SOLICITATION NOTICE
38 -- CRANE/HOIST INSPECTIONS - Package #1
- Notice Date
- 7/1/2011
- 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 Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-11-RQ-0315
- Archive Date
- 8/3/2011
- Point of Contact
- Anna B. Suhrie, , Randy E. Schroyer, Phone: (301) 975-6314
- E-Mail Address
-
barbara.suhrie@nist.gov, randy.schroyer@nist.gov
(barbara.suhrie@nist.gov, randy.schroyer@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachments A & B & WD TITLE: CRANE/HOIST INSPECTONS THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 - STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. FAR PART 13 SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-51.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 333923 with a small business size standard of 500. This acquisition is 100% set-aside for small business*** ***The National Institute of Standards and Technology is seeking to purchase crane inspections.*** ***All interested small businesses may provide a firm fixed-price quotation for the following: BASE PERIOD - CLIN 0001: Annual Crane Inspection, to include labor, travel, matls. and equipment necessary to inspect eighty-eight (88) cranes so that each is consistently fully operational; for the period 09/01/2011 through 08/31/2012. QTY: 88 EA CLIN 0002: Rental Equipment, if applicable QTY: 1 LOT OPTION YEAR 1 - CLIN 0003: Annual Crane Inspection, to include labor, travel, matls. and equipment necessary to inspect eighty-eight (88) cranes so that each is consistently fully operational; for the period 09/01/2012 through 08/31/2013. QTY: 88 EA CLIN 0004: Rental Equipment, if applicable QTY: 1 LOT OPTION YEAR 2 - CLIN 0005: Annual Crane Inspection, to include labor, travel, matls. and equipment necessary to inspect eighty-eight (88) cranes so that each is consistently fully operational; for the period 09/01/2013 through 08/31/2014. QTY: 88 EA CLIN 0006: Rental Equipment, if applicable QTY: 1 LOT OPTION YEAR 3 - CLIN 0007: Annual Crane Inspection, to include labor, travel, matls. and equipment necessary to inspect eighty-eight (88) cranes so that each is consistently fully operational; for the period 09/01/2014 through 08/31/2015. QTY: 88 EA CLIN 0008: Rental Equipment, if applicable QTY: 1 LOT OPTION YEAR 4 - CLIN 0009: Annual Crane Inspection, to include labor, travel, matls. and equipment necessary to inspect eighty-eight (88) cranes so that each is consistently fully operational; for the period 09/01/2015 through 08/31/2016. QTY: 88 EA CLIN 0010: Rental Equipment, if applicable QTY: 1 LOT STATEMENT OF WORK The Contractor shall conduct inspection services on cranes and hoist units (Listed in Attachment A and Attachment B) located on the National Institute of Standards and Technology (NIST), Gaithersburg, MD campus to determine the safety of each as specified in OSHA Standard CFR relating to cranes/hoists and all pertinent components. The following website contains information regarding CFR-29: http://www.osha.gov/pls/oshaweb/owares.do_search?p_doc_type=STANDARDS&p_search_str=regulations The annual crane and hoist inspection services shall include: (1) Laser check of runway alignment and girders for proper camber; (2) Inspect runway bolt tightness; (3) Dye-Penetrate or mag particle hook; (4) Open and inspect gearbox, gear bearing and check oil for proper levels and foreign materials; (5) Inspect brakes; (6) Inspect all welds and bolts; (7) Inspect motor brushes for proper tension; (8) inspect resistor banks as required; (9) Verify crane I.D. number and make changes to match the up-to-date listing of all NIST cranes and hoists. Within thirty (30) days of completion of the inspections, the Contractor shall prepare and submit a report to the Contracting Officer's Technical Representative (COTR), by electronic media or mail detailing the inspection results for each crane indicating condition status with applicable standards, codes, and violations. The report shall contain the following, at a minimum: 1. The units in need of repair/replacement shall be listed in order of priority starting with the least safe unit as the highest priority for repair and progressing to the safest unit as the lowest priority for repair. 2. Suggested method of correction for each unit which does not pass the annual inspection in its present condition. 3. Listing of units that passed inspection and do not require any adjustments. 4. The Contractor shall provide applicable certifications, with date and units that passed inspection. A site visit will be conducted July 11, 2011. Potential offerors that are interested in attending the site visit must provide a 24-hour (excluding weekends and holidays) prior notice to the Purchasing Agent via e-mail to barbara.suhrie@nist.gov with a courtesy copy to randy.schroyer@nist.gov The Notice must include the company name, name of the individual attending the site visit, and the country of citizenship of the individual. Please ensure that all individuals attending the site visit bring photo identification (and also vehicle registration if they are planning to drive on campus) or they will be denied access to the facility. Method of Award: Lowest price, technically acceptable Technical Factors: Each quotation shall include the following: (1) a detailed technical approach for conducting crane/hoist inspections services; (2) Contractor and sub-Contractor key personnel resume's to be assigned to complete the Government's SoW and (3) a copy of the key personnel certifications for crane/hoist inspector. PRICE Firm, fixed-price, for the required inspection services ***Price - the Government will evaluate the offeror's proposed prices to determine whether the proposed prices are realistic, complete, and reasonable in relation to the solicitation requirements. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items 52.212-3 Offerors Representations and Certifications- Commercial Items. All interested offerors must be actively registered in the Central Contractor Registry (CCR) at the CCR website www.ccr.gov and must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.217-5 Evaluation of Options; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification; 52.232-18 Availability of Funds; 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.245-1 Government Property; 52.252-2 Clauses Incorporated by Reference; 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 including subparagraphs: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program Re-representation; 52.222-3 Convict Labor; 52.222-19 Child Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-1 Buy American Act-Supplies; 52.225-3 Alt II Buy American Act-Free Trade Agreement-Israeli Trade Act 52.225-13 Restriction on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration The following Department of Commerce (CAR) clauses apply to this acquisition: 1352.201-70 Contracting Officer's Authority; 1352.208-70 Restrictions on Printing and Duplicating; 1352.209-72 Restrictions Against Disclosure; 1352.209-73 Compliance with the Laws; 1352.209-74 Organizational Conflict of Interest; 1352.237-71 Security Processing Requirements-Low Risk; 1352.237-75 Key Personnel; 1352.246-70 Place of Acceptance; and 1352.270-70 Period of Performance; And other appropriate clauses as needed Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. ***All vendors shall submit the following: A Technical Quotation (Vol. I) and a Business/Pricing Quotation (Vol. II), as two (2) separate electronic files. Incomplete quotations may be considered non-responsive and removed from further consideration. Quotations shall be clearly and concisely written as well as being neat, indexed (cross-indexed as appropriate) and logically assembled. All pages of each part shall be appropriately numbered and identified with the name of the offeror, the date, and the solicitation number. A 1-page transmittal letter signed by an individual authorized to commit the organization shall be transmitted with the quotation to the Government. Each quotation shall be on 8.5" x 11" paper, in a commercially standard font, not smaller than 12 point font. Each page in the quotation shall be separately numbered. The quotation shall be limited to ten (10) single-sided, single-spaced pages (excluding the letter of transmittal, resumes and, certifications). Overall Arrangement of Documents Technical Quotation addressing a technical approach, identifying key personnel and including certifications (Volume I) - No pricing information shall be included in the technical quotation Business/Pricing Quotation (Volume II) ***This is an Open-Market Combined Synopsis/Solicitation for services as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The Offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The Offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s). Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. ***Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an Offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the Offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. ***All questions regarding this solicitation shall be submitted in writing via e-mail to the Purchasing Agent, Barbara Suhrie, at barbara.suhrie@nist.gov no later than COB July 7, 2011. ***The due date and time for receipt of quotations is July 19, 2011 no later than 4:00PM EST. ***Offerors shall e-mail their quotation to barbara.suhrie@nist.gov with a courtesy copy to randy.schroyer@nist.gov so that it is received by the response date/time for this solicitation. It is the responsibility of the offeror to confirm NIST's receipt of its quotation. Each quotation shall include sufficient data to allow the Government to determine the amount, realism and consistency of the quoted fixed price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RQ-0315/listing.html)
- Place of Performance
- Address: 100 BUREAU DRIVE, GAITHERSBURG, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN02488671-W 20110703/110701234926-99a70173d649a0268fd8f7362acc8923 (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 |