Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2007 FBO #1903
SOLICITATION NOTICE

J -- MAINTENANCE OF DSC800 BOLLARDS

Notice Date
2/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
ACA Southern Hemisphere Mission Support, 2450 Stanley Road Suite 320, Building 1000 2nd Floor, Fort Sam Houston, TX 78234-7517
 
ZIP Code
78234-7517
 
Solicitation Number
W912CL07QBLLD
 
Response Due
2/15/2007
 
Archive Date
4/16/2007
 
Small Business Set-Aside
Total Small Business
 
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 will not be issued. Army Contracting Agency, The Americas intends to procure maintenance and repair services for the Delta Scientific Bollard system located at Building 1000 Fort Sam Houston, Texas. This re quirement is set-aside for small businesses. A single award will be made based on the best value to the Government with Past Performance being equal to Price. Award will be conducted under the provisions of FAR Part 12 Commercial Item and FAR Part 13 Si mplified Acquisition Procedures. The prospective contractor shall be actively registered in Central Contractor Registration (CCR). This announcement constitutes the only RFQ; quotes are requested based on this combined synopsis/solicitation. A written R FQ will not be issued. PERFORMANCE WORK STATEMENT. Description of Services. The contractor shall provide all labor, transportation, equipment, materials, tools, supplies, and supervision necessary to perform quarterly and annual maintenance on the bollard systems located at B uilding 1000, Fort Sam Houston, San Antonio, Texas. The system consists of twenty-eight (28) Delta Scientific Hydraulic Bollards (DSC800) and five (5) Hydraulic Power Units. The 9-zone system is equipped with emergency vehicle detectors. There will be t hree quarterly maintenance visits per year and one annual maintenance visit per year. Quarterly Bollard Maintenance consists of but is not limited to the following. Inspect hydraulic oil for proper level and condition, and add as required Inspect hoses and protection for wear. Inspect barrier structural components including clevis pins, cover pins, cover plates, and cover plate anchors. Lubricate all pivot points. Inspect all limit switches for proper operation. Inspect all switches for proper connections and operation. Inspect all indicator lights and traffic lights for proper operation. Clean debris to prevent interference with moving parts. Check and tighten all electrical connections. Replace in-line filter per HPU. Annual Bolla rd Maintenance consists of but is not limited to provide all items listed under Quarterly Bollard Maintenance and the following: Change hydraulic fluid and replace with vegetable-based Mobile EAL224H or equivalent (environmental friendly) hydraulic oil an d dispose of used waste oil. Replace suction strainer per HPU. Preventive maintenance and repair Work. The contractors maintenance and inspection program will be based upon original equipment manufactures recommendations, contractor expertise and stan dard industry practices. At a minimum, the contractor shall perform quarterly maintenance and inspections. The purpose of this work is to prevent and correct equipment deficiencies, minimize breakdowns and service interruptions, extend bollard/barrier sy stem life and maximize efficient operation. The contractor shall perform maintenance to bollard systems as prescribed in the applicable manufacturers O&M manual. The contractor shall maintain maintenance and services records for the system and ensure al l records are accurate, current, and be provided to the Government at the completion of each service. Remedial Repair Service Calls. Remedial repair service calls are those not defined as Preventive Maintenance and may be in the form of either emergency or non-emergency calls when a bollard/barrier system is non-operational. Remedial repairs shall be free of charge to the Government if warranties apply. All deficiencies shall be corrected during the remedial repair service calls whenever possible or within a maximum of three (3) days. The contractor shall have all equipment and material required to start work upon arrival at the service loca tion. Non-emergency Service Calls. The contractor shall respond on site to non-emergency service calls within two (2) business days. Emergency Service Calls. The contractor shall respond on site to emergency repair calls within 24 hours following notifi cation. Price Quotes shall include prices for one (1) annual maintenance and three (3) quarterly preventative maintenance inspections; emergency and non-emergency repair rates and estimated costs not covered by a standard maintenance agreement. The provisions at FAR 52.212-1, Instructions to Offeror Commercial; far 52.212-2, Evaluation of Offers-Commercial Items; FAR 52.212-3 and DFARS clause 252.212-7000 apply to this requirement. The following FAR clauses apply to the requirement: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms an d Conditions Required to Implement Statutes or Executive Order Commercial Items and DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The app ropriate clauses will be selected, including FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration and FAR 52.222-41 Service Contract Act of 1965 as Amended. Dept of Labor Wage Determination 2005-2521, Rev 2 dated 12/06/2006 is incorporated, specifically Pneudraulic Systems Mechanic. The equivalent rate for a Federal Hire is Wage Grade 7 Step 2, hourly rate of $15.70 and Fringe is 36.45%. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance o f this contract. The contractor shall completely fill in all the information in the format using the following web address: https://cmra.army.mil/ . The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers T echnical Representative; (2) Contract number, including task or delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5 ) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting ser vices provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiri ng Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country , when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by cou ntry). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of eac h government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats f or the XML direct transfer may be downloaded from the website. Offers shall be emailed to robbie.alicea@us.army.mil no later than 10:00 a..m. CST, 15 February 2007. NOTE: Do not use ZIP files as attachments. Evaluation: Selection will be based on the best value to the Government based on price and other non priced factors. These include proposed maintenance plan/agreement terms, Experience/Past Performance and response time. Non priced factors are considered equal to price. In the event numerous offers are received in response to this RFQ, the Government reserves the right to down select to a manageable number based on responsiveness and initial screening of the quotes received. This requirement is 100% se t-aside for small businesses. SEE NOTE 1.
 
Place of Performance
Address: ACA Southern Hemisphere Mission Support 2450 Stanley Road Suite 320, Building 1000 2nd Floor Fort Sam Houston TX
Zip Code: 78234-7517
Country: US
 
Record
SN01229483-W 20070211/070209220843 (fbodaily.com)
 
Source
FedBizOpps 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.