Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2012 FBO #3970
SOLICITATION NOTICE

J -- Fitness Equipment Maintenance - Solicitation with Statement of Work

Notice Date
10/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
N40192-13-Q-7000
 
Archive Date
11/2/2012
 
Point of Contact
Teresita Q. Untalan, Phone: 6713664257
 
E-Mail Address
teresita.untalan@us.af.mil
(teresita.untalan@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation with Statement of Work in pdf format. 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. This solicitation, N40192-13-Q-7000, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-56. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 811310 and the small business size standard is $7M. The following commercial items are requested in this solicitation: CLIN 0001 - Fitness Equipment Maintenance based on the enclosed Statement of Work. The Contractor shall furnish all labor, tools, equipment, materials, transportation, and facilities as needed to maintain and repair for all fitness center cardiovascular, strength resistance, and free weight equipment located in the fitness center. All work will be in accordance with the Statement of Work (SOW). STATEMENT OF WORK FITNESS EQUIPMENT MAINTENANCE CONTRACT The fitness equipment maintenance contractor will be responsible for preventive maintenance services and requirements for all fitness center cardiovascular, strength resistance and free weight equipment located in the Coral Reef Fitness Center exercise weight room. Work performance will be conducted in three separated areas; preventive maintenance, equipment repair, and equipment assembly/disassembly. All work will be performed in accordance with current manufacturer's and industry standards. Manufacturer's maintenance schedule for each brand of equipment will be strictly adhered to. Preventive maintenance service will include but not limited to the following work performance requirements defined below: 1. Equipment Wipe Down: Wiping all exterior surfaces of the equipment with a sanitizing solution 2. Equipment Cleaning: Removing equipment panels and dusting, wiping, and vacuuming, the inside areas of the equipment. 3. Equipment Lubricating/Oiling: Removing equipment panels, oiling and lubricating all moving parts, i.e., guide rods, bolts, chains, hinges, cables, rollers, seats mounts, pedal mounts, and arm mounts. 4. Repair service will include but not be limited to the following work performance requirements as define below: 5. Equipment Repair: Adjustment, removal and or replacement of any broken or damage plates, panels, frames, or any other stationary or moveable electrical or mechanical parts which may include; rods/belts/bands/chains/cable inspection, and calibration of belts/bands/cable/chains for proper tension. 6. Assembly will include but not be limited to the following work performance requirements as defined below: 7. Equipment Assembly: Provide all actions necessary to complete assembly and installation of newly purchased equipment to replace broken or unserviceable items. 8. Equipment Reassembly: Provide all actions necessary to completely reassemble equipment that is disassembled due to breakage, damage, or as a result of periodic maintenance/repair needs. Fitness Center management will be responsible for all cost associated with the purchase of replacement parts needed to repair and maintain the safe and effective operation of all fitness equipment items. Work Performance 1. Work Performance Period • 01 Nov 2012 Through 31 Oct 2013 2. Work Performance Schedule A. 14 Hours Per Week Monday - Friday (Between 0800-2400) • 6 hours- Cleaning: Includes equipment wipe down, equipment cleaning, equipment lubrication/oiling, minor repairs, equipment assembly, equipment reassembly. • 8 hours- Preventative Maintenance: Includes Preventative Maintenance (PM) as scheduled, equipment repair, equipment lubrication/oiling, minor repairs, equipment assembly, equipment reassembly. B. 2. ON CALL Emergency Services: Saturday, Sunday, Holidays • 0800-1800, Sat-Sun-Holidays Minimum Performance Requirements 1. Contractor must contain a formal certification from Life Fitness within 60 days of contract award to ensure sufficient professional training and expertise is obtained in repair and maintenance of Life Fitness cardiovascular equipment. 2. Provide immediate feedback to the Fitness Center Director regarding all problems and equipment maintenance requirements. 3. Report any injuries sustained by the contractor while performing equipment repair and maintenance duties. 4. Adhere to all facility security, safety and staff policies regarding the equipment maintenance and repair program. 5. Be familiar with the different brands and models of cardiovascular, strength resistance and free weight equipment. 6. Conduct all services in a healthy and professional manner observing all required Air Force Health and Safety Standards. 7. Report to work on time and advise the Fitness Center Director of any circumstances that would prohibit the contractor from conducting the required work. 8. Contractor must sign-in at Fitness Center Customer Service Counter upon reporting to work and sign-out when his/her tour of duty is completed. 9. Wear appropriate conservative apparel when performing all assigned tasks. 10. Contractor must provide his/her own tools and transportation to accomplish all assigned tasks. 11. Contractor and family members are not authorized to use any Fitness Center equipment, programs, and/or services for personal use or convenience. 12. Contractor will not remove any government owned tools or equipment from the premises of the Fitness Center without the prior consent of Fitness Center Management 13. Upon completion of work, the contractor will ensure the work, the contractor will ensure the work area is cleaned of trash and other debris and is in a neatly arranged condition. 14. Contractor may be required to work on national holidays if the Fitness Center is open for normal business. The contractor will be notified at least 1- day in advance if the Fitness center will be closed for any reason. FY13 Contract Fitness Equipment Maintenance Cardiovascular Equipment Quantity Revolution Pro II Spin Bikes 21 Life Fitness Cross Trainer 13 Life Fitness Upright Cycle 10 Life Fitness Treadmills 10 Life Fitness Recumbent Cycle 10 Life Fitness Steppers 4 Cybex Arc Elliptical Trainer 4 Concept 2 Rowers 4 Sci-Fit Rower 1 Hammer Strength Equipment Quantity Smith Machine 2 Linear Leg Press 1 Linear Hack Squat 1 Body Master Plate Loaded Machines Quantity Body Master T-bar 1 Prer Selectorized Resistance Equipment Quantity Cable Crossover 2 Bicep Curl 2 Tricep Extension 2 Shoulder Press 2 Seated Row 2 Rear Delt/Pec Fly 2 Chest Press 2 Back Extension 2 Abdominal 2 Leg Press 2 Seated Leg Curl 2 Lat Pull Down 2 Assisted Dip Chin 320 2 Pro Maxima Selectorized Resistance Equipment Quantity Prone Leg Curl 2 Leg Extension 2 Adduction/Abduction 2 Shoulder Later Raise 2 Seated Calf Extension 2 Glute Extension 2 Nautilus Seated Dip 2 Functional Trainer 2 Cybex Selectorized Resistance Machine Quantity Seated Leg Extension 1 Contract Performance: Andersen AFB, Coral Reef Fitness Center, Unit 14002, Bldg 25045, Andersen AFB, Yigo, GU 96929 The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Offers will be evaluated and awarded to the responsible Offeror whose offer represents the best value to the Government based upon technical specifications described in the Statement of Work and Price. This is a competitive best value selection in which competing offers will be evaluated on the basis of responses to the requirements in accordance with the Statement of Work. The solicitation should address ability to perform preventive maintenance and repairs to current manufacturers and industry standards. Technical performance factor is approximately equal to price. The Government intends to award one contract to the offeror deemed responsible and whose proposal represents the best value to the Government. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Deviation). Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense acquisitions of commercial items (Diviation); DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.225-7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on an all or none basis. All firms must be registered in the System for Award Management database @ www.sam.gov and shall be considered for award. All quotes must be sent to Terri Q. Untalan at e-mail teresita.untalan@us.af.mil. Oral Quotes will not be accepted. Responses to this RFQ must be received via e-mail, by Thursday, 18 October 2012, 4:00pm Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/N40192-13-Q-7000/listing.html)
 
Place of Performance
Address: Andersen Air Force Base, Guam, Yigo, Guam, 96929, United States
Zip Code: 96929
 
Record
SN02910179-W 20121007/121005234800-3eae2ce36677f03a40d0a120e0bae562 (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.