Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2005 FBO #1347
SOLICITATION NOTICE

J -- Elevator and ADA Lift Maintenance & Minor Repair

Notice Date
8/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015
 
ZIP Code
62225-5015
 
Solicitation Number
Reference-Number-F3S3525064AB00
 
Response Due
8/22/2005
 
Archive Date
9/6/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The 375 Contracting Squadron at Scott AFB IL is contemplating an award for preventive maintenance and minor repair of four ADA lifts, ten hydraulic elevators, one Miconic elevator and four geared traction elevators. FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS RFQ. THE GOVERNMENT MAY CANCEL THIS RFQ AT ANY TIME IF FUNDS DO NOT BECOME AVAILABLE. IF FUNDS DO BECOME AVAILABLE, THE GOVERNMENT INTENDS TO ISSUE AN ORDER TO THE VENDOR WHO SUPPLIED THE SUCCESSFUL QUOTE. This is a commercial purchase using FAR Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. (ii) The solicitation reference number is F3S3525064AB00; it is being issued as a Request for Quotation (RFQ). (iii) The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-05 and the Defense Federal Acquisition Regulation Supplement DCN 20050726 Edition. (iv) This acquisition is set-aside 100% for small business under North American Industry Classification System (NAICS) code 238290. The small business size standard is $12,000,000. (v) CLINs: 0001: Preventive Maintenance and Minor Repair for the Elevators and ADA Lifts at Scott AFB IL for the period of 01 Oct 05 - 30 Sep 06. 12 months. 0002: Preventive Maintenance and Minor Repair for the Elevators and ADA Lifts at Scott AFB IL for the period of 01 Oct 06 - 30 Sep 07. 12 months. 0003: Preventive Maintenance and Minor Repair for the Elevators and ADA Lifts at Scott AFB IL for the period of 01 Oct 07 - 30 Sep 08. 12 months. 0004: Preventive Maintenance and Minor Repair for the Elevators and ADA Lifts at Scott AFB IL for the period of 01 Oct 08 - 30 Sep 09. 12 months. 0005: Preventive Maintenance and Minor Repair for the Elevators and ADA Lifts at Scott AFB IL for the period of 01 Oct 09 - 30 Sep 10. 12 months. PROVIDE PRICING ON EACH OF THE CLINs WITH YOUR RESPONSE TO THIS RFQ. (vi) Description of requirements: 1. The contractor will provide all labor, materials and equipment necessary to perform preventive maintenance and minor repairs on a total of ten hydraulic elevators, one Miconic elevator, four geared traction elevators and four ADA lifts from 1 Oct 05 to 30 Sept 10 (base year and four one year options) in accordance with the SOW. 2. Work Location: Scott AFB IL. 3. Use of Utility Services: Contractor shall be permitted the use of utility services (water, electricity and latrines) from the Government?s existing services while in performance with this contract. 4. BASE HEALTH AND SAFETY REGULATIONS: The contractor will comply with all applicable provisions of EPA, OSHA standards, Corps of Engineers Manual, EM 385-1-1, entitled, ?General Safety Requirements? and shall conform to all Federal, State, Local and Base health regulations as well as directives pertaining to safety, fire, traffic and personnel clearances insofar as they pertain to the contractor?s activities on Scott Air Force Base. 5. Site Workmanship: All work under this contract shall be performed in a skillful and workmanlike manner. Daily cleanup of worksite is required to maintain safety and a presentable appearance. 6.The attachments to this solicitation package include the Statement of Work (SOW) dtd 28 Jul 05; Wage Determination 1986-1207 Rev 25 (dtd 02/09/2005) and the Price Schedule. (vii) Performance of SOW requirements shall occur at destination (Scott AFB IL) for the period of 01 Oct 05 through 30 Sep 10 (base year and four one year option periods). (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. ADDENDA TO 52.212-1: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. DUNS Number ______________________________________________________ 2. TIN Number ________________________________________________________ 3. CAGE Code ________________________________________________________ 4. Payment Terms (net 30) or Discount _____________________________________ 5. Business Size (i.e. small, woman-owned, etc.)______________________________ 6. Point of Contact & Phone Number____________________________ 7. Fax Number _____________________________________ 8. Email Address____________________________________ IN ADDITION TO FAR 52.212-1, PARA (b) (10), PROVIDE THE FOLLOWING PAST PERFORMANCE INFORMATION WITH YOUR QUOTE: Provide at least three (3) but no more than five (5) of the most relevant contracts performed within the last three (3) years. Relevant contracts are those that show the contractor has performed elevator and/or ADA lift maintenance previously with the same scope, complexity and magnitude of those required under this acquisition. The offeror shall furnish the following information for each contract referenced: Company/Division Name; Product/Service; Contracting Agency; Contract Number; Contract Dollar Value; Period of Performance; and Name, Address, Fax and Telephone Number of a Point of Contact. TECHNICAL CAPABILITY INFORMATION: Explain how your company proposes to meet SOW requirements regarding response time to service calls and also the offerors' ability to accomplish work on a Miconic Elevator, Traction elevator, Hydraulic elevators and ADA lifts. (ix) Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criteria are: PRICE AND PAST/PRESENT PERFORMANCE. (x) OFFERORS MUST INCLUDE WITH THEIR QUOTE A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, AND DFARS 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATION - COMMERCIAL ITEMS. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation), applies. The following clauses apply: FAR 52.204-7, Central Contractor Registration. FAR 52.222-3, Convict Labor. FAR 52.222-19, Child Labor?Cooperation with Authorities and Remedies. FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-36, Affirmative Action for Workers with Disabilities. FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-39 ? Notification of Employee Rights Concerning Payment of Union Dues or Fees. FAR 52.222-41, Service Contract Act of 1965, as Amended. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest after Award. FAR 52.233-4, Applicable Law for Breach of Contract Claim. (xiii) The following provisions and clauses also apply and, in accordance with FAR 52.252-1 and FAR 52.252-2, are incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government. FAR 52.211-6, Brand Name or Equal. FAR 52.219-6, Notice of Total Small Business Set-Aside. FAR 52.232-18, Availability of Funds. FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. FAR 52.247-34, F.O.B. Destination. DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate. DFARS 252.225-7001, Buy American Act and Balance of Payments Program. DFARS 252.225-7002, Qualifying Country Sources as Subcontractors. DFARS 252.225-7014, Preference for Domestic Specialty Metals. In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.232-7003, Electronic Submission of Payment Requests, Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DoD contract shall be submitted in electronic form. Wide Area Workflow Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor and training will be provided upon request. Information available at no cost is located at http://www.wawftraining.com. (xiv) N/A (xv) N/A (xvi) Quotes are due to: 375 CONS/LGCB Attn: Denise R. Hamilton 201 E Winters St Bldg 50 Scott AFB IL 62225-5015 QUOTES ARE DUE NO LATER THAN 3:00 P.M. CST ON 22 AUG 2005. LATE QUOTES MAY NOT BE ACCEPTED. E-MAIL OR FAX QUOTES WILL BE ACCEPTED. PERIOD FOR ACCEPTANCE OF QUOTES: The offeror agrees to hold the prices in its quote firm until 15 Oct 05. SITE VISIT: A site visit is scheduled for 10 Aug 2005, at 2:00 PM CST. Contractors who plan on attending must contact Cliff Beasley no later than 3:00 PM CST 9 Aug 05. Attendance at the site visit does not guarantee award and is limited to no more than two representatives per company. Any questions which may result from the site visit are due in writing to the 375 CONS/LGCB, Attn: C. Beasley, by 11:00 AM CST 15 Aug 05. (xvii) The point of contact for this acquisition is Denise R. Hamilton. Her phone number is 618-256-9253; fax is 618-256-2174; e-mail address is Denise.Hamilton@scott.af.mil.
 
Place of Performance
Address: Scott AFB IL
Zip Code: 62225 5015
Country: USA
 
Record
SN00860344-W 20050804/050802212259 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.