SOLICITATION NOTICE
J -- Maintenance of Automatic Door Operators, Door Controls and AccessoriesCo
- Notice Date
- 9/22/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20332-0305
- ZIP Code
- 20332-0305
- Solicitation Number
- F49642-03-T-0131
- Response Due
- 9/29/2003
- Archive Date
- 10/14/2003
- Point of Contact
- Cathy Perry, Contracting Specialist, Phone 202-767-8048, Fax 202-767-7896, - Valerie Gaines, Contract Specialist, Phone 2027678030, Fax 202-767-7897,
- E-Mail Address
-
catherine.perry@bolling.af.mil, valerie.gaines@bolling.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. F49642-03-T-0131. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-15. This is a small business set-aside. The North American Industry Classification System code is 332321 (formerly SIC code 3699) at $5.0 million size standard. LINE ITEMS: 0001: Base-wide Auto doors operations, maintenance and repair services for buildings, 1307, 10, 602, 1302, 5797, 5681, and Hanger #2 IAW the Statement of Work attached hereto. QTY: 12/MO, UNIT PRICE: $_________, EXTENDED PRICE: $_________. 0002: Main Exchange building, 4514 auto doors operations, maintenance and repair IAW the Statement of Work attached hereto. QTY: 12/MO, UNIT PRICE: $_________, EXTENDED PRICE: $_________. 0003: MDG (Hospital and Annex Clinic) building 17 and 1300 auto doors operations, maintenance and repair services IAW the Statement of Work attached hereto. QTY 12/MO, UNIT PRICE: $_________, EXTENDED PRICE: $___________. 0004: Commissary, building 4570 auto doors, operations, maintenance and repair services IAW the Statement of Work attached hereto. QTY: 12/MO, UNIT PRICE: $__________, EXTENDED PRICE: $___________. 0005: Service calls in accordance with the paragraph 8 of Statement of Work attached hereto, ESTIMATED QTY: 50 HOURS, UNIT PRICE: $__________, ESTIMATED EXTENDED PRICE: $___________. 0006: Reimbursable parts IAW paragraph 9 of Statement of Work attached hereto, NOT TO EXCEED AMOUNT $2500.00 . ?Notice to Offerors: Funds are not presently available for this project. No award will be made under this combined synopsis/solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. INSPECTON AND ACCEPTANCE TERMS: Supplies/services will be inspected by Quality Assurance personnel and accepted at job site. DESCRIPTION/SOW: GENERAL INFORMATION. STATEMENT OF WORK FOR MAINTENANCE OF AUTOMATIC DOOR OPERATORS, DOOR CONTROLS AND ACCESSORIES 1. DESCRIPTION OF SERVICES: 1. DESCRIPTION OF SERVICES: The contractor shall furnish all plant, labor, equipment, appliances and materials to perform all operations in connection with the maintenance, repair, adjustments and emergency services on the Horton Service 2000 Dor-O-Matic and Stanley Dura-Glide 1000 automatic door operators, door controls, doors and frames and related accessories located in the buildings listed below at paragraph 1.2. Additional work covered by this section of the specification shall also consist of maintenance and repair of the door frames and associated hardware, excluding glass and locks. The contractor is responsible for providing regularly scheduled maintenance service during each monthly inspection. All weather-stripping, door panels, door frame jambs, bucks, stiles, thresholds, hinges and all other items as applicable and normal to the proper operation of the doors shall be the responsibility of the contractor. 1.1. Work to be accomplished under this contract shall include as a minimum, the following: a. Monthly inspection/preventive maintenance of all the automatic door controls associated electrical circuitry, doors and frames. Inspections/preventive maintenance shall be conducted on the first Monday of each month. Should a holiday fall on the first Monday of the month, inspection/preventive maintenance shall be performed on the second Monday of the month; b. Emergency Services as required between inspections; c. Repairs or adjustments required providing satisfactory operations. 1.2. LIST OF BUILDINGS: Bldg 4570 (Commissary): 2 pairs of double doors at exit south with 4 operators, 2 pairs of double doors at entrances south with 4 operators, 2 pairs of double doors at carry out, return south with 4 operators, 2 pairs of double doors at carry out return south east main entrance with 4 operators; Bldg 1300 (Hospital): 2 pairs of double doors at north with 4 operators, 2 pairs of double doors at east and west with 4 operators; Bldg 1307 (Community Center): 1 pair of double doors at east with 4 operators; Bldg 10 (Post Office): 1 pair of double doors at north with 2 operators; Bldg 602 (Billeting VOQ): 1 pair of double doors at east with 2 operators; Bldg 4514 (Base Main Exchange): 8 pairs of double doors at north, south, east and west with 8 operators; 8 pairs of double doors at north, south, east and west with 2 operators; Bldg 17 (Annex Clinic): 1 pair of double doors at south with 2 operators; Bldg 1302 (Dorms): 1 pair of double doors at west central with 2 operators, 2 pair of double doors at south and north with 4 operators; Bldg 5797 (Visitor Center): 1 pair of double doors at main with 2 operators; Bldg 5681 (Massey Building): 1 pair of double doors at west with 2 operators; Hanger #2 (USAF Band): 1 pair of double doors at west with 2 operators; 1 pair of double doors at north with 2 operators. 1.3. INSPECTION: Regular monthly inspections shall include, but will not be limited to performance of the following steps as necessary in accordance with equipment manufacture?s maintenance and service manuals: a. Check equipment for obvious deficiencies; b. Lubricate all moving parts per manufacturer?s specification; c. Check all motors and clean housing and commentators; d. Inspect, clean and adjust all belts, pulleys, operator linkages, etc; e. Check and align photo beams; f. Clean all door tracks; g. The contractor shall replace all deteriorated or damaged parts under this contract. Reimbursement for parts shall be accomplished in accordance with Part III, Section 3; h. The contractor is responsible for electrical service to the automatic doors from the load side of the circuit breaker. 2. GOVERNMENT FURNISHED PROPERTY AND SERVICES: 2.1. Security Police and Fire Protection. The government will provide security police and fire protection to the extent necessary to ensure a secure and safe installation. In return for these services the contractor shall adhere to the security and fire directives, instructions and policies of Bolling AFB. 2.2. Emergency Medical Services. Ambulance and emergency medical services are available at the Medical Clinic. The contractor?s employee will be billed directly and it is his responsibility to secure payment from his or medical insurer. 2.3. Interaction with Base Personnel. The contracting Administrator and QA person shall act as liaison between all base occupants. Direct communication between base occupants is not authorized except through the Contraction Administrator and QA person to resolve customer complaint or to modify contract. 2.4. The government will furnish water and electric utility services, for the contractor personnel use. 2.5. Important Numbers: Security Forces (202) 767-5000, Fire Department (202) 767-5777, Ambulance Services (202) 767-5233 and Hazmat Pharmacy (202) 767-8297. 3. COORDINATION OF WORK OPERATIONS: The work to be performed under this contract will take place in active facilities. Therefore, prior to starting any work under this contract, the contractor shall coordinate all of his work operations with the QA personnel. 3.1. CLEAN UP: All materials and scrap classified, as trash/debris shall be removed from the base and disposed of by the contractor. It shall be the responsibility of the contractor to assure proper loading of all vehicles used for transport of materials and debris. Any spillage en-route on the base shall be recovered and disposed of off base. 4. NOTIFICATION TO BASE CIVIL ENGINEER: Contractor?s service personnel performing on this contract will report to the Services Contract Section of Civil Engineering, Building 370, before commencing periodic inspection and upon completion of work. Copies of maintenance reports noting discrepancies discovered since the prior inspection will be left at the Service Contract Section, Bldg 370, before leaving the base. 5. STANDARDS OF MAINTENANCE: The contractor shall obtain manufacturer?s maintenance and service manuals for all equipment to be maintained under this contract. All maintenance services and repairs shall be accomplished in accordance with the manufacturer?s manuals and this specification. QA personnel will conduct periodic inspections to insure compliance with these requirements. Within thirty (30) days after contract award, the contractor shall forward three (3) copies of the manufacturer?s recommend maintenance and service manuals to the Contracting Officer. 6. HOURS OF OPERATION. The contractor shall maintain the following hours, 0730 ? 1430 hours, the first Monday of each month. The contractor shall provide and insure a means of answering emergency calls during the interim period between normal inspections. The contractor shall further insure that emergency services are rendered within two (3) hours after unless approval of the Contracting Officer is obtained. The QA personnel or their alternate will initiate calls for emergency service during regular duty hours. Calls placed in any other manner are not to be accepted. 7. RECOGNIZED HOLIDAYS. The contractor is not required to provide services on the following days. However services are required on the following business day: New Year?s Day, Inauguration Day, Martin Luther King Jr?s Birthday, President?s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day. 8. SERVICE CALLS. 8.1. Intervening service calls are defined as additional visits and services requested at any time other than regularly visits. 8.2. The contractor shall respond to the repair calls within two (2) hours after notification during normal business hours and within four (4) hours after notification at times other than normal business hours. The contractor shall prepare and submit a written report within two business days after the repair. The report shall include the date and time of the service call, the location of the elevator, the repairs performed, and the name of the technician performing the repairs. 8.3. The government will reimburse the contractor for all labor hours used in repairing the equipment maintained under this contract during the service calls. All labor shall be billed under the hourly rates as specified at line items 0006. 8.4. Labor charge will not apply for time spent by contractor personnel before arrival at the site, awaiting arrival of additional contractor personnel and/or delivery of parts after service has commenced. 8.5. All service calls, once started, shall be worked until equipment is back in service or, as a minimum, render the equipment safe until parts are received and work can commence. After repairs have been completed the contractor shall prepare and leave one copy of a service report, which shall be signed by the government representative. 8.6. The contractor shall report to the Service Contract Section (CES/CEOEC) or using agency personal before and after job is completed. POC: SSgt Dan Pena, (202) 767-1092, or Mr. Melvin Holston, (202) 767-1090. 9. GOVERNMENT REIMBURSEMENT FOR PARTS: 9.1. Parts Acquisition. The contractor shall acquire all parts required for the performance of this contract. Such parts shall be procured on a competitive basis. Justification shall be provided if there is a lack of competition. The contractor shall purchase parts at the lowest competitive price obtainable, secure reasonable competition for such purchase when available, take all discounts and obtain all rebates possible. All discounts and rebates on parts purchased by the contractor shall be credited to the government. All purchase documents shall be made available for the Contracting Officer?s review and audit. The government reserves the right to specify quality, size, efficiency and aesthetic requirements of reimbursable parts. 9.2. All reimbursable parts over $100.00 shall be approved by the Quality Assurance Person. The government reserves the right to specify quality, efficiency and aesthetic requirements of reimbursable parts. 9.3. The contractor shall submit invoices for payment of services, including line item(s) for parts that the contractor had procured. The contractor shall bill for reimbursable parts at the end of each month. The invoice shall be supported by an itemized list of all reimbursable parts showing the parts used, quantities, unit cost and total cost. The contractor shall maintain original delivery tickets, sales, slips or other documents identifying items purchased under the cost reimbursement portion in support of this contract. All purchase documents shall be available for the Contracting Officer?s review and audit. 9.4. All parts shall be of equal quality to the item, which is being replaced. Acquisition of parts shall be limited to standard products of manufacturers regularly engaged in the production of such parts. 9.5. The contractor shall be responsible to replace any warranty/guarantee items within the appropriate period of such warranties/guarantees. 10. PROTECTION OF REAL PROPERTY: The contractor shall take all necessary precautions to ensure there?s no damage to Government Real Property. All damages to such property and furnishings shall be repaired or replaced as recommended by the Quality Assurance, QA(s) and approved by the Contracting Officer, at no additional cost to the government. 11. SPECIAL QUALIFICATIONS: The contractor shall ensure that the following pass and identification requirement for the contract performance are obtained for employees and non-government owned vehicles. 11.1. Security Requirements. The contractor shall ensure each employee obtains the following pass and identification as applicable for the contractor personnel and non-government owned vehicles. AF Form 75 shall be submitted to the 11th SP/SPAP, by the QA personnel to obtain passes for the contractor employees after obtaining names and verification of employment from the contractor: a. Full Name(s); b. Social Security Number(s); c. Beginning and ending period requiring passes, d. Picture ID. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follow: 52.237-1, 52.252-1, 52.252-5, 252.212-7000 and 252.225-7000. Add paragraph (l), ?Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text.? Clause 52.212-2, Evaluation?Commercial Items applies to this solicitation, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and price is determined most advantageous to the Government. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.209-6, 52.232-18, 52.233-3, 52.237-2, 52.237-3, 52.242-15, 52.252-2, 52.252-6, 52.253-1, 252.204-7003, 252.204-7004, 252.219-7011, 252.212-7001 (DEV), 252.225-7001, 252.225-7002, 252.225-7009, 252.243-7001 and 5352.242-9000. FAR Clause 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.203-3, 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.222-41, and 52.222-42: THIS IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION: Employee Class: Electronics Technician, Maintenance II, Monetary Wage-Fringe Benefits: WG-9 $19.40. The incorporated Wage Determination 1994-2103, dated June 3, 2003, revision 30 is applicable. The web site for this wage determination is http://www.ceals.usace.army.mil/. All responses must be received no later than 4:00 P.M. EST on 29 Sep 03 to 11th CON/LGCF, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail or facsimile. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr.gov. The FAR clauses web site is http://farsite.hill.af.mil or www.arnet.gov. Questions concerning this solicitation should be addressed to Catherine B. Perry, Contract Specialist, Phone (202) 767-8048, FAX (202) 767-7897, E-mail to Catherine.Perry@bolling.af.mil.
- Place of Performance
- Address: 11th Contracting Squadron, 110 Luke Avenue Suite 260, Bolling AFB, DC
- Zip Code: 20032
- Country: United States
- Zip Code: 20032
- Record
- SN00439289-W 20030924/030922213246 (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 |