Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2007 FBO #1944
SOLICITATION NOTICE

H -- Elevator equipment condition evaluation

Notice Date
3/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 61 CONS, 483 N. Aviation Blvd, El Segundo, CA, 90245-2808, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2T0BA7067A001
 
Response Due
3/19/2007
 
Archive Date
4/3/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The Los Angeles AFB has a requirement for elevator equipment condition evaluation. The work to be performed under this contract consists of all necessary labor, supervision, materials, transportation, material testing, equipment, all necessary studies, and estimates in order to provide consulting services to perform elevator equipment condition evaluation to include but not limited to equipment performance and defects in material and workmanship for seven elevators in building 271 and four elevators in bldg 270, LAAFB. The contractor must be an American Society of Mechanical Engineers (ASME) Qualified Elevator Inspector (QEI) in the State of California. Requester: 61 CELS/CEO, Capt Zaira Martinez, 310-653-5515 LAAFB POC: Capt Zaira Martinez, 310-653-5515 Services requeted: Bldg 270 and 271 elevator equipment condition evaluation Date: 22-Mar-07 STATEMENT OF WORK 1. GENERAL: The Contractor shall not proceed with any portion of the contracted services until contact has been made with the job Civil Engineering (CE) Planner/Inspector through the Contract Administrator, at least 24 hours prior to onsite work. The Contractor shall obtain and provide to the Government all permits and certificates as required by Federal, State, or Local Government agencies (reference attached AF Form 66, Schedule of Material Submittals). ** NOTE: The Contractor/vendor shall provide, for approval, an AF Form 3064, Progress Schedule to the Contracting Officer prior to commencing work. Schedule shall identify phases of work. Base Civil Engineering (BCE) work clearance request, (AF Form 103) shall be initiated by CE Planner/Inspector and submitted to the Contractor prior to the start of any work. Additionally, notification requirements with local agencies shall be coordinated with CE Planner/Inspector. All design shall be provided by a Certified Elevator Inspector (CEI) in accordance with the requirements of ASME A 17.1. 2. EXISTING CONDITION / ASSUMPTIONS: Location of requested services ?Los Angeles Air Force Base (LAAFB), Bldgs 270 and 271, El Segundo, California. a. Up to 30 Nov 06, LAAFB has experienced: i. 73 elevator failures in Bldg 270, majority in elevators #1 and #2 ii. 68 elevator failures in Bldg 271, majority in elevator #4 iii. 10 elevator entrapments in Bldg 270, majority in elevator #4 iv. 15 elevator entrapments in Bldg 271, majority in elevators #4 b. A copy of all the service call notification details is attached. (Attachment #1) 3. SCOPE: The work to be performed under this contract consists of all necessary labor, supervision, materials, transportation, material testing, equipment, all necessary studies, and estimates in order to provide consulting services to perform elevator equipment condition evaluation to include but not limited to equipment performance and defects in material and workmanship for seven elevators in building 271 and four elevators in Bldg 270, LAAFB. Elevator make and model: Schindler 330A Hydraulic. Contractor shall be familiarized with all components, including equipment and control systems for the aforementioned elevator system. Copy of Bldg 270 and 271 elevator plans and sections, typical elevator details and typical elevator cab details are provided (Attachment #2). a. Contractor shall review all trouble calls and perform root cause analysis for elevator system failures b. Review monthly firefighters? operation and standby power tests as required by ASME A 17.1d 2004 and local codes and provide any and all applicable comments in final report. c. Perform a detailed survey of testing procedures of internal components and safety devices. d. Notify the Contracting Officer (CO) and 61st Civil Engineer and Logistics Squadron (61 CELS) when major deferred maintenance, critical repairs or safety deficiencies require attention. e. Submit written report to the CO and 61 CELS that includes: i. Analysis of maintenance contract coverage ii. Overview of current level of maintenance and repair iii. Work requiring immediate attention of maintenance contractor iv. Maintenance rating for housekeeping, lubrication, repairs, adjustments and performance v. Code non-compliance findings and/or deficiencies vi. Monthly firefighters? operation and standby power tests findings vii. Performance review for each unit including quantitative data collected and compared with design capability viii. Detailed equipment, materials or workmanship deficiency findings f. Review maintenance contractor deficiency list with CO, 61 CELS, and maintenance contractor on follow up meeting. g. Verify that each deficiency item has been completed satisfactorily. h. Provide telephone consultations regarding specified equipments to the CO and 61 CELS. 4. CONTRACTOR RESPONSIBILITY: a. The Contractor shall be responsible for inspection means, sequences, and appropriate procedures in accordance with acceptable general engineering practices resulting in a complete report. b. Contractor shall be responsible for inspection and verification of all field conditions, inspection of all related adjacent surfaces prior to bidding and/or commencing work of said contract. All work to be coordinated with Base CE Construction Manage?ment Inspection prior to the start of any work. Contractor must report conditions preventing proper execution of work to the Contracting Officer and Contracting Administrator. Any condition(s) that would require deviation from this statement of work should be reported to the Contracting Officer and Contracting Administrator. c. Contractor shall be an American Society of Mechanical Engineers (ASME) Qualified Elevator Inspector (QEI) in the State of California. 5. CODE COMPLIANCE: All work must comply with the most stringent applicable federal, state, and local laws, codes, ordinances, and regulations. 6. WORK HOURS/SCHEDULE: All work must be accomplished in such a manner that mini?mum inconvenience will be caused to the occupants. All work shall be accomplished during normal duty hours of 0700 to 1630 hrs, excluding weekends and Federal holidays. The Contracting Officer must approve any changes to these hours. 7. SECURITY: All aspects of the work and personnel involved shall comply with Los Angeles Air Force Base (LAAFB) security requirements, including unescorted access. Personnel shall have valid California Drivers license and base pass available at all times while working on base. All trucks and equipment shall have 8-1/2? by 11? laminated placard with Project Name, Contractor Contact, LAAFB Contracting Officer, and Civil Engineering Project Manager. Contact information shall include full name and 24 hour Emergency Phone Number. 8. AREA CLEARANCES/ID: The Contractor/Vendor shall provide the Contracting Officer a detailed list of all employees (both prime and sub) requiring access to restricted areas for unescorted access. This list shall include the employee?s full name (as it appears on their Driver?s License/state valid picture identification), citizenship, date of birth, location of birth, social security number, driver?s license number and current vehicle registration/proof of insurance. These items must be in their possession at all times to gain entry into the installation. All aspects of the work and personnel involved shall comply with Los Angeles Air Force Base (LAAFB) security requirements, including unescorted access. 9. FIRE PREVENTION: All aspects of the work shall comply with fire regulations, which are available through the Project Inspector. If determined necessary by the Fire Chief, Contractor shall provide fire watch & provide labor for covering and/or protection of all fire alarm devices as required. 10. SAFETY: The applicable Occupational Safety and Health Act (OSHA) standards are incorporated into this contract. The Contractor shall provide temporary closures, covers, barri?cades, signs, and other resources required for the safety of building occupants, work personnel, base personnel, and visitors. 11. SANITARY FACILITIES: The Contractor?s employees may use the nearest sanitary facilities. Portable bathroom facilities are not allowed. The location will be identified at the preliminary meeting. The Contractor shall not use facilities in controlled or restricted areas IAW security requirements. 12. UTILITIES: All reasonable quantities of utilities will be made available to the Contractor without charge. Any temporary connections or lines that may be required shall be installed, maintained, and removed by the Contractor at his expense but must be approved prior to work by the Contracting Officer. 13. CONDITIONS OF WORK: All efforts will be made to allow complete access of the work area to the Contractor(s) and sub-Contractor(s) and maintain the area free of traffic to personnel. Temporary facilities constructed by the Contractor to prevent interruption of normal work activity are subject to approval by Base Engineering/Contracting Officer. 14. INTERRUPTION OF UTILITY SERVICES, FIRE ALARM SYSTEMS, FIRE SPRINKLER, AND INTRUSION DETECTION SYSTEMS: Utility, communication services, and/or fire security systems are not to be interrupted under any circumstances to make, or relocate connections for any other purpose without the approval of the CE Fire Chief and the Contracting Officer. Impairments requests must be made a minimum of 72 hours in advance and shall be properly coordinated so as to limit the time of disruption to affected occupants. Plans shall be submitted for relocation of any fire protection/detection equipment identifying present and proposed location. 15. REPAIR/CARE: Contractor to exercise due care to protect existing installation from damage. During performance of the work, the Contractor shall clean the work area(s) daily at his/her expense and at the completion of the job. 16. CONTRACT ADMINISTRATION DATA: Contracting Officer (CO), the term used herein, does not include any representative not acting within the scope of his/her authority. Notwithstanding any of the provisions of this contract, the CO shall be the only individual authorized to in any way amend or modify the terms of this contract. a. The Contracting Specialist for this project is: Lt Rebecca Ban 61 CONS 483 North Aviation Blvd El Segundo, CA, 90245 310-653-5371 b. The Government point of contact for Los Angeles AFB is: Lt Vincent Bongioanni 61 CELS/CLO 483 North Aviation Blvd El Segundo, CA, 90245 310-653-5515 c. The Government Project Inspector for Los Angeles AFB is: TSgt Shannon LaRue 61 CELS/CLO 483 North Aviation Blvd El Segundo, CA, 90245 310-653-5049 17. PERFORMANCE PERIOD AND CRITERIA: The performance period for this statement of work is 21 calendar days from award NTP; to include submittal review time and NTP issuance. The minimum reporting periods are as outlined in the table below. 18. TABLE 1: PROGRESS REVIEW MEETINGS Meeting Title Performance Threshold 1 Kick Off Meeting Within 2 Days after NTP 2 Progress Review 1 Meet on site to discuss progress 3 Progress Review 2 Meet on site to discuss progress 4 Follow up meeting 1 10 days after government deficiency notification to maintenance contractor 5 Close out Within 30 Days of final scope of work item completion (End of Statement of Work) If you can meet the service needs for this requirement and are interested in competing for this job, please send me a quote by Tuesday, March 27, 2007 at 4:00 P.M. PST. If you have any questions or concerns, please feel free to contact Lt Rebecca Ban by phone or email.
 
Place of Performance
Address: 483 N Aviation Blvd, El Segundo, CA
Zip Code: 90245-2808
Country: UNITED STATES
 
Record
SN01257062-W 20070324/070322221331 (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.