SOLICITATION NOTICE
J -- Maintenance and Repair of Elevators, Wheelchair Lifts, Vertical Freight Lifts, Dumbwaiters, and Docklevelers at the United States Air Force Academy
- Notice Date
- 8/2/2007
- Notice Type
- Solicitation Notice
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315, UNITED STATES
- ZIP Code
- 80840-2315
- Solicitation Number
- FA7000-07-R-0018
- Response Due
- 9/14/2007
- Point of Contact
- David Sonnenberg, Contracting Specialist, Phone 719-333-6572, Fax 719-333-6608, - Kathleen Pinnock, Chief, Infrastructure Branch, Phone 719-333-4969, Fax 719-333-6608,
- E-Mail Address
-
david.sonnenberg@usafa.af.mil, kathleen.pinnock@usafa.af.mil
- Description
- This acquisition is to maintain, inspect, and repair elevators and other equipment at the Air Force Academy, Colorado Springs, CO. The contractor shall provide all management, tools, supplies, equipment, transportation, and labor necessary to test, inspect and certify, maintain, and repair the equipment in a manner which will ensure continuous and safe operation. An on-site elevator mechanic is not required but the contractor is required to provide on-call emergency services for after-duty hours, weekends and holidays. The contractor shall provide maintenance and repair services on a recurring pre-established Maintenance and Repair Schedule on the following types of equipment: Passenger Elevators = 36 (19 Cable, 14 Hydraulic,3 Roped Hydraulic), Freight Elevators = 20 (15 Hydraulic, 5 Cable), Dumbwaiters = 3 (Cable), Handicap Lifts = 4 (Electrical), Freight Lifts = 5 (Hydraulic), Dock levelers = 14 (3 Mechanical, 11 Hydraulic) = TOTAL of 82 pieces. The equipment is located in 28 different locations across the base. The primary manufacturers of the equipment are Montgomery Elevator Co., Kone Inc., Schindler Elevator Co., Otis Elevator Co., Dover Elevator Co., Equipment Co. of America, Phoenix Elevator Co., Pflow Industries, Inc., Dock Leveler Mfg, Rite Hite Co., Inc., Carrier Lift, D.A. Matot Inc., Service Industries, and Forklift Systems Inc. The resultant contract will be subjected to a Collective Bargaining Agreement (CBA) Standard Agreement with the International Union of Elevator Constructors. Offerors will be required to comply with Section 4(c) of the Service Contract Act. This acquisition will utilize Performance Price Trade-Off technique where price and performance risk may be traded off, one against the other, to ensure the best value award for the government. Offerors will be required to submit past performance information. The proposed contract will be a commercial, firm-fixed price contract with a base period and four one-year options, not to exceed five years. The National Acquisition Industrial Classification Standard Code (NAICS) proposed is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, and the business size standard is $6.5 million. This acquisition is being competed as unrestricted (full and open competition). Women-owned, small disadvantaged and service disable veteran business concerns are encouraged to submit offers. This acquisition will be conducted IAW FAR Part 12 Acquisition of Commercial Items and FAR Part 15 Contracting by Negotiation procedures to procure a Firm Fixed Price (FFP) contract. The solicitation will be posted on or about 22 Aug 2007 utilizing the FedBizOpps.gov single government point-of-entry (GPE) for Federal government procurement opportunities at www.fbo.gov and solicitation documents will not be available by any other means. No telephone requests for this solicitation will be allowed. It is therefore incumbent upon any interested parties to periodically access the above internet address in order to obtain any amendments which may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for receipt of proposals may render your proposal nonresponsive and result in the rejection of same. All responsible sources may submit a bid which will be considered. Funds are currently available for this acquisition. **NOTE: All contractors must be registered in the Centralized Contractor Registration (CCR) program in order to receive a contract award from any DOD activity. Contractors may access the Internet site at: http://www.ccr.gov to register and/or obtain information about the CCR program. ** Pursuant to AFFARS 5301.9102(a) the following is appointed as Ombudsman at the USAF Academy: Ms. Isabel L. Staples. The USAF Academy Ombudsmen contact information is as follows: 8110 Industrial Drive., Ste. 103, Telephone number (719) 333-3907 and Fax (719) 333-4747. Address questions to David Sonnenberg at (719) 333-6572, david.sonnenberg@usafa.af.mil or Kathleen Pinnock at (719) 333-4969, kathleen.pinnock@usafa.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-AUG-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-07-R-0018/listing.html)
- Place of Performance
- Address: USAF Academy, 8110 Industrial Drive, Suite 200
- Zip Code: 80840-2315
- Country: UNITED STATES
- Zip Code: 80840-2315
- Record
- SN01361118-F 20070804/070802225832 (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 |