|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 3,1996 PSA#1671GSA, PBS, Property Management Div., Bldg. Services Branch, Contracts
Sect., 450 Golden Gate Ave (9PMFC), 4th Floor, San Francisco, CA
94102-3434 H -- ELEVATOR INSPECTION SERVICES SOL GS-09P-96-KSC-1004 DUE 092596.
POC Contracting Officer, Tracy G. Wilmot, (415) 522-3360. DESCRIPTION
REQUIREMENTS This is a combined synopsis/solicitation for commercial
items prepared in accordance with the Federal Acquisition Regulation
(FAR) 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. SCOPE OF WORK - The contractor shall
provide all labor, materials, and supervision to inspect all elevators
and escalators for the Federal Buildings located in Honolulu, HI. The
contracted elevator inspector shall provide inspection services in
accordance with ANSI/ASME A17.1 Safety Code for Elevators and
Escalators. The elevator inspector is responsible for witnessing and
certifying the tests performed on the elevators in GSA buildings listed
herein. Inspection procedures shall be according to the ASME manuals:
ANSI/ASME A17.2.1, Inspectors' Manual for Electric Elevators, A17.2.2,
Inspectors' Manual for Hydraulic Elevators, and A17.2.3, Inspectors'
Manual for Escalators and Moving Walks, as applicable. Inspectors shall
be ASME QEI-1 certified in accordance with ASME Qualification of
Elevator Inspectors and be on current active status. Prince Kuhio
Federal Building (HI0011ZZ), 300 Ala Moana Boulevard. Type of Eqpmt:
Traction freight; 1 car; 6000# capacity; 11 stops. Traction passenger;
5 cars; 4000# capacity; 10 stops. Traction passenger; 4 cars; 3500#
capacity; 8 stops. Traction passenger; 4 cars; 2500# capacity; 5 stops.
Hydraulic passenger; 2 cars; 3500# capacity; 4 stops. Hilo Federal
Building (HI0001ZZ), 154 Waianuenue Avenue, Hilo, HI. Traction
passenger; 1 car; 1800# capacity; 2 stops. Hydraulic passenger; 2 cars;
2000# capacity; 4 stops. The elevators for both buildings are on the
inspection schedule as follows: Semi-annual Routine Inspection/Tests:
February / August; Annual Inspection/Tests: February; and 5-year
Inspection/load test for traction elevators: Feb. 1999. Inspections
shall be carried out in manner such that there will be no interruption
to or interference with the proper execution of Government business.
FAR REQUIREMENT: FAR 52-212-1 is applicable, FAR 52-212-2
EVALUATION-COMMERCIAL ITEMS (OCT 1995) (a) The Government will award a
contract resulting from this solicitation to the responsible offer
whose offer conforming to the solicitation will be the most
advantageous to the Government, price and other factors considered. The
following factors shall be used to evaluate offers: (i) Experience -
offerors shall submit a list of at least three similar contracts
completed during the past three years and all contracts currently in
process. Contracts listed may include those with the Federal
Government, agencies of state and local Government's and commercial
customers. For each contract provide contract numbers, points of
contact with telephone numbers and any other relevant information. (ii)
Past Performance - each offeror will be evaluated on his/her
performance under existing and prior contracts for similar products or
services. The Government will focus on information that demonstrates
quality of performance relative to the size and complexity of the
procurement under consideration. References other than those identified
by the offeror may be contacted by the Government with the information
received used in the evaluation of the offer's past performance. (iii)
price. Experience and past performance, when combined are more
important than price. Government intends to evaluate proposals and
award a contract without discussions with offerors (except
communications conducted for the purpose of minor clarification).
Therefore each initial offer should contain the offeror's best terms
from a price and technical standpoint. However, the Government reserves
the right to conduct discussions if later determined by the Contracting
Officer to be necessary (b) Options. The Government will evaluate
offers for award purposes by adding the total price for all options to
the total price for the basic requirement. The Government may
determine that an offer is unacceptable if the option prices are
significantly unbalanced. Evaluation of options shall not obligate the
Government to exercise the option(s) (c) A written notice of award or
acceptance of an offer, mailed or otherwise furnished to the
successful offeror within the time for acceptance specified in the
offer, shall result in a binding contract without further action by
either party. Before the offer's specified expiration time, the
Government may accept an offer (or part of an offer), whether or not
there are negotiations after its receipt, unless a written notice of
withdrawal is received before award. (End of Provision) 52.212-3 -
Contractor will include a completed copy of this provision. 52.212-4 -
Contract Terms and Conditions - Commercial Items is applicable.
52.212-5 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders - Commercial Items. As prescribed in 12.301 (b)(4),
insert the following clause: CONTRACT TERMS AND CONDITIONS REQUIRED TO
IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (JUN 1996)
(a) The Contractor agrees to comply with the following FAR clauses,
which are incorporated in this contract by reference, to implement
provisions of law or executive orders applicable to acquisitions of
commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2)
52.233-3, Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759). (b)
The Contractor agrees to comply with the FAR and FIRMR clauses in this
paragraph (b) which the contracting officer has indicated as being
incorporated in this contract by reference to implement provisions of
law or executive orders applicable to acquisition of commercial items
or components: (Contracting Officer shall check X as appropriate.) _X_
(1) 52.203-6, Restrictions on Subcontractor Sales to the Government,
with Alternate I (41) U.S.C. 253g and 10 U.S.C. 2402). _X_ (2)
52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41
U.S.C 423). _X_ (3) 52.219-8, Utilization of Small Business Concerns
and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and
(3)). (4) 52.219-9, Small, Small Disadvantaged and Women-Owned Small
Business Subcontracting Plan (15 U.S.C. 637 (d) (4)). (5) 52.219-14,
Limitation on Subcontracting (15 U.S.C. 637 (a) (14)). _X_ (6)
52.222-26, Equal Opportunity (E.O. 11246). _X_ (7) 52.222-35,
Affirmative Action for Special Disabled and Vietnam Era Veterans (38
U.S.C. 4212). _X_ (8) 52.222-36, Affirmative Action for Handicapped
Workers (29 U.S.C. 793). _X_ (9) 52.222-37, Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.
4212). (10) 52.225-3, Buy American Act - Supplies (41 U.S.C. 10). (11)
52.225-9, Buy American Act - Trade Agreements Act - Balance of
Payments Program (41 U.S.C. 10, 19 U.S.C. 2501-2582). (12) Reserved
(13) 52.225-18, European Union Sanction for End Products (E.O. 12849).
(14) 52.225-19, European Union Sanction for Services (E.O. 12849).
(15) 52.225-21, Buy American Act - North American Free Trade Agreement
Implementation Act - Balance of Payments Program (41 U.S.C. 10, Pub.
L. 103-187). (16) 52.247-64, Preference for Privately Owned U.S.-Flag
Commercial Vessels (46 U.S.C. 1241). (17) 201-39.5202-3, Procurement
Authority (FIRMR). (This acquisition is being conducted under -
delegation of GSA's exclusive procurement authority for FIP resources.
The specific GSA DPA case number is ---). (c) The Contractor agrees to
comply with the FAR clauses in this paragraph (c), applicable to
commercial services, which the Contracting Officer has indicated as
being incorporated in this contract by reference to implement
provisions of law or executive orders applicable to acquisitions of
commercial items or components: (Contracting Officer check as
appropriate.) _X_ (1) 52.222-41, Service Contract Act of 1965, As
amended (41 U.S.C. 351, et seq.). _X_ (2) 52.222-42, Statement of
Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et
seq.). _X_ (3) 52.222-43, Fair Labor Standards Act and Service Contract
Act - Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C.
206 and 41 U.S.C. 351, et seq.). (4) 52.222-44, Fair Labor Standards
Act and Service Contract Act - Price Adjustment (29 U.S.C. 206 and 41
U.S.C. 351, et seq.). (5) 52.222-47, SCA Minimum Wages and Fringe
Benefits Applicable to Successor Contract Pursuant to Predecessor
Contractor Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et
seq.). (d) Comptroller General Examination of Record. The Contractor
agrees to comply with the provisions of this paragraph (d) if this
contract was awarded using other than sealed bid, is in excess of the
simplified acquisition threshold, and does not contain the clause at
52.215-2, Audit and Records - Negotiation. (1) The Comptroller General
of the United States, or an authorized representative of the
Comptroller General, shall have access to and right to examine any of
the Contractor's directly pertinent records involving transactions
related to this contract. (2) The Contractor shall make available at
its offices at all reasonable times the records, materials, and other
evidence for examination, audit, or reproduction, until 3 years after
final payment under this contract or for any shorter period specified
in FAR Subpart 4.7, Contractor Records Retention, of the other clauses
of this contract. If this contract is completely or partially
terminated, the records relating to the work terminated shall be made
available for 3 years after any resulting final termination settlement.
Records relating to appeals under the disputes clause or to litigation
or the settlement of claims arising under or relating to this contract
shall be made available until such appeals, litigation, or claims are
finally resolved. (3) As used in this clause, records include books,
documents, accounting procedures and practices, and other data,
regardless of type and regardless of form. This does not require the
Contractor to create or maintain any record that the Contractor does
not maintain in the ordinary course of business or pursuant to a
provision of law. (e) Notwithstanding the requirements of the clauses
in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is
not required to include any FAR clause, other than those listed below
(and as may be required by an addenda to this paragraph to establish
the reasonableness of prices under Part 15), in a subcontract for
commercial items or commercial components. (1) 52.222-26, Equal
Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Special
Disabled and Vietnam Era Veterans (38 U.S.C. 2012(a)); (3) 52.222-36,
Affirmative Action for Handicapped Workers (29 U.S.C. 793); and (4)
52.247-64, Preference for Privately-Owned U.S. - Flagged Commercial
Vessels (46 U.S.C. 1241) (flow down not required for subcontracts
awarded beginning May 1, 1996). (End of clause). The solicitation
number GS09P96KSC1004 is being issued as a Request for Proposal. All
provisions and clauses are those in effect through Federal Acquisition
Circular FAC-90-39, dated June 20, 1996 and General Services
Administration Regulation Change 71, dated May 10, 1996. The SIC code
for this solicitation is 1796. This procurement IS NOT SET aside for
Small Business. Proposals due on 09/25/96 Time 1:00 p.m. At GSA,
Property Management Division, Contracts Section (9PMFC), 450 Golden
Gate Avenue, 4th Floor East, San Francisco, CA 94102-3434. POC: Mr.
Patrick Jones or Mr. Tracy Wilmot, Telephone Nos. (415) 522-3345 or
(415) 522-3360. Copies of a sample offer form and further information
can be obtained concerning reporting responsibilities, building
information and emergency inspections, etc. by FAX request (415)
522-3118, or by telephone request. The services will begin on DECEMBER
1, 1996, for a period of one year, with 4 one year options. Submit
separate pricing monthly/annual for initial year and the 4 one year
options (e.g. semiannual tests are January & June, with January also
being the annual test month. A monthly price should be shown for
January & June with all other months quoted as $0). Wage determinations
#86-0250, dated 1/29/96 is applicable. A pre-proposal conference will
not be held. (242) Loren Data Corp. http://www.ld.com (SYN# 0042 19960830\H-0001.SOL)
H - Quality Control, Testing and Inspection Services Index Page
|
|