MODIFICATION
J -- Passenger Elevator Repair/Service
- Notice Date
- 3/6/2008
- Notice Type
- Modification
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of Justice, Bureau of Prisons, FCI Fairton, 655 Fairton-Millville Road, Fairton, NJ, 08361, UNITED STATES
- ZIP Code
- 08361
- Solicitation Number
- RFQ-21705-0007-08
- Response Due
- 3/10/2008
- Archive Date
- 8/4/2008
- Point of Contact
- Keith Neill, Contract Specialist, Phone 856-453-1177, Fax 856-453-4194
- E-Mail Address
-
kneill@bop.gov
- 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; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation #RFQ-21705-0007-08. The North American Industrial Classification System Code (NAICS) is 238990 (Other Specialty Trade Contractors) and the small business size standard is $13.0 million. This acquisition is a 100% Small Business Set Aside. The Government intends to make a single award to the responsive/responsible quoter who submits the lowest-priced technically acceptable offer. All responsible sources may submit a quote which shall be considered by the agency. Faith-Based and Community-Based Organizations have the right to submit quotes equally with other organizations for contracts for which they are eligible. GENERAL REQUIREMENTS: The Federal Bureau of Prisons (FBOP), Federal Correctional Institution (FCI), Contracting Office, located at 655 Fairton-Millville Road, Fairton, New Jersey, 08320 is requesting quotations for Elevator Repairs as outline in the following statement of work, for the Federal Detention Center (FDC) located at 700 Arch Street, Philadelphia, Pennsylvania, 19105. SCHEDULE OF ITEMS AND SPECIFICATIONS: 1. STATEMENT OF WORK 1.1 INTRODUCTION The performance called for by this Statement of Work consists of furnishing all equipment, materials, technical expertise and labor needed to perform all repairs to Four (4), 6000 lb traction type passenger elevators as follows below: 1.2 QUALITY ASSURANCE The work shall be performed by a contractor who regularly engages in the business of installing, testing, and repair of passenger elevators. All clearances, workmanship and material shall be in accordance with the required reference standards. 1. Manufacturer Equipment Specifications 2. ASME A 17.1 3. Other authorities having jurisdiction. 1.3 SPECIFICATIONS 1. Manufacturer: Dover Elevators 2. Capacity 6000 lb 3. Type: Traction passenger elevator, 350 FPM, 153 feet travel 1.4 SCOPE The intent of this statement of work is to describe the performance in which the repairs should be accomplished. 1. Furnish and install eight (8) new traction steel hoist ropes on elevator #4. 2. Operate and test elevator #4 for proper operation after new hoist ropes have been installed. 3. Shorten existing hoist ropes on elevators #1, #2 and #3 to obtain proper counter weight runby. 4. Furnish and install a new multi-conductor traveller cable on elevators #1 and #3. Terminate and connect new traveller cable, spare conductor shall be provided for future use. 5. Operate and test elevator #1 and #3 for proper operation after the new traveller cables have been installed. 6. The old material shall be removed and discarded by the contractor. ***Admendment #1, Serial numbers from control panels*** Elevator #1, C-H2089 Elevator #2, C-H2090 Elevator #3, C-H2091 Elevator #4, C-H2092 1.5 TERMS 1. All personnel will be required to attend and complete a four (4) hour security and training session at FDC Philadelphia, prior to any work. 2. Normal work hours shall be Monday through Friday, 7:00 am to 3:30 pm. No work shall be performed on Saturday, Sunday and Federal holidays. 3. MSDS sheets required for chemicals used during installation. EVALUATION FACTORS: The Government intends to make a single award, to the lowest technically acceptable offeror meeting the required specifications. CLAUSES AND PROVISIONS This solicitation document incorporates the following provisions and clauses which are in effect through Federal Acquisition Circular 2005-24, and may be viewed or downloaded by accessing the website at: http://www.arnet.gov. 52.252-2, Clauses Incorporated by Reference 52.212-1, Instructions to Offers - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of Vietnam Era and Other Eligible Veterans. 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports for Special Disabled Veterans, Veterans of Vietnam Era and Other Eligible Veterans. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.252-1, Solicitation Provisions Incorporated by Reference. Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible SUBMISSION OF QUOTATIONS Vendors will be required to submit the following information on company letterhead or business stationery directly to the contracting officer: 1) The Request for Quotation Number - (RFQ21705-0007-08) 2) Schedule of Items/Services 3) Price Quote to include any prompt payment terms. Offerors are to provide a copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with their quote. This provision is available to the offeror online at http://orca.bpn.gov. All payments will be made via electronic transfer. All offerors must be registered in the Central Contractor Registration (CCR) database prior to receiving any award. NO exceptions will be made. Information concerning CCR requirements can be accessed at http://www.ccr.gov. Contractors are advised all on site workers will be required to pass a security clearance and attend four hours of training prior to any work beginning. Please ensure to include these man-hours in your quote. Technical questions regarding services called for in this solicitation should be directed to Tim Kavelak, Facilities Manager or Jim Coyle, General Foreman at 215-521-4000. Questions regarding this combined Synopsis/Solicitation must be emailed to KNeill@bop.gov. Quotations are due no later than 9:00AM on Monday, March 10, 2008. Quotes must be faxed to (856) 453-4194, Attention: Keith Neill, Contract Specialist. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAR-2008); 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/DOJ/BPR/20403/RFQ-21705-0007-08/listing.html)
- Place of Performance
- Address: Federal Detention Center 700 Arch Street Philadelphia, Pa 19105
- Zip Code: 19105
- Country: UNITED STATES
- Zip Code: 19105
- Record
- SN01526547-F 20080308/080306231739 (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 |