Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,1998 PSA#2169

354 CONS/LGCV, 3112 Broadway Ave Unit 5B, Eielson AFB, AK 99702-1887

J -- MAINTENANCE OF ELEVATORS!! SOL F65503-99-QR020!! DUE 091098 POC 11. Buyer -- - Sra Sean Pensis, (907)377-6163; Contracting Officer -- - MSgt John C. Beasley, (907)377-4182!! (i) SCHEDULE -- 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-03. (ii) This solicitation is issued as a Request for Quote (RFQ) number F65503-99-QR020. Quotes are due on or before 25 Aug 98, 4:00 p.m. AST. (iii) This procurement is reserved for small business concerns with a size standard of $5.0 million under Standard Industrial Code 7699. (iv) SCOPE: The contractor shall provide all labor, materials, equipment, tools, transportation, and supervision necessary to perform inspections, maintenance, and repair of elevators at Eielson AFB, AK in accordance with (IAW) the latest edition of the American National Standards Safety Code for Elevators and Escalators (ASME A17). Services shall include but are not limited to adjusting, lubricating, repairing, and replacing machine, motor, generator, and controller parts including worn belts, gears, thrust bearings, brake magnet coils, brake motors, brake shoes, brushes, windings, communtators, motor circuits, magnets, magnets frames, seals, oils and other lubricants, and other mechanical parts. The elevator contractor and employees shall show proof of experience in the complete maintenance of elevators. At least anually, mechanics shall provide evidence (certificates, on-the job trainning, etc.) that they have been updated on changes in elevator state of the art technology. The contractor shall furnish such technical advice as may be required and called for by the Contracting Officer. The contractor shall quote in the following format: Item, Description, Estimate Quantity, Unit, Unit Price, Extended Price. The following is a listing of item in example format: Line Item (L/I) 0001 Electric Passenger Elevator, Otis S/N 234059, in bldg 1140, Tower; 6 Inspections; $_______, $_______, L/I 0002, Electric Passenger Elevator, Otis, S/N 375549 in bldg 1216 Control Tower, 6 inspections, $_______, $_______, L/I 0003 Vertical Recipricating Conveyer, Poerlift Elec. S/N MHP 2102 in bldg 2270 Goldrush Inn, 6 inspections, $_______, $_______, L/I 0004, Electric Passenger Elevator, Minnesota elevator 3500 lbs, S/N MHP 2101 in bldg 2272, 6 inspections, $_______, $_______, L/I 0006 Electric Frieght Elevator, Otis S/N 233805 in bldg 3112 Amber Hall, 6 inspections, $_______, $_______, L/I 0007, Electric Frieght Elevator, Otis, S/N 233806 in bldg 3112 Amber Hall, 6 inspections, $_______, $_______, L/I 0008 Electric Frieght Elevator, ESCO, S/N 857593 in bldg 3310 Base Exchange, 6 inspections, $_______, $_______, L/I 0009 Electric Passenger Elevator ESCO, S/N 1234567, in bldg 3310 Base Exchange, 6 Inspections, $_______, $_______, L/I 0010 Vertical Platform Lift, Access Industries, 750 lb S/N VEN-65641-144-95 in bldg 3340 Library, 6 inspections, $_______, $_______, L/I 0011 Electric Freight Elevator, Otis S/N 69239 in bldg 5223 Officer's Club, 6 inspections $_______, $_______, L/I 0012 Electric Freight Elevator, Montgomery C-5 1719 in bldg 6203 Center Heat & Power Plant, 6 Inspections, $_______, $_______, L/I 0013 Electric Frieght Elevator Montgomery 2500 lb capacity in bldg 6203 Central Heat & Power Plant, 6 Inspections, $_______, $_______, L/I 0014 Service Call 25 $_______, $_______, L/I 0015 Parts and Labor, Cost per Hr, $_______. Total Not To Exceed Price $__________. Note 1: All extensions of the unit prices shown will be subject to verification by the government. In case of variation between the total price and the unit price, the unit price will be considered the bid. Failure to submit a bid on all line items will result in the rejection of your bid. MAINTENANCE INSPECTIONS: Inspections, maintenance, and necessary repairs will be performed on all elevator equipment once every other month during the life of this contract. Performance period is from 01 Oct 98 to 30 Sep 99. During each inspection, the contractor shall examine, adjust, lubricate as required, and, if conditions warrant, repair or replace parts for the particular elevator being maintained. Refinishing, repairs, and/ or replacement of cylinders on hydro electric elevators, elevators, elevators car enclosures, hoist enclosures, hoist door panels, and frames are within the scope of this contract. The contractor shall perform preventative maintenance/ inspection during normal business hours, 0730 to 1630 Monday through Friday. The contractor is not required to provide service on federal holidays. If it is necessary to perform inspection and repairs at any other times other than those specified, prior approval shall be obtained from the contracting officer and quality assurance evaluator (QAE), at least 72 hours in advance, of the anticipated date of arrival and the name of the individual who will perform the services called for under this contract. All tests and inspections required by safety, fire, or elevator codes shall be the responsibility of the contractor. Inspections shall include, but are not limited to, semi annual routine (ASME A17 section 1001/1004), annual periodic (ASME section 1002/1005, three year periodic (ASME A17 section 1005), and five year periodic (ASME A17 section 1002/ 1005) as required. The contractor shall provide a schedule of anticipated inspections and tests with the contract proposal. The contractor shall perform an inspection of all safety devices and governors on listed items in the schedule simultaneously with the first regularly scheduled inspection of elevators. The contractor shall test all safety devices, governors, etc., as required by the latest edition, American National Standard Safety Code for Elevators and Escalators. The contractor shall promptly correct any defects that may be found in testing and examining the safety devices. Upon completion of each scheduled examination, inspection, or quality control inspection, the contractor shall warrant that the elevators comply with all required safety standards for elevators. The contractor shall use a warranty plate or sticker, displayed in a conspicuous location to cover this requirement. Contractor shall provide labels or plates. In addition, the contractor is required to maintain an Inspection and Servicing Report on the inside wall of each elevator in the following format: (a) This elevator is inspected and serviced bi-monthly by: (contractor). (b) In the event of a malfunction or trouble, please call the CES Service Desk at 377-2100. In case of an emergency, call 911. (c) Dates of all inspections and services with inspector's name. (d) Date due for next inspection/ servicing. (e) Dates due for periodic inspections. The fixed price as set forth in the schedule is all inclusive of all direct and indirect costs, except those specified as separate items in the schedule. The contractor shall be responsible for the replacement, clean up and disposal at an off baselocation of all elevator fluids. Thecontractor shall dispose of all oils, hydraulic fluids, and hazardous waste IAW federal, state, and local laws. The contractor may be required to provide copies of disposal receipts to the Contracting Officer. The government reserves the right to perform or have performed any inspections or tests. These inspections or tests may be performed by an independent contractor. PARTS: The contractor shall furnish all replacement parts required to keep the equipment in compliance with ASME requirements, including light tubes or bulbs as required. The contractor shall maintain locally, an adequate stock of parts for replacement purposes. All parts must be original manufacturer parts or material of equal quality as approved. The contractor may manufacture replacement parts for the end items, provided that the replacement parts are not available from commercial sources or delivery schedule for replacement parts from commercial sources would unduly delay the performance of the contract, and providing further that such action is approved in writing by a Contracting Officer. The contractor will be reimbursed by the government at cost for all parts costing more than $100.00 required to repair the equipment. The contractor shall submit appropriate invoices to support the request for reimbursement. Any such parts shall require approval from the contracting officer or authorized representative prior to procurement and installation. The contractor may bill for parts under L/I 0015 of the bid schedule. The contractor will be reimbursed for the replacement parts for actual freight cost only. The contractor shall utilize for exchange purposes all unserviceable parts and components removed from items being repaired. The contractor will pass on to the government all rebates received due to exchanges. The contractor shall, to the extent of his/ her ability, procure replacement parts, accessories, or spare parts at the most advantageous prices. All contractor furnished repair parts shall be guaranteed for a period of not less than one (1) year. Any defective items provided by the contractor shall be replaced by said contractor at no cost to the government. SERVICE CALLS: In the event any elevator malfuntions between inspections without a person being stuck on elevator, the contractor shall provide service within 48 hours after notification at no cost to the government other than the service call charge and parts. The contractor may charge the government for service due to abuse of elevators under L/I 0015. The contractor must notify the Contracting Officer prior to commencement of this type of work. A written breakdown of parts and labor costs must be submitted to the Contracting Officer prior to start of work. REQUIRED SUBMISSIONS: The contractor and employees shall obtain and provide to the government all operational and Safety permits and certificates required by federal, state, and local laws. The contractor shall provide a schedule of anticipated inspections and tests with the contract proposal. Also, a list of employees who will be working on elevators in buildings 1140 and 1216 must be submitted before the start of the contract. The list shall include social security numbers which will be used for identification purposes only. A copy of the results of all inspections/ tests will be provided to the contracting office and QAE within 10 working days after completion. The results shall conform to the requirements of the ANSI code and shall include: (1) date of service, (2) a listing of items checked, (3) services performed, (4) listing of parts installed, and (5) recommendations for work outside the normal scope of the contract. PROVISIONS AND CLAUSES -- The following FAR provisions are applicable to this acquisition: 52.212-1, Instruction to Offerors -- Commercial Items; 52.212-4, Contact Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items [Specifically -- (b)(1); (b)(2); (b)(3); (b)(6); (b)(7); (b)(8); (b)(9); (b)(17); (c)(1); (c)(2); (c)(4)]; 52.211-8, Variation in Estimated Quantity; 52.219-6, Notice of Total Small Business Set-Aside; 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; 52.245-4, Government-Furnished Property (Short Form). The following DOD FAR provisions are applicable to this acquisition: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7035, North American Free Trade Agreement Implementation Act. WAGE DETERMINATION -- Pursuant to the Service Contract Act of 1965, As Amended, Wage Determination No. 94-2018, Revision No. 12, Dated 02/05/98 applies to this acquisition. REPRESENTATIONS AND CERTIFICATIONS -- Quoter's must include with their quote a completed copy of the provisions at FAR 52.212-3, Offerors Representation and Certification -- Commercial Items. This form shall be provided upon request prior to bid by contacting the point of contact listed below. BASIS OF AWARD -- Award will be made based on price and other price related factors. Proposed award date is 01 Oct 98. Quotes must be submitted in writing to 354 CONS/LGCV, 3112 Broadway Ave, Unit 5B, Eielson AFB AK 99702 or fax to (907) 377-2389. Questions or requests may be emailed to SrA Sean Pensis at pensisps@ccgate.eielson.af.mil or faxed to (907) 377-2389. ***** Posted 08/26/98 (W-SN242078). (0238)

Loren Data Corp. http://www.ld.com (SYN# 0057 19980828\J-0012.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page