hereby removed in its entirety for the purposes of this requirement; At paragraph (h) "Multiple Awards" has been determined by the Contracting Officer to be non-applicable to this solicitation and is hereby removed in its entirety for the purposes of this requirement; FAR Provision 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-6 Contractor Identification Number -- Data Universal Numbering System (DUNS) Number (APR 1998); JAR Clause "Compliance with Veterans Employment Reporting Requirements" (ix) The evaluation will be based on price and price related factors with award to the lowest priced technically acceptable quotation. (x) FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (MAY 2001) is incorporated and is required to be submitted with the contractor's quote. (xi) FAR Clause 52.212-4 Contract Term and Conditions -- Commercial Items (MAY 2001) and the following clauses incorporated by addendum apply -- 52.219-6 Notice of Total Small Business Set-Aside (July 1996); 52.223-5 Pollution Prevention and Right to know Information (APR 1998); 52.237-1 Site Visit (APR 1984); 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984); 52.247-34 F.O.B. Destination (NOV 1991); FAR 52.211-6 Brand Name or Equal (AUG 1999); FAR 52.211-16 Variation in Quantity (APR 1984) and the following incorporated by addendum apply -- At paragraph (b) insert "0" to complete "Percent increase", insert "0" to complete "Percent decrease", and insert "The total contract quantity" to complete the application statement; FAR 52.242-15 Stop-Work Order (AUG 1989); FAR Clause 52.252-2 Clauses Incorporated by Reference (FEB 1998);; JAR Clause 2852.223-70 Unsafe Conditions Due to the Presence of Hazardous Material (JUNE 1996). (xii) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (MAY 2001) and the following clauses apply to this clause -- 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 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. (DEVIATION)(Subparagraph (f) of the clause from $10,000 to $25,000); 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration (fill-in: "no later than 15 days prior to submission of request for payment"). (xiii) An organized Site Visit is scheduled for 9:00am, July 18, 2001. Contractors must provide the name(s) of representative(s) intending to site visit not later than 4:00pm, July 13, 2001 to Tom Kerek at (814)-362-8900 extension 3681 or Kevin Walter at extension 3645 or Carol Reinard at extension 3684. Contractor workers will be required to complete a pre-employment form and the following investigative procedure is incorporated and to be applied before commencing work: National Crime Information Center (NCIC) check. (xiv) N/A (xv) N/A (xvi) The quotes are due by 4:00 P.M. on July 31, 2001 to the following address: FPC Allenwood, Regional Contracting Office, P.O. Box 1000, Montgomery, PA 17752 (Regular Mail) or Route 15, 5 miles north of Allenwood (Federal Express, etc). All quotes should be marked with the RFQ number. (xvii) For additional information, please contact Douglas E. Shoch, Contract Specialist at (570) 547-1641, extension 546.***** cc: OSDBU
Record
Loren Data Corp. 20010703/35SOL001.HTM (W-180 SN50Q5F9)

35 - Service and Trade Equipment Index  |  Issue Index |
Created on June 29, 2001 by Loren Data Corp. -- info@ld.com