COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 24, 2001 PSA #2942
SOLICITATIONS
J -- ELEVATOR PREVENTIVE MAINTENANCE AND REPAIR SERVICES
- Notice Date
- September 20, 2001
- Contracting Office
- National Park Service, National Capital Parks-Central, Administration Division, 900 Ohio Drive, SW, Washington, DC 20024-2000
- ZIP Code
- 20024-2000
- Solicitation Number
- Q3400020001
- Response Due
- September 27, 2001
- Point of Contact
- Latonca Harris, Contracting Officer, 202-485-9880
- E-Mail Address
- The Contracting Officer may be contacted via E-mail (Latonca_Harris@nps.gov)
- 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 solicitation; proposals are being requested and a written solicitation shall not be issued. The solicitation number, Q3400020001, is issued as a request for proposal (RFQ) for a firm fixed price contract and incorporates provisions and clauses that are in effect through Federal Acquisition Circular FAC 97-27. This project is unrestricted, and the Standard Industrial Code (SIC) is 1796 and the NAICS code is 23590. This solicitation includes the following FAR provisions and clauses: provision 52.212-1, Instructions to Offerors-Commercial, provision 52.212-2, Evaluation-Commercial Items, provision 52.212-3, Offeror Representations and Certifications-Commercial Items, clause 52.212-4, Contract Terms and Conditions-Commercial Items, and clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. REQUIREMENTS: The National Park Service, National Capital Parks-Central, Washington, DC, plans to procure services to perform all maintenance and related repairs to the elevators in designated locations in Washington, DC. The period of performance is for one year, starting October 1, 2001 "Subject to Availability of Funds" through September 30, 2002. The Contractor shall provide all management, supervision, labor, supplies, materials, repair and replacement parts, equipment, and tools required to perform the specified elevator maintenance and repair services effectively and efficiently at the Jefferson Memorial, Lincoln Memorial, Navy Memorial, Pershing Park, Survey Lodge, National Park Service Regional Office, and Washington Monument. The Contractor shall take all steps and measures to maximize the life expectancy of the elevator plant. The Contractor shall provide services that preserve each elevator in unimpaired condition and above the point where deterioration begins. The Contractor is not required to provide an on-site elevator mechanic for specified duty hours. However, the Contractor shall provide qualified elevator mechanics, work crews, and supervisory personnel in such numbers, places, and times as may be required to fully meet the contract requirements. All scheduled contract work shall be accomplished during "Normal Working Hours" 7:00 AM TO 6:00 PM, unless other mutually satisfactory arrangements have been approved by the Contracting Officer (CO). The Contractor shall be responsible for their subcontractors that they are in compliance with all laws, rules, and regulations. The Contractor shall assign an individual to work directly with the Contracting Officer's Representative, and the Government Elevator Inspector. This individual shall be responsible for all matters pertaining to the Government's elevator requirements and shall be the point of contact for problems the Government encounters, that have not been resolved at the local level. In accordance with standard elevator industry practice, this is a full maintenance contract. The Contractor shall inspect, maintain, repair, test, and clean all of the elevators and the elevator equipment at the seven designated locations. The Contractor shall accept these elevators "as is." Except for the following excluded elevator components: (a) Repairs or replacements made necessary due to negligence or misuse of the equipment by persons other than the Contractor, (b) Refinishing or replacing elevator cabs, floor coverings, hoistway enclosures, and cab and hoistway door frames, (c) Replacing underground hydraulic piping or cylinders, and (d) Replacement of hoist ropes and compensation chains. The Contractor shall perform all elevator operations, tests, inspections, maintenance, alterations, and repairs performed under this contract shall comply with the latest editions of the American Society of Mechanical Engineers (ASME) publication A17.1, "Safety Code for Elevators and Escalators." Throughout this specification, these documents shall be referred to as "the Code", and also comply with any other law, ordinance, code, regulation, or rule applicable to the premises. The Government shall be responsible for the cost of any additional permits, fees, and third party inspections. The Contractor shall ensure that the original operating criteria is maintained at all times for each elevator: (a) Maximum capacity in pounds, (b) Rated speed in feet per minute, (c) Performance time measured brake to brake, (d) Door operation, (e) Traffic handling capabilities, (f) Response times, (g) Ride quality. An acceptable percentage of down-time for each elevator shall not be more than three percent per year, a maximum of three service calls per month per elevator, and a level or decreasing trend in service calls. An increased frequency in service calls is not considered acceptable performance. The Contractor shall be responsible for the emergency telephones in the elevator cab and shall maintain, provide testing, reprogramming, and replacement, and for lighting installed in the machine room, hoistway, pit, car top, and car interior. The Contractor shall furnish and install all lighting fixture components, including ballast, bulbs, lamps, and tubes. The Contractor shall maintain all vent/exhaust fans in elevator cabs. The Contractor shall maintain all building space assigned to the Contractor, and any Government-owned equipment the Contractor is authorized to use, in a neat, clean, orderly, and good working condition at all times. The machinery exterior and other equipment parts, which are subject to rust, shall be kept painted. The Contractor shall take all necessary precautions, to safeguard and protect all Government property with which the Contractor comes in contact while performing the work. All machine rooms, hoistways, pits, elevator equipment, and landing sill grooves shall be kept free of dust, dirt, grease, oil, and foreign debris. The Contractor shall keep Material Safety Data Sheets (MSDS) on file with the on-site GSA representative or his designee, for all materials it uses. The Contractor shall minimize the generation of waste, and shall properly dispose of all waste it does generate. The Contractor shall minimize the risks its work poses to the environment, the customers, the general public, and the contract employees. The Contractor shall establish and utilize a comprehensive quality control program to assure that the requirements are provided as specified. At least quarterly, the Contractor shall review with the COR all the service calls that occurred during the quarter. Annually, the Contractor shall survey the elevator units to verify that they conform to the specifications in Paragraph 2.B.(4). At the conclusion of the survey, the Contractor shall provide the COR with an equipment report and performance evaluation for each individual unit. The report shall indicate all repairs and upgrades for each unit. Periodically, the Contractor shall conduct field audits to maintain quality standards, and the government may request copies of these reports. In keeping with environmental protection, the contractor shall immediately notify the COR in writing of any indication of underground oil seepage which may be attributed to a leaky underground hydraulic cylinder. The Contractor shall not change or alter the existing elevator equipment or any electrical circuits, wiring, controls, or sequencing without written authorization from the Contracting Officer. If the Contracting Officer authorizes changes, the Contractor shall make appropriate revisions to the elevator drawings and/or specifications. All improvements made by the Contractor during the term of this contract shall become and remain the property of the Government. The Government reserves the right to add and remove elevators from this contract at any time. The Government shall inform the Contractor as far in advance as possible of any changes to the inventory. If the Government removes an elevator from service to perform work outside the statement of work, the Government shall deduct the monthly amount currently being paid to maintain that elevator. When the Government returns the elevator to service, it shall resume paying the Contractor. The Contractor shall have a Supervisor(s) designated in writing to make decisions on a day-to-day basis. The Supervisor(s) shall be available by telephone at all times while work is being performed. The personnel employed by the Contractor shall be capable employees, trained and qualified in elevator maintenance and repair work. Elevator maintenance mechanics performing services shall have journeyman status as recognized by the industry. Where applicable, all persons employed in a trade, craft, or profession that is licensed by state or local authorities shall have the appropriate license prior to performing any contract work. The license must be of a grade or level consistent with the requirements of the work being performed. The Contractor shall furnish a copy of each employee's license to the CO. When the COR determines it to be available and appropriate, the Government shall provide space in the building for the Contractor's expendable supplies, replacement parts, tools, and equipment. When requested by the Contractor, the Government shall provide drawings and specifications (if available) for the elevators. The Contractor shall keep these documents at the work site. When the contract expires, these documents must be returned to the GSA official from whom they were obtained. All parts replaced under the provisions of this contract shall be from the original equipment manufacturer, manufactured to OEM specifications, or shall the equipment manufacturer recommend replacement parts. 1. JEFFERSON MEMORIAL-Quote a per month price to provide elevator maintenance and repair services, including service calls. Elevator is Dover equipment. 2. LINCOLN MEMORIAL-Quote a per month price to provide elevator maintenance and repair services, including service calls. Elevator is Montgomery equipment. 3. NAVY MEMORIAL-Quote a per month price to provide elevator maintenance and repair services, including service calls. Elevator is Gillespie equipment. 4. PERSHING PARK-Quote a per month price to provide elevator maintenance and repair services, including service calls. Elevator is Gillespie equipment. 5. SURVEY LODGE-Quote a annual start-up price to provide elevator maintenance and repair services, including service calls. Elevators are Gillespie equipment and National Wheel-O-Vactor. 6. NATIONAL PARK SERVICE REGIONAL OFFICE-Quote a per month price to provide elevator maintenance and repair services, including service calls. Elevator is Otis equipment. 7. WASHINGTON MONUMENT-Quote a per month price to provide elevator maintenance and repair Services, including service calls. Elevator is Otis w/Motion Control Engineering (MCE) controls equipment. 1. Reimbursable Repairs: Estimate for hourly rates for performing reimbursable repairs between the hours of 7:00 AM through 6:00 PM Unit Price Estimate Quantity Total 1 Single man-hour rate 100 Hours 2 Team man-hour rate 20 Hours 3 Total 2. Reimbursable Emergency Repairs: Estimate for hourly rates for performing reimbursable repairs after 6:00 PM., weekends and holidays. Unit Price Estimate Quantity Total 1 Single man-hour rate 20 Hours 2 Team man-hour rate 10 Hours 3 Weekend rate 10 Hours 4 Holiday rate 5 Hours 5 Total 3. Estimate total dollar amount for repair parts and materials 4. Preventive Maintenance cost from attached breakdown schedule 1 PM Total 1 Package Cost Total Elevator Maintenance and Repair Contract Estimate Location/Description Type Annual Monthly Total for Total sum Start-up Unit Price 12 Month Start-up and Unit Price Period Monthly Srvc. Jefferson Memorial Handicap Hydraulic Lincoln Memorial Handicap Hydraulic Navy Memorial Drum Man-lift Pershing Park Passenger Hydraulic Survey Lodge Handicap N/A N/A Hydraulic Freight N/A N/A NCR- Office Passenger Electric Gear Washington Monument Passenger Cable/Rope The Government will award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforms to the solicitation and is most price advantageous to the Government. All offers must include with their quotation a completed copy of the FAR 52.212-3. Full text versions of these provisions and clauses may be obtained on the internet at www.arnet.gov/far/. All interested/qualified sources that can provide these services must respond on Thursday, September 27, 2001 by 4:00 p.m. EST. Quotations must be addressed or handcarried to National Park Service, National Capital Parks-Central, Attn: Latonca Harris, Contracting Officer, 900 Ohio Drive, SW, Washington, DC 20024. Facsimile quotes will be accepted on (202) 426-1835 and via E-mail at Latonca_Harris@nps.gov. Questions concerning this acquisition may be directed to Ms. Harris at (202) 485-9880.
- Record
- Loren Data Corp. 20010924/JSOL018.HTM (W-263 SN50Y2K5)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on September 21, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|