Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1999 PSA#2411

J -- INSPECTIONS, TESTING, AND MAINTENANCE AND REPAIR OF OVERHEAD This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is FA4416-99T0567 and is a request for quote (RFQ). This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This acquisition is a 100% small business set-aside. Delivery shall be FOB destination to Andrews AFB MD. Quotations to this solicitation must be received by 13 Sep 99 at 4:00 p.m EST. Offerors must comply with all instructions in FAR 52.212-1 with submittal of their offer and provide all information required along with quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-10. The Standard Industrial Classification (SIC) number is 3536 and the business size standard is 500 employees. The following provisions and clauses apply to thisacquisition. FAR 52.212-1, Instructions to Offerors -- Commercial Items; FAR 52.212-3, Offerors Representations and Certifications -- Commercial Items; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.228-5, Insurance -- Work on a Government Installation; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (to include applicable clauses 52.222-26, 52.225-3, 52.225-9, 52.225-18 & 19, 52.225-21 and Alt I, 52.222-41, and 52.222-42). FAR 52.232-18, Availability of Funds, FAR 52.232-19, Availability of Funds for the Next Fiscal Year; FAR 52.212-2, Evaluation -- Commercial Items, Factors are price, availability, and past performance. NOTE: CCR and EFT requirements apply!! Delivery and finance addresses will be provided upon award. Quotes to be submitted via fax on company letterhead or through e-mail. Project to be quoted as three separate line items, annual inspection, reimbursable parts, and emergency service calls. SPECIFICATIONS/STATEMENT OF WORK: Inspection, Static Load Testing, and Maintenance and Repair of Overhead Hoists, Andrews AFB and two remote sites, Maryland. Project number AJXF 00-0933. CLIN 0001: Annual Inspection. CLIN 0002: Reimbursable parts. CLIN 0003: Emergency Service calls. Performance of Work Statement follows. PERIOD OF PERFORMANCE: 1 Oct 1999 through 30 Sep 2000. All inquires and concerns must be addressed in writing, electronic mail is the preferred method. Facsimile requests and quotes will be accepted at (301)981-1912. No collect calls will be accepted.*****PERFORMANCE WORK STATEMENT FOR PROJECT AJXF 00-0933 INSPECTION, STATIC LOAD TESTING, AND THE MAINTENANCE AND REPAIR,OF OVERHEAD HOIST, ANDREWS AFB, AND TWO REMOTE SITES, MD. ANDREWS AFB, MD. 1.1. SCOPE OF WORK: The contractor shall provide all personnel, tools, equipment, materials, supervision, transportation and other items or services necessary to perform all operations in connection with an annual inspection, maintenance, repair and Static Load testing of overhead hoist located on Andrews AFB, and two remote sites, Davidsonville and Brandywine, Maryland, except as specified in section C-3 as government furnished property and services. The contractor shall perform to the standards in this contract. The estimated quantities of work are listed in Technical Exhibit 1, Workload Estimates. 1.2. CONTRACTOR PERSONNEL: 1.2.1. Contract Manager: The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate or alternates who shall act for the contractor when the manager is absent, shall be designated in writing to the contracting officer.1.2.1.1. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. 1.2.1.2. The contract manager or alternate shall be available during normal duty hours within 24 hours to meet on the installation with the government personnel to discuss problem areas. After normal duty hours, the manager or alternate shall be available within 24 hours. 1.2.1.3. The contract manager and alternate or alternates must be able to read, write, speak, and understand English. 1.2.2. Contractor Employees: The contractor shall not employ persons for work on this contract if such employee is identified to the contractor by the contracting officer as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population.1.2.2.1. Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. This may be accomplished by wearing clothing bearing the name of the company or by wearing appropriate badges which contain the company's name and employee's name. The contractor's employee will have their identification with them at all times. 1.2.2.2. The contractor shall make sure employees havethe following current and valid professional certification before starting work under this contract. The contractor shall have valid vehicle driver's license for the type of vehicle operated on base. 1.2.2.3. The contractor shall not employ any person who is an employee of the United States Government if the employment of the person would create a conflict of interest. Additionally, the contractor shall not employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such person seeks and receives approval in accordance with AFR 30-30 (for military) or AFR 40-753 (for civilian). The contractor shall not employ any person who is an employee of the Department of the Air Force if such employment would be contrary to the policies contained in AFR 79-1. 1.2.2.4. The contractor is cautioned that off-duty active military personnel hired under this contract may be subject to permanent change of station, change in duty hours, or deployment. Military Reservists and National Guard members may be subject to recall to active duty. The abrupt absence of these personnel could adversely affect the contractor's ability to perform, however, their absence at any time shall not constitute an excuse for nonperformance under this contract. 1.2.3. Security Requirements: The contractor shall conform to all Base Regulations and directives, that pertain to security, safety, traffic, fire and personnel clearances. The contractor shall obtain base passes from the 89th Maintenance Engineering office, for each employee, prior to the annual inspection/maintenance portion of this contract. 1.3. Accident Prevention: The contractor shall comply with the Air Force Occupational Safety & Health Standards (AFOSH). 1.4. Occupational, Safety and Health Act: "Contractors shall comply with OSHA 1926, Standards and the portions of OSHA 1910 standards. The Army Corps of Engineers Manual EM 385-1-1, will be used in the absence of guidance in OSHA Standards." 1.5. Fire Protection: All welding and burning operations will be accomplished in strict compliance with the requirements outlined in AFOSH Standard 127-5; National Fire Codes, Volume 4, Standard 51B; and the Department of the Army Corps of Engineers General Safety Requirements Manual EM 385-1-1, Section XIV (14). Prior to starting welding, burning and/or cutting operations, the contractor will obtain a burning permit from the Base Fire Department on a daily basis. These permits will be retained at the project site until work is completed. The permits are the only acceptable authorization for welding, burning or cutting. 1.5.1. The contractor shall comply with all safety and fire requirements outlined in Corps of Engineers Manual EM 385-1-1, General Safety Requirements and Andrews AFB's Fire Regulations. A written fire permit shall be obtained from the installation Fire Prevention Section on a daily basis for use of open flame devices such as blow torches, portable furnaces, or gas and electric welding, burning or cutting equipment. Contractor will inform assigned personnel of the location of the nearest telephone and correct fire reporting procedures and pertinent Andrews AFB Fire Regulations. 1.5.2. The contractor shall maintain good housekeeping practices to reduce the risk of fire, damage and personal injury. All scrap materials, rubbish and trash shall be removed daily from in and around the building and shall not be permitted to be scattered on adjacent property. 1.6. Emergencies: In the case of an emergency, the Contracting Officer, Base Fire Chief and Base Operations Officer, or their representative, shall have the authority to order the contractor to terminate work and clear the area of personnel and equipment. The contractor shall comply, to such an order, with all possible speed. 1.7. HOURS OF OPERATION: 1.7.1. Normal Hours of Operation: The contractor shall perform the services required under this contract during the following hours: Monday through Friday from 0715 -- 1600 hours. The contractor shall perform emergency services after normal duty hours and on weekends. The contractor may be asked to reschedule his work in secured areas, which he shall reschedule with the QAE. 1.7.2 Holidays: The contractor is not required to provide service on the following days: New Year's Day, Martin Luther King Jr's Birthday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day and Christmas. 1.8. CONSERVATION OF UTILITIES: The contractor shall make sure employees practice utilities conservation. The contractor shall be responsible for operating under conditions that prevent the waste of utilities to include: 1.8.1. Lights shall be used only in areas where work is actually being performed. 1.8.2. Employees shall not adjust mechanical equipment controls for heating, ventilation, and air conditioning systems. 1.8.3. Water faucets or valves shall be turned off when not in use. 2.1.RESERVED: 3.1. GENERAL: The contractor shall furnish everything required to perform this Statement of Work (PWS). 3.2. MATERIALS, PARTS AND SUPPLIES ACQUISTION: All materials, parts and supplies necessary for the performance of this contract shall be obtained by the contractor. This authorization shall not exceed $2500. Authorization above this limit shall be approved by the Contracting Officer prior to the acquisition. All contractor acquisitions shall be purchased from the manufacturer or from the highest level in the manufacturer's distribution system available to the business community which will provide the lowest price that is obtainable in the normal course of business. 3.2.1. QUALITY: Quality shall be of equal quality of the item which is being replaced. Acquisition shall be standard products of manufacturer's regularly engaged in the production of such materials, parts and supplies. 3.2.2. WARRANTY: The contractor shall be responsible to replace any warranty/ guarantee items within the appropriate period. 3.3. MATERIALS AND SUPPLIES OF THE TRADE: The contractor shall supply all materials and supplies of the craft, trade, professions or regular line of business or work as it relates to this Performance Work Statement. 3.4. REIMBURSEMENT: All invoices submitted for payment of services shall also include a line (s) for materials, parts, and supplies that the contractor has procured. Parts are reimbursed at the actual cost of acquisition less discounts, rebates, allowances and commissions. Each contractor's acquisition request for reimbursement must be supported by a copy of the sales document from the source of acquisition. This document shall include: a. Identification of the source that the item was obtained from b. Manufacturer or brand name of item c. Unit of issue d. Suggested list price e. Actual cost to the contractor (government reimbursable) f. Identification of where the material, part of supply was, i.e., government system, building number 3.5. TRANSPORTATION: The contractor shall provide transportation for mechanics and materials in support of this contract. 3.1.1. SPECIAL EQUIPMENT: The contractor shall furnish special equipmentto reach the overhead hoist, height requirements in Technical Exhibit 1. 4. GENERAL INFORMATION: The contractor shall provide all personnel, equipment, tools, materials, supervision, transportation and other items or services necessary to perform all operations in connection with an annual inspection, maintenance, repair and static load testing of the overhead hoist, located on Andrews AFB, Davidsonville, and Brandywine, Md. The contractor shall perform to the testing in accordance with the Industry Standards in this contract. Due to the wide variety of configurations and design options available with this category of cranes/hoist, there are several applicable industry standards. The safety aspects of the design and operations on must of the overhead hoist/cranes listed in this PWS are addressed in ANSI/ASME Standards. The estimated quantities of work is listed in Technical Exhibit 1, Workload Estimates. Under this section of the Performance Work Statement, the contractor shall perform annual inspections, maintenance, repairs, and the static load testing on the equipment listed in Technical Exhibit 1. 4.1. Annual Inspections: The annual inspection and the static load testing of all overhead hoist, the performance period shall be 1 October 1999 through 30 September 2000. 4.1.1. Contractor shall perform annual inspection consisting of visual inspection of all mechanical components comprising each crane hoist assembly for distortion, misalignment, wear, breakage, missing retaining devices and lack of lubrication. The Contractor shall also visually inspect all electrical components for broken and worn wiring, loose, dirty or missing contacts, worn or inoperative switching and improperly secure components. 4.2. MAINTENANCE REPAIR PROCEDURE: 4.2.1. During the annual inspection the contractor shall repair all items found during his inspection (that his has materials for, that does not exceed the dollar limitation for parts authorization), and for those items where parts are required to be ordered, the contractor shall schedule his/her return trip for repairs with the QAE. Where possible, the contractor shall perform all other repairs necessary to maintain the equipment components in a fully operational and efficient status. All work performed by the contractor shall be in accordance with the Manufacturer's recommendations. The contractor shall perform all repairs and submit a report (service ticket) to the QAE. The written report shall as minimum, consist of the following. 4.2.1.1. Brand name of each Overhead Hoist and load capacity (in lbs), and building number where located. 4.2.1.2. The name or names of personnel performing work. 4.2.1.3. Date work was accomplished. 4.2.1.4. A description of the maintenance or repairs performed 4.2.1.5. A list of materials and parts used. 4.2.1.6. Remarks -- contractor shall include identification of equipment that is in need of repairs/replacement which is not covered under this contract, that would be related in support of the operation of the overhead hoist. 4.2.2. Contractor shall stencil the weight and date of load test on the monorail and hoist and furnish the QAE with two copies of certified load test report on each hoist. Static load test each hoist or unit at 125% capacity with certified test weights. Under no circumstances shall the contractor weight test any overhead hoist when the supporting trolley, rail, etc., capacities does not meet or exceed the weight capacities of the hoist to be tested. 4.2.3. The contractor shall perform all applicable tests for all components of existing overhead crane hoist systems to assure the proper operation of the system at rated capacities. 4.3. UNSCHEDULED MAINTENANCE OR REPAIR: When the contractor is notified by the QAE of conditions requiring unscheduled maintenance or repair, the contractor shall follow-up within 1 working day, and perform the repairs. In the event the contractor can not perform the repairs, the contractor shall notify the QAE, "in writing" of the preliminary assessment of the work including parts needed on order to perform the repairs and an estimated return visit to complete those repairs. 4.4. COORDINATION OF WORK: The contractor shall coordinate work operations with the government representative prior to starting work under this contract. TECHNICAL EXHIBIT 1 WORKLOAD ESTIMATES Qty/TYPE, CAPACITY(LBS), APPROX. HEIGHT (1 ea) Wright Hand Hoist & Bridge Crane, 6000, 18 FT; (1 ea) Budgit Hand Chain Hoist, 2000, 10 FT, (1 ea) Coffing Hand Chain Hoist, 4000,10 FT; (2 ea) Wright Hand Hoist, 6000, 20 FT; (1 ea) Wright Electric Hoist, 500, 15 FT, (1 ea) C&M Chain Hoist on 1,000# Trolley, 1000, 15 FT, (1 ea) Coffing Hand Chain Hoist,4000,15 FT (1 ea) Mobile Crane Hoist, 6250, 10 FT, (2 ea) C&M Hand Chain Hoist, 4000, 10 FT, (1 ea) Yale Hand Hoist 1000,10 FT, (1 ea) Robbins & Meyers Electric Hoist, 7000, 25 FT, (1 ea) Robbins & Meyers, 7000, 35 FT, (3 ea) Yale Hand Hoist, 4000, 14 FT, (6 ea) Yale Hand Hoist, 6000, 14 FT, (2 ea) Eucilid Electric Hoist, 10000 14 FT, (3 ea) Wright Hand Hoist, 2000, 16 FT, (1 ea) Jig Mobile Floor Crane Hoist, 10000, 16 FT, (1 ea) Jig Mobile Floor Crane Hoist, 6000, 16 FT, (2 ea) Robbins & Meyers Electric Hoist, 10000, 12 FT, (1 ea) Yale Electric Hoist, 2000, 16 FT, (1 ea) C&M Power Star Electric Hoist, 8000, 16 FT, (1 ea) C&M Loadstar Electric Hoist, 4000,16 FT (1 ea) Budgit Hand Chain Hoist, 2000, 15 FT, (2 ea) Electrolift Electric Hoist, 7000, 40 FT, (2 ea) Wright Electric Hoist, 4000, 16 FT, (1 ea) Detroit Electric Hoist & Crane, 7000, 75 FT, (2 ea) Coffing Electric Chain (Portable), 500, 20 FT, (2 ea) Coffing Electric Chain (Portable), 1000, 20 FT, (1 ea) Coffing Electric Chain (Portable), 2000 20 FT, (2 ea) Electric Bridge Crane with (2) 8,000# Shaw-Box Electric Hoist, 16000, 30 FT, (1 ea) Wrigth Chain Fall 2000, 16 FT, (1 ea) Yale Electric on Jib Boom, 2000,12 FT, (1 ea) Coffing Duff-Lynx Hand Hoist on Spanco Gantry 2000, 12 FT, (2 ea) Electrolife Electric Cable Hoist, 7000, 40 FT, (1 ea) P & H Electrolift Electric Hoist, 4000,16 FT (2 ea) Wright Hand Chain Hoist, 2000, 14 FT, (1 ea) Shaw-Box Hand Hoist and Bridge Crane, 10000, 22 FT WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=S&;ProjID=FA4416-99T056 7&LocID=250. E-MAIL: Linda Hardesty, Hardesty.Linda@Andrews.af.mil. Posted 08/13/99 (D-SN367736).

Loren Data Corp. http://www.ld.com (SYN# 0476 19990817\SP-0014.MSC)


SP - Special Notices Index Page