Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2011 FBO #3521
SOLICITATION NOTICE

J -- Service and Maintenance - GYM PT Equipment, Salt Lake City, UT area

Notice Date
7/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67K3F11180100
 
Response Due
7/22/2011
 
Archive Date
9/20/2011
 
Point of Contact
Jennifer Shaw, 801-432-4330
 
E-Mail Address
USPFO for Utah
(jennifer.shaw5@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. OFFICE ADDRESS: USPFO for Utah, 12953 South Minuteman Drive, Draper, UT 84020-9286 SUBJECT: Service and Maintenance - Gym PT Equipment SOLICITATION NUMBER: W67K3F11180100 QUOTE DUE DATE: 5:00 pm MST 22 July 2011 POC: Jennifer Shaw, Contract Specialist, jennifer.shaw5@us.army.mil DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation is W67K3F11180100 being issued as a Request for Proposal. This solicitation is issued as a Small Business Set-Aside procurement. North American Industry Classifications System Code (NAICS) is 811310, size standard is $6.5M. SPECIFICATIONS: The USPFO for Utah anticipates issuing a Firm Fixed Price (FFP) contract for one base year and three option years for monthly Preventative Maintenance (PM) and on-site repair service on a variety of gym equipment at various locations in the South Salt Lake area. Each monthly maintenance visit will include: cleaning and vacuuming, exterior wipe down, upholstery treatment, adjustments and calibrations, corrosion treatment, inspection and tightening of hardware, adjusting chain and cable tensions, lubrication, greasing and waxing, safety inspection, diagnostic of complaints and testing for proper function. The following Commercial Certifications are required for all contractors performing service: CYBEX International PRECOR Life Fitness TECTRIX Woodway USA Service School STAR-TRAC TRUE Fitness Technology Sports ART Fitness Within thirty days of contract award the contractor is responsible for ensuring that all equipment is at or up to serviceable standards. Gym equipment make and model per location is shown on the attached list. Additional equipment and locations(s) may be added, for an additional charge. Local providers only. Subcontractor's are not permitted. A National Agency Check (NAC) is required for all Contractor employees performing on-site services. Employees must complete fingerprinting, initiation of SF 86, and risk assessment by the UTARNG security office within 14 days of selection. This service must meet the U.S. Dept of Labor Wage referenced in Wage Determination No.: 2005-2531 REV 11 dated 13 June 2011, Occupation Code 23370, General Maintenance Worker. EVALUATION FACTORS: The contract type for this procurement will be a firm-fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Lowest price technically acceptable and (2) Past performance, caliber of offeror's performance on previous contracts of a similar nature. The Government will evaluate offers for award by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the options. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. And also in accordance with FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov. Proposals are due NLT 5:00 pm MST 22 July 2011. Proposals may be mailed to: USPFO for Utah, Attention Jennifer Shaw, 12953 South Minuteman Drive, Draper, UT 84020-2000 or e-mailed to jennifer.shaw5@us.army.mil; facsimiles will NOT be accepted. All proposals must arrive at the place and by the time specified. Included in this document is the Quality Assurance Surveillance Plan (QASP) For Gym Equipment Maintenance. The purpose of the QASP is to identify the methods and procedures the government will use to evaluate contractor actions and quality assurance while performing the requirements as stated in the contract. QASP's will aid in determining contractor's past performance and may impact Option Year renewal opportunities. Proposals must meet the following criteria: 1.Company's capabilities to meet or exceed the specifications identified. Include Commercial Certificates for all employees that will be performing service. Failure to provide detailed information with your offer may cause your offer to be considered non-responsive. 2.Provide a minimum of three reference (not older than three years) contact information with proposal. Failure to provide detailed information with your offer may cause your offer to be considered non-responsive. 3.A suggested proposal format is as follows: CLIN 0001 Base Year (1 August 2011 - 31 July 2012), Monthly Rate $ CLIN 0001 Base Year (1 August 2011 - 31 July 2012), On-call Hourly Rate $ CLIN 0002 Option Year 1 (1 August 2012 - 31 July 2013), Monthly Rate $ CLIN 0002 Option Year 1 (1 August 2012 - 31 July 2013), On-call Hourly Rate $ CLIN 0003 Option Year 2 (1 August 2013 - 31 July 2014), Monthly Rate $ CLIN 0003 Option Year 2 (1 August 2013 - 31 July 2014), On-call Hourly Rate $ CLIN 0004 Option Year 3 (1 August 2014 - 31 July 2015), Monthly Rate $ CLIN 0004 Option Year 3 (1 August 2014 - 31 July 2015), On-call Hourly Rate $ **ALL NON-WARRANTY REPLACEMENT PARTS, RE-UPHOLSTERY, AND SHIPPING COSTS WILL BE REIMBURSED AT ACTUAL COST ONLY. ** APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: (1) FAR 52.204-7 Central Contractor Registration; (2) FAR 52-204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; (3) FAR 52.212-1 Instructions to Offerors--Commercial Items; (4) FAR 52.212-2 Evaluation--Commercial Items; (5) FAR 52.212-3 Offeror Representations and Certifications--Commercial Items, with Alternate I; (6) FAR 52.212-4 Contract Terms and Conditions--Commercial Items; (7) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.219-6 Notice of Small Business Set-Aside (b) FAR 52.219-28 Post Award Small Business Program Representation; (c) FAR 52.222-3 Convict labor; (d) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (e) FAR 52.222-21 Prohibition of Segregated Facilities; (f) FAR 52.222-26 Equal Opportunity; (g) FAR 52.222-36 Affirmative Action for Workers with Disabilities; (h) FAR 52.222-50 Combating Trafficking in Persons; (i) FAR 52.233-3 - Protest After Award (j) FAR 52.233-4 Applicable Law for Breach of Contract Claim; (k) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (l) FAR 52.232-33 Payment by Electric Funds Transfer-Central Contractor Registration. (8) FAR 52.217-5 Evaluation of Options; (9) FAR 52.217-8 Option to Extend Services; (10) FAR 52.217-9 Option to Extend the Term of the Contract; (11) FAR 52.232-19 Availability of Funds for the Next Fiscal Year; (12) FAR 52.222-41 Service Contract Act of 1965 (13) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (14) FAR 52.252-2 Clauses Incorporated Reference; (15) DFARS 252.201-7000 Contracting Officer's Representative; (16) DFARS 252.204-7004 Central Contractor Registration, Alternate A; (17) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (18) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (b) DFARS 252.232-7003 Electronic Submission of Payment Requests; (c) DFARS 252.247-7023 ALT III Transportation of Supplies by Sea Please direct questions to Jennifer Shaw at jennifer.shaw5@us.army.mil. Quality Assurance Surveillance Plan (QASP) For Gym Equipment Maintenance INTRODUCTION 1.1.1.Purpose. The role of the government in quality assurance is to ensure contract standards are achieved. The purpose of the QASP is to identify the methods and procedures the government will use to evaluate contractor actions while performing the requirements as stated in the Contract. 1.1.2.The QASP provides a systematic method to evaluate the services the contractor is required to furnish. The QASP is based on the premise the government requires all equipment to continuously be at or up to serviceable standards. 1.1.3.Personnel surveying the contract terms will review the QASP throughout the life of the contract on a quarterly basis. 2.0.DESCRIPTION OF SERVICES 2.1.1.Scope of Work. The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items necessary to meet the service requirements as defined in the Contract. 3.0.SURVEILLANCE 3.1.1 Surveillance Method. This QASP will evaluate the pre-defined criteria to ensure the contractor complied with the contract terms and conditions. The Government Point of Contact (POC) as stated within the contract will conduct the evaluation. Quality Assurance Surveillance Plan (QASP) For Gym Equipment Maintenance Contract number: Period of Service: Rate the following questions on a scale from 1 to 5. 1 - Very Good 2 - Good3 - Acceptable4 - Poor (comment is required) 1.Maintenance service performed on a timely basis? 1234 2.Quality of maintenance service performed?1234 3.Emergency repairs performed in a timely manner?1234 Additional comments: Printed Name of Government POCDate Signature of Government POC
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W67K3F11180100/listing.html)
 
Place of Performance
Address: USPFO for Utah 12953 South Minuteman Drive Draper UT
Zip Code: 84020-2000
 
Record
SN02498789-W 20110716/110714235022-9dd71486943375be9c625d7998f097da (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.