SOLICITATION NOTICE
J -- ELEVATOR SERVICES FOR THE BIA-FT. WINGATE ELEM AND
- Notice Date
- 2/10/2017
- Notice Type
- Presolicitation
- NAICS
- 333921
— Elevator and Moving Stairway Manufacturing
- Contracting Office
- BIA NAVAJO 00009 301 WEST HILL ROOM 346 Contracting Office Gallup NM 87301 US
- ZIP Code
- 00000
- Solicitation Number
- A17PS00325
- Response Due
- 2/15/2017
- Archive Date
- 3/2/2017
- Point of Contact
- WILLIAMS-JAMES, CHARMAINE
- Small Business Set-Aside
- Indian Small Business Economic Enterprises
- Description
- THIS ACQUISITION IS FOR NATIVE OWNED SMALL BUSINESS SET ASIDE UNDER THE BUY INDIAN ACT (25 U.S.C.) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. A17PS00325 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-91. DESCRIPTION: This acquisition is set aside 100% Native Owned Small Business. In order to participate in this solicitation, vendors MUST qualify under the following NAICS Code is 333921 Elevator and Moving Stairway Manufacturing and this NAICS code is in their SAM profile. Size Standard in number of employees 1,000. The Bureau of Indian Affairs (BIA), Navajo Regional Office intends to award a firm fix priced commercial item contract in response to the Request for Quotation (RFQ) for Elevator Maintenance Services for the BIE-Ft. Wingate Elementary School and High School, Ft. Wingate, New Mexico. QUOTE LINE ITEMS: Base Year: February 22, 2017 to December 31, 2017 1.WINGATE ELEMENTARY ELEVATOR Serial Number: TKE ER6515$ _____ per moth X 10 months= $______ 2.WINGATE HIGH SCHOOL AND DORMITORY ELEVATORS Serial Number: SCHINDLER 379335 and Serial Number: SCHINLDER 379334 $ _____ per moth X 10 months= $______ GRAND TOTAL: _____________ Option Year 1: January 1, 2018 to December 31, 2018 1.WINGATE ELEMENTARY ELEVATOR Serial Number: TKE ER6515$ _____ per moth X 12 months= $______ 2.WINGATE HIGH SCHOOL AND DORMITORY ELEVATORS Serial Number: SCHINDLER 379335 and Serial Number: SCHINLDER 379334 $ _____ per moth X 12 months= $______ GRAND TOTAL: _____________ Option Year 2: January 1, 2019 to December 31, 2019 1.WINGATE ELEMENTARY ELEVATOR Serial Number: TKE ER6515$ _____ per moth X 12 months= $______ 2.WINGATE HIGH SCHOOL AND DORMITORY ELEVATORS Serial Number: SCHINDLER 379335 and Serial Number: SCHINLDER 379334 $ _____ per moth X 12 months= $______ GRAND TOTAL: _____________ Option Year 3: January 1, 2020 to December 31, 2020 1.WINGATE ELEMENTARY ELEVATOR Serial Number: TKE ER6515$ _____ per moth X 12 months= $______ 2.WINGATE HIGH SCHOOL AND DORMITORY ELEVATORS Serial Number: SCHINDLER 379335 and Serial Number: SCHINLDER 379334 $ _____ per moth X 12 months= $______ GRAND TOTAL: _____________ Option Year 4: January 1, 2021 to December 31, 2021 1.WINGATE ELEMENTARY ELEVATOR Serial Number: TKE ER6515$ _____ per moth X 12 months= $______ 2.WINGATE HIGH SCHOOL AND DORMITORY ELEVATORS Serial Number: SCHINDLER 379335 and Serial Number: SCHINLDER 379334 $ _____ per moth X 12 months= $______ GRAND TOTAL: _____________ PLEASE INCLUDE TAXES FOR EACH YEAR. Statement of Work For Elevator Maintenance Services at Wingate High School and Elementary 1.General Requirements 1.1Introduction: The Bureau of Indian Education (BIE) Wingate Elementary School and Wingate High School, has a need for Maintenance Service of the elevators at the dormitories. The required services include but are not limited to servicing of the ThyssenKrupp elevators at the Dormitories. This Statement of Work may be amended to include other Items of Work as needs are identified. 1.2Locations: 12 Painted Horse Trail, Fort Wingate, NM 87316 & 400 State Road, Fort Wingate, NM 87316 1.3Direction: The Contractor shall accept directions only from the Contracting Officer's Representative (COR). Any changes to the project scope or other provisions of this Statement of Work (SOW) must be authorized in writing by the CO. 1.4Performance Time: The base period of performance shall begin on the effective date of the notice to proceed or issuance of a Purchase Order, through a 12 month period, with the government's unilateral right to exercise up to four, 12 month option periods. If work has to be scheduled after hours or during weekends Government personnel may be required for oversight. All work shall be scheduled through the COR. 1.5Protection of Existing Facilities and Work: All areas that are used for access shall be kept clean and any damage to these areas shall be repaired to match the original condition. When the work is completed, all surfaces in the work area shall be restored to the original condition. 2.Scope of Work 2.1The Contractor shall furnish sufficient technical and supervisory personnel to ensure the expeditious accomplishment of the work on a monthly or semiannual basis. Additionally, the contractor shall furnish all services, materials, equipment, tools, and travel required in connection with this work. 2.2On-Site Assessment: Contractor shall verify all items of work and notify the COR of any discrepancies or concerns prior to performing any work. Prior approval is necessary for such a visit. 3.Items of Work 3.1 ELEVATORS-GENERAL REQUIREMENTS A. Elevator servicing shall be performed by a licensed elevator contractor. B. Preventative maintenance services shall be performed twice annually during the school breaks, Monday through Friday, excluding Federal Holidays. 3.2 PREVENTIVE MAINTENANCE TASKS A. The Contractor shall clean elevator machine, including the pump, valves, and motor. B. The Contractor shall maintain the following elements: 1. CONTROLLERS: including relays, contacts, coils, timers, printed circuit boards, microprocessor boards, controller wiring, travel cable wiring, hoistway wiring, fuses/fuse holders, and timers /time clocks. 2. SELECTOR: including electrical or mechanical drive components, cams, contacts, relays, resistors, leads, transformers, and solid-state components. 3. FIXTURES: including car and hall button stations, master indicator control panels, all signal fixtures including contacts, buttons, key switches, locks, lamps, and sockets. 4. MACHINE MOTOR: including gears, bearings, brakes and related parts, brushes, windings, commutators, rotating equipment, contacts, coils, and resistors for motor circuits, V-belts, sheaves and wiring. 5. PUMP: including sheaves, screens, filters, hoses, and any other parts thereof. 6. VALVES: complete, including relief valve, leveling valves, cheek valve, strainers, springs, gaskets, and any other parts thereof. 7. JACK UNIT: including plunger, guide bearing, packing and packing gland. 8. GOVERNOR: including sheave, bearings, shafts, contacts and governor jaws. 9. CAR: including power door operator, door protective devices, car door operator, hangers, car door contact, load weighing equipment, car safety devices, car guide shoes, and sub flooring. 10. ACCESSORY EQUIPMENT: all accessory elevator equipment, including equipment installed prior to the commencement of this Contract. 11. HOISTWAY: including deflector sheave, secondary sheaves, buffers, governor tension assemblies, limit switches, compensating sheave assemblies, compensating chain or cables, traveling cables, hoist way and machine room wiring, hoist way door interlocks, hoistway door hangers and gibs and auxiliary closer. Also included shall be the quarterly (or more frequent, if required) brush down and vacuum of the hoistway, divider beams, door hangers, car top and bottom, doorsills (beyond opening) and pit. C. The Contractor shall keep the guide rails properly lubricated, except where roller guides are used, and when necessary to renew guide shoe inserts, or roller guides when used, to promote smooth and quiet operation. D. The Contractor shall renew the wire ropes as often as necessary to maintain an adequate factor of safety and equalize the tension on all hoisting ropes. E. The Contractor shall ride the elevator to ensure floor levels, door operation and checking all fixture lamps (replacing when needed). F. The Contractor shall furnish lubricants compounded to specifications and selected to give the best performance and proper level. Lubricate pumps, pump motors, couplings, valve control equipment, guides or guide rollers, interlocks, automatic door operator and its linkage parts. G. All other maintenance features or practices not cited above which are considered routine [in accordance with American Society of Mechanical Engineers (ASME) Part X, A17.1 and 1996 Boca Property Maintenance Code, Section PM-603.3] in elevator maintenance in general. 3.3 TESTING AND INSPECTIONS A. Elevators shall be inspected monthly, annually, and quarterly along with associated machinery in accordance with the elevator manufacturer ¿s recommendations and shall include the applicable preventative maintenance tasks included herein. B. The Contractor shall perform monthly inspections, maintenance, repairs, and equipment adjustment services. The Contractor shall proceed to examine, adjust, lubricate and, if conditions warrant as determined by the Contractor, repair or replace parts. C. Equipment testing shall be performed by the Contractor as required by the jurisdiction in which the elevator is located. D. Periodic testing shall be performed in accordance with ASME A17.1 and 1996 Boca Property Maintenance Code, Section PM-603.3 to ensure that elevators meet safety and maintenance requirements. A qualified elevator inspection service shall be used by the Contractor. Certificate of Inspection shall be delivered to the New Mexico Navajo South Facility Management Office, within three (3) business days. E. Required tests or inspections that remove an elevator from normal operation shall be scheduled and coordinated with the New Mexico Navajo South Facility Management Office. Any repairs or adjustments which are necessary in order to complete a test and return an elevator to service shall be performed at no additional cost to the Government. F. All applicable tests shall be completed by the Contractor on a timely basis and recorded on the Department of Labor and Industry ¿s Elevator Test Log Form, which shall be kept in the machine room at each station. The test results and a written report describing any needed repairs shall be forwarded to New Mexico Navajo South Facility Management Office, within three (3) business days of testing. G. The Contractor shall apply tags to equipment when applicable. 3.4 CALLBACK SERVICE A. Callback service shall be defined as a service call to correct any elevator problem or condition that requires the Contractor to provide service prior to the next scheduled preventative maintenance service. B. Incidental charges associated with this service, including but not limited to, fees, charges, tickets, mileage, etc shall be incurred by the Contractor at no additional charge to the Government. 3.5 EMERGENCY ON-CALL SERVICE A. The Contractor shall provide emergency on-call service twenty-four (24) hours, seven (7) days a week as needed to maintain elevator operation and to respond to elevator outages and elevator emergencies. B. A qualified repairperson shall arrive on-site within three (3) hours of notification. The Contractor will receive notification from the COR or by an elevator cab phone. 4.Temporary Storage Facilities and Utilities 4.1Electricity for elevator maintenance services. The Government will furnish to the Contractor all electricity for maintenance purposes at no charge to the Contractor. All electricity shall be carefully conserved. 5. Safety The Contractor shall comply with all applicable Federal laws and Policies with such additional measures as the COR may find necessary to perform elevator maintenance for the Wingate Elementary and Wingate High School campus. 6. Security The contractor shall assure that the licensed elevator technician has a current BIE security background clearance prior to performing duties. Otherwise the contractor shall make arrangements while on the school premises with the COR to have a BIE employee escort the staff until a completed BIE background check is obtained. Contractor shall submit paper application for a BIE security background upon notice of award of contract. Contractor shall also follow the listed: a)Video cameras and picture taking are prohibited on campus. b)Firearms, knives or other weapons are prohibited on campus. c)Possession of and/ or use of drugs and alcohol is prohibited on campus. d)Identification badges and uniforms shall be worn by all elevator technicians while on campus. e)Vehicles used by the Contractors and contractors representative must have a vehicle parking tag. f)All contractor personnel working at the school site must disclose, within 10 days of employment the New Mexico Navajo South Facility Management Office of conviction, plea of guilty, or Nolo Contendere of a sex crime, to the New Mexico Navajo South Facility Management Office and the McKinley County Sheriff ¿s Office. g)Contractor shall report to a designated BIE employee to confirm presence and accomplishments. h)All work is subject to inspection and contractor or contractor representatives are expected to respond. 7.Government Furnished Materials and Information Elevator Manuals and Drawings. 8.Coordination Antoinette Jim, New Mexico Navajo South Facility Management Office 521 Shush Drive Fort Wingate, NM 87316 (505) 488-6421 antoinette.jim@bie.edu Award will be made at a fair and reasonable price to the lowest responsive and responsible offeror whose quote conforming to the requirements herein will be the most advantageous to the government. QUOTE SUBMISSION INFORMATION: To be considered for award, vendors must quote on all items/services listed in the solicitation. Quote submission must include the following items: 1.Section 17a, 23, 24, 30a, 30b, and30c completed per the attached SF 1449 document (include DUNS number on form) (include taxes if applicable) 2.IEE Representation 3.Acknowledgement of any and all amendments by completion of Section 8, 15a, and 15c on SF30 amendments documents. 4.Provide a DUNS# and Tax ID# with a signed and dated quote. Attachment A - Mandatory Clause Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice [Contracting Officer to edit and include the documentation required under this contract]: -A copy of the contractor ¿s invoice shall be included with the IPP invoice. If no invoice is attached, the Invoice will be rejected. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) CONTRACT CLAUSES: The following FAR Clauses including all addenda applies to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items; 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: 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim;; 52.219-6 Notice to Total Small Business Set-Aside; 52.222-3 Convict Labor ; 52.222-19; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; 52.223-4 Recovered Material Certification; 52.229-3 Federal, State and Local Taxes; FAR 52.211-16 Variation of Quantity; FAR 52.217-6 Option to Increase Quantity; FAR 52.217-7 Option to Increase Quantity Separate Price Line Item; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend Term of Contract; FAR 52.232-40 Providing Payment to Small Business; FAR 52.232-18 Availability of Funds; FAR 52.232.19- Availability of Funds for Next Fiscal Year; 1452-204-70 Release of Claims; DOI Acquisition Reg (DIAR)Indian Preference; 1452.226-71 Indian Preference Program; 1452-204-70 Release of Claims; FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management; DOI Electronic Invoicing Electronic Invoicing and Payment Requirements-Invoicing Processing Platform (IPP) (April 2013).; 1452.204-70 RELEASE OF CLAIMS; 1452.28-1 Notice to Indian Small Business Economic Enterprises Set Aside; 1452.28-2 Notice to Indian Economic enterprises set aside; 1452.280-3 Subcontracting limitations; 1452.280-4 Indian economic enterprises representation; 1452.280-4 Indian Economic Enterprise representation Form. The Federal Acquisition Regulation clauses and provisions are available in the internet at: http://www.acqusition.gov or may be requested from the Contracting Officer. Signed and dated Quotes, along with a completed copy of FAR clause 52.212-3, Offeror Representations and Certifications Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Charmaine Williams-James, P.O. Box 1060, Gallup, New Mexico 87305 by local time on February 15, 2017, by 1:00 pm (Gallup, NM time). Quotes submitted by facsimile and emails will be accepted. Any further questions regarding this announcement may be directed to Charmaine Williams-James, Contract Specialist, at (505) 863-8227, by fax at (505) 863-8382. Email: charmaine.williams-james@bia.gov. All contractors submitting quotes must be registered in the SAM www.sam.gov in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the SAM, go to: http://www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A17PS00325/listing.html)
- Record
- SN04398813-W 20170212/170210234206-5382c116d04ca3ef420fc45d4a1f717b (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 |