SOLICITATION NOTICE
S -- MAINTENANCE OF TWO ELEVATORS, BUILDING 230, FORT SHAFTER AND BUILDING 32, FORT DERUSSY, HAWAII
- Notice Date
- 8/28/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Corps of Engineers - Honolulu - Civil, Building 230, Fort Shafter, HI 96858-5440
- ZIP Code
- 96858-5440
- Solicitation Number
- DACW83-03-T-0029
- Response Due
- 9/5/2003
- Archive Date
- 11/4/2003
- Point of Contact
- Carrie Wakumoto, (808)438-8591
- E-Mail Address
-
Email your questions to US Army Corps of Engineers - Honolulu - Civil
(carrie.wakumoto@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA 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 b eing requested and a written solicitation will not be issued. This is a Small Business Set-Aside, firm fixed price service requirement. A copy of the Request For Quote is available a a pdf document at the following website: http://www.poh.usace.army.mil/pohct/contracting.asp. E-mail or fax your quote by the closin g date and time to carrie.wakumoto@usace.army.mil or fax (808) 438-8588. SCOPE OF WORK. Furnish all necessary management, labor, supervision, materials, equipment, parts, transportation, and any incidental services required to provide twelve (12) months of elevator maintenance services and two (2) certifications and inspection services for two (2) separate elevators: (1) Montgomery, Hole-less Hydraulic Elevator, Model CP088-08 at the Pacific Regional Visitor Center, Building 32, Fort DeRussy, Hawaii and (2) Montgomery Elevator, Model No. C3049 located at the U.S Army Corps of E ngineers, Building 230, Fort Shafter, Hawaii. The period of service shall commence October 1, 2003 through September 30, 2004. The Contractor shall perform, but is not limited to the following: a. Maintain the elevator equipment described herein, using skilled elevator maintenance personnel under the ContractorAcAEURA(tm)s supervision. Employ all reasonable care to see that the elevator equipment is maintained in proper operating condition. b. Regularly and systematically examine, adjust, lubricate, as required and if conditions warrant, unless specifically excluded elsewhere in the Scope of Work (SOW), repair or replace the following: Elevator pump, motor, plunger, plunger packing, V-velts strainers, valves, regulators, controller, including relays, contacts, timers, coils, magnet framers, and control wiring. Re-lamp all signal during regular service time only. c. Repair and/or replace traveling cable when necessary. Replace car guide shoes, gibs, and/or rollers when necessary to insure proper operation, and keep the guide rails properly lubricated, when applicable. d. Lubricants used in the maintenance of the elevator shall be of the grade recommended by the manufacturer. e. The equipment parts described above will be examined, lubricated, adjusted, repaired, and or replaced by the Contractor. f. Repair service not in conjunction with normal maintenance on the stalled/inoperative elevator shall be restored to its normal safe operational condition as deemed necessary. Any repair service performed shall be coordinated with and approved by the Con tracting OfficerAcAEURA(tm)s Representative prior to performance of work. g. Inspect on a semi-annual basis, car enclosures, fan, gates, and/or doors, hoist way enclosures, rail alignment, hoist way doors, doorframes and sills, hoist way gates, power feeders, switches, their wiring and fusing, smoke or heat sensors, hydraulic c ylinder, and underground piping. h. Elevator shall be inspected by a licensed State of Hawaii Elevator Examiner. Frequency of these inspections shall be in accordance with the accepted criteria of the American National Standards Institute Elevator Code. A safety inspection certificate wi th the signature of a licensed State of Hawaii Elevator Examiner shall be submitted to validate the inspection and the expiration date. 2. COMPLETION OF MAINTENANCE SERVICE. Submit a written service report to the Logistics Management Office at the following address within seven (7) working days of maintenance service. The Logistics Management Office will forward the report to the respec tive Contracting Officer's Representative. Logistics Management Office, U.S. Army Engineer Dis trict, Honolulu, Building 230, Fort Shafter, HI 96858-5440 3. DEFICIENCIES: Work outside the SOW described in paragraph 1 shall be considered as Separate Work and accomplished under a separate purchase order. The following are considered to be outside the SOW. Refinishing, repairing or replacement of car enclo sures, fan, gates and or doors, hoist way enclosures, rail alignment, hoist way doors, doorframes and sills, hoist way gates, finished flooring, power feeders, switches, their wiring and fusing, hydraulic cylinders and underground piping. When such repair s are required, the Contractor shall furnish a report to the Government a list of the components and a quotation for the repair service to include cost of parts and labor. 4. This purchase order shall cover all work performed during the regular working hours of regular working days of the trade and shall include regular time call back for services. 5. PAYMENT will be made on a monthly basis for the services rendered by forwarding monthly invoices to the address in Item 18 of the purchase order. 6. INSTRUCTIONS FOR EMERGENCY REPAIR: The Government Point of Contacts (POCs) are Mr. Steven Paahana and Mr. Clifford Olivera for elevator in Building 230, Fort Shafter and Mr. James Finney, Pacific Regional Visitor Center, Building 32, Fort DeRussy. Th e POCs are the delegated Contracting OfficerAcAEURA(tm)s Representatives for this purchase order. The Contracting Officer or delegated Contracting OfficerAcAEURA(tm)s Representative(s) shall be the only authorized Government representative(s) to contact t he Contractor for any emergency repair(s) required to restore elevator to its normal safe operational standard(s). The total Not- To Exceed (NTE) amount of $600.00 for parts and eight (8) hours of labor is provided in this contract for inspection emergenc y repair work. In the event that the total cost for emergency repair work is estimated to exceed either of the stated cumulative amounts for labor or parts, the Contractor shall submit two (2) copies of a written quotation to include labor and replacement part(s) to the Contracting Officer or their authorized representative within two (2) calendar days for approval before commencing any emergency repair work. Any repair work performed by the Contractor without written approval or consent from the Governmen t shall be at the ContractorAcAEURA(tm)s own risk and expense. 7. CONTRACTORAcAEURA(tm)S REQUIREMENTS: The Contractor shall provide the respective POCs with the date and time of the routine maintenance and provide two (2) copies of a written quotation for any emergency repair with a cost breakdown of labor and parts for the emergency repair, if required. 8. SAFETY PLAN: Contractor is required to submit an Accident Prevention Program Administrative Plan (POD Form 248-R (REV) 1 Mar 96), and an Activity Hazard Analysis (POD) Form 184-R (REV) 22 Apr 91) in accordance with the U.S. Army Corps of Engineers Saf ety and Health Requirements Manual, EM 385-1-1 to the U.S. Army Corps of Engineers Safety & Occupational Health Officer for review at the address below. The aforementioned forms are attached with SOW. The safety manual and forms may be found at the followi ng website: http://www.usace.army.mil/net/usace-doc/eng-manuals/em385-1/toc.htm. The Contractor shall not perform work until the Government has accepted the Accident Prevention Program Administrative Plan and Activity Hazard Analysis. SAFETY OFFICE ADDRESS AND POINT OF CONTACT: Safety & Occupational Health Office, ATTN: Jeff Cochran (CEPOH-SO), U.S. Army Engineer District, Honolulu, Building 230, Fort Shafter, Hawaii 96858-5440, Telephone Number (808) 438-1316.
- Place of Performance
- Address: US Army Corps of Engineers - Honolulu - Civil Building 230, Fort Shafter HI
- Zip Code: 96858-5440
- Country: US
- Zip Code: 96858-5440
- Record
- SN00415269-W 20030830/030828213759 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |