Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2008 FBO #2536
SOLICITATION NOTICE

J -- Preventative, and Scheduled Maintenance of Forklifts, at NOAA Aircraft Operations Center, MacDill AFB, FL

Notice Date
11/3/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106
 
ZIP Code
64106
 
Solicitation Number
WC133M-09-RQ-0015
 
Archive Date
1/14/2009
 
Point of Contact
Charlene A. Yaple, Phone: 816-426-7531
 
E-Mail Address
charlene.a.yaple@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, (CRAD), 601 E. 12th Street, Room 1756, Kansas City, MO. Description: This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division. NOAA Aircraft Operation Center, (AOC), MacDill AFB, FL has a requirement for Scheduled Quarterly Preventative Maintenance and Unscheduled Maintenance on two forklifts located in Hangar 5, MacDill AFB. The forklifts are Clark, Model GCX30 and Clark Model CGC40. The contract is for a five year period from date of contract award. This notice is hereby issued as WC133C-09-RQ-0015. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-27. Hard copies will not be available. CLAUSES AND PROVISIONS The FAR and CAR clauses incorporated into this acquisition are: 52.212-1 Instructions to Offerors - Commercial Items (NOV 2007) 52.212-3 Offeror Representations and Certifications Commercial items (NOV 2007) 52.212-3 Evaluation -Commercial Items (Jan 1999) 52.212-4 Contract Terms and Conditions (Feb 2007) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sep 2008), Section (b) (5i), (15), (16), (17), (18), (19), (21), (24), (31), (36); Section (c) (1), (2) Machinery Maintenance Mechanic, WG-10, and (3). 1352.233-70 Harmless from Liability (MAR 2000) 1352.201-70 Contracting Officer's Authority (MAR 2000) 1352.252-70 Regulatory Notice (MAR 2000) 1352.239-72 Security Processing Requirements for Contractor/Subcontractor Personnel Working on a Department of Commerce Site FAR clauses and provisions are available on the internet website: http://www.arnet.gov/far. CAR clauses and provisions are available on the internet website: http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. PRICE/QUOTE: This is an order for commercial services. The line items will be quoted and completed in accordance with the terms and conditions and specifications specified herein including standard commercial warranty for all work and parts. The Department of Labor Service Act Wage Determination for the Tampa Bay, Florida in which the work is to be completed shall be applicable. Offerors can obtain wage determinations for their area by accessing the following website: www.dol.gov/wagedeterminations. Prices quoted for contract line item numbers (CLINs) 0001, 0002, 0003, shall be firm-fixed-price inclusive of all costs. CLINS 0002 and 0004, 00065 are on a time-and-materials basis. YEAR ONE OF CONTRACT: From date of award thru 365 calendar days. All follow-on years are also 365 calendar days. LINE ITEM 0001: Provide material, labor and equipment necessary to conduct quarterly inspections and perform routine preventative maintenance for two Clark forklifts, Model No.'s GCX30 and Model CGC40, in accordance with the requirements in the statement of work. Unit Total Quantity Unit Price Price Four Ea $_________ Total Price $__________ YEAR TWO OF CONTRACT: LINE ITEM 0002: Provide material, labor and equipment necessary to conduct quarterly inspections and perform routine preventative maintenance for two Clark forklifts, Model No.'s GCX30 and Model CGC40, in accordance with the requirements in the statement of work. Unit Total Quantity Unit Price Price Four Ea $_________ Total Price $_______ YEAR THREE OF CONTRACT LINE ITEM 0003: Provide material, labor and equipment necessary to conduct quarterly inspections and perform routine preventative maintenance for two Clark forklifts, Model No's GCX30 and Model CGC40, in accordance with the requirements in the statement of work. Unit Total Quantity Unit Price Price Four Ea $______ Total Price $_________ YEAR FOUR OF CONTRACT LINE ITEM 0004: Provide material, labor and equipment necessary to conduct quarterly inspections and perform routine preventative maintenance for two Clark forklifts, Model No.'s GCX30 and Model CGC40, in accordance with the requirements in the statement of work. Unit Total Quantity Unit Price Price Four Ea $_________ Total Price $__________ YEAR FIVE OF CONTRACT LINE ITEM 0005: Provide material, labor and equipment necessary to conduct quarterly inspections and perform routine preventative maintenance for two Clark forklifts, Model No.'s GCX30 and Model CGC40, in accordance with the requirements in the statement of work. Unit Total Quantity Unit Price Price Four Ea $______ Total Price $__________ LINE ITEM 0006: Unscheduled Repairs and Maintenance performed outside the normal maintenance and inspection times. Estimated Quantity 20 Hours per year. Provide hourly rate for unscheduled repairs and maintenance. Work to be performed during normal working hours. Hourly rate of technician: Year One $_____; Year Two $_____ Year Three $_____ Year Four $_____: Year Five $_____ LINE ITEM 0006: Parts for repair of equipment. This line item is an estimate with no obligation on the part of the Government until approved by the contracting officer or her representative Parts Discount Off List Price: ________% The price to be paid for parts shall be based on an established catalog or list price in effect when material or other product is furnished, less all applicable discounts to the Government. In no event shall the price exceed the contractor's sales price to its most favored customer for the same item in like quantity, or the current market price, whichever is lower. Forklift Maintenance Service Statement of Work 1. Description of the Work To perform Quarterly scheduled and unscheduled maintenance and inspections on the two Clark forklifts located at National Oceanic Atmospheric and Administration Aircraft Operations Center (NOAA-AOC) Hangar 5 on MacDill AFB, FL Forklift #1 Clark, Model GCX30, serial # GX23002069141KOF Forklift #2 Clark, Model CGC40, serial # CGC470L01976834FB 2. Major Activities (a) Scope of work The contractor shall: (1) Conduct quarterly inspections and perform routine preventative maintenance for the two Clark forklifts. Inspection includes but is not limited to: Check wheels, lug nuts, tires, brake lines/cable and connectors, solenoids, hoses and contactors, speed controller, drive motor (brushes), pedal pads, steer axle, steering components, linkage and adjust brakes, brake lines, brake and steering fluid levels, differential and lube as needed. Check hydraulic lines and fittings, fork and locks, mast channel/chains/hydraulic lines, lift/tilt /side shift cylinders, attachments, rotating attachments, clamp cylinders and pads, and add hydraulic fluid. Check drive motor, direction controls, steering, gauges, lights, horn, warning light and sounder, brakes, park brakes, mast, and charger. If applicable, (Gas/Propane Lifts) check charging, cooling, fuel, and ignition systems. (2) Perform preventative maintenance as required by the original manufacturers specifications: (3) Provide all tools/equipment required for personnel safety, inspection, and maintenance of the equipment. (4) Provide service for unscheduled work within 6 business hours of a repair service call. (5) Provide a fixed price for equipment repairs found during inspections that are over and above repairs and adjustments that are a part of preventative maintenance. (6) Establish a schedule for conducting quarterly inspections and performing routine maintenance that the AOC and Contractor mutually agreed upon. (7) Follow all security requirements for entering and departing the facility. (8) Notify the AOC when equipment is found to be unsafe or in an unusable condition. (9) Provide preventative maintenance which includes but is not limited to checking fluid levels; replacing fluids; checking for fluid leaks; checking tire pressure; checking and replacing hydraulic fluids; and checking batteries. 2. Over and Above Discrepancies The Contractor is responsible for documenting and reporting all discrepancies that are found during inspections that are not a part of a complete inspection of preventative maintenance. Any parts or components that has or has not reached its recommended service life, fails inspection and needs to be replaced, and is not a expendable part, typically replaced during preventative maintenance, is considered an over and above discrepancy. The contractor shall prepare a discrepancy report to include at a minimum: - Description of each discrepancy found; - Number of person hours required to resolve each discrepancy; - Hourly rate for personnel performing the work: - The cost of parts including any percentage discount, if any; - Total dollar amount to correct each discrepancy; and - Total dollar amount to correct the complete list of discrepancies. The AOC will be responsible for reviewing the list of discrepancies and making a recommendation to the Contracting Officer, to either accept or decline the Contractor's proposal. The Contractor shall not proceed with correcting any discrepancies without prior approval from the Contracting Officer. Funds for over and above services will be specified at the time of award and included as a separate contract line item. The dollar amount for this line item will represent an estimated total, not-to-exceed amount, to cover charges for over and above services. Since it is not possible to accurately estimate the extent and duration of work or to anticipate costs to correct over and above discrepancies, with any reasonable degree of confidence, the services required to correct over and above discrepancies will be on a time and materials basis. Direct labor hours are specified fixed hourly rates that include wages, overhead, general and administrative expenses, and profit. Cost for materials includes parts, material handling costs, if any. The price to be paid for material shall be based on an established catalog or list price in effect when the material or other product is furnished, less all discounts the Contractor offers to the Government. In no event shall the price exceed the Contractor's sale price to its most favored customer for the same item in like quantity, or current market price, whichever is lower. 4. Point of Contact: The following are points of contact for this project: 4.1 Primary point of contact Mr. Jeffrey D. Carlson NOAA/AOC (813) 828-3310, ext. 3005 4.2 Alternate point of contact Mr. John Harrison NOAA/AOC (813) 828-3310, ext. 3013 5. Place of Performance The place of performance is NOAA/Aircraft Operations Center, 7917 Hangar Loop Drive Hangar 5, MacDill AFB, FL. 33621 6. Period of Performance This contract will be for a five year period. The period of performance will start upon the award of the contract and continue through five years. During any one of year's two through five of the contract period, the purchase order may be cancelled by the Government if the performance of the Contractor is less than satisfactory or if the contractor does not meet the response times required 7. Security Requirements The contractor shall be responsible for obtaining a MacDill Air Force Base entry pass in accordance with base entry requirements. This pass shall be used only to gain entry to the base to perform services as needed to fulfill all contractual requirements. This pass shall not be used to gain entry to any other area on base. Security Clause 1352.239-72 does not apply to this SOW and a Security Accreditation Package is not required. 8. Unscheduled Repairs: During the performance of this contract, when service and or repair is needed on the forklifts the contractor will be contacted by the AOC technical staff with a description of the problem. The contractor shall respond to these unscheduled repair calls within six (6) hours after notification during normal business hours, unless otherwise agreed upon in advance by AOC Facilities. The Contractor shall provide AOC with the documentation for any necessary repairs, replacement and make recommendations/estimates as required for parts and labor for unscheduled repairs. The AOC point of contact will be responsible for reviewing the anticipated repairs and will make a recommendation to the Contracting Officer, to accept the necessary repairs. The contractor shall prepare and submit a written report within two business days after any repair. The report shall include the date and time of the service call, the equipment being serviced. The Contractor shall provide a separate invoice of the repair costs after the repairs have been made. Funds for these services will be specified at the time of award and included in contract line item numbers (CLIN's) 0006. The evaluation of quotes will be conducted as a commercial item acquisition in accordance with FAR Part 12. The evaluation of quotes shall be based on the offeror's responsiveness to the item listed, offeror's price proposal and the offerors ability to exhibit an understanding of the requirements included in this RFQ. The Government will award the purchase order to the contractor that represents the best value for the work. All responsible offerors may submit a response to this notice that will be considered by the agency. DOC, CASC requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all firms must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. Contractors should submit their Certification and Representations through the on-line Business Partner Network (BPN). The BPN is the single source for vendor data for the Federal Government. Contractors are required to go on-line at www.bpn.gov to complete its representations and certifications. To be considered, the offeror must include the name, addresses, contact person and phone number of up to three (3) companies they have performed similar work in the past two years. If any past performance references are with the U.S. Government, the offeror must list the Government agency, address, contract number, contact person and phone number. Past performance will play a major role in the award of the purchase order. Award will not be based on price alone. The offeror must have experience and be highly rated by their references. Offerors are to submit the following with their price quotation: Past performance documentation described above. Vendor shall provide a statement that their firm is registered in Central Contractor Registry and On-Line Representations and Certifications as described above.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dd7cfcfc9a01238392aed16f9a118929&tab=core&_cview=1)
 
Place of Performance
Address: NOAA Aircraft Operations Center, Hangar 5, 7917 Hangar Loop Drive, MacDill AFB, FL, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN01699742-W 20081105/081103214812-dd7cfcfc9a01238392aed16f9a118929 (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.