|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 1,1999 PSA#2466Southeast Regional Office, BOP, Bldg. 2000, 3800 Camp Creek Parkway,
SW, Atlanta, GA 30331-5099 J -- ELEVATOR MAINTENANCE SERVICES SOL RFQ 413-0007-0 DUE 112299 POC
Rebecca Canfield, Contract Specialist, (678) 686-1413, FAX (678)
686-1448 E-MAIL: bcanfield@bop.gov, bcanfield@bop.gov. 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
document and incorporated provisions and clauses are those in effect
through FAC 97-14. This announcement constitutes the only solicitation.
Quotations are being requested and a written solicitation will not be
issued. Solicitation number 413-0007-0 is issued as a Request for
Quote. This procurement is being advertised as full and open
competition, under the standard classification code 7629 with a small
business size standard of $5.0 million . The Quoter whose proposal
represents the best value to the Government will be selected. Quoter's
proposal will be evaluated on the following criteria: (1)Past
Performance (2)Price. The two criteria are ranked of equal importance
(1) SCHEDULE: This elevator maintenance agreement shall be for the ten
elevators located at the Federal Detention Center in Miami, Florida
(Place of Performance). These elevators were manufactured and installed
by Montgomery Kone, Inc. in 1994. Four of the elevators, numbers 1- 4
are electric traction type, and the remaining 6 elevators, numbers 5-10
are hydraulic type units. The contract for the elevator maintenance
services will be for a Base Year and four (4) one year option periods.
Base Year : 9 months; Option Year 1: 12 months; Option Year 2: 12
months; Option Year 3: 12 months; and Option Year 4: 12 months. The
period of performance is as follows: The Base Year of the contract
shall be from date of award through 9/30/00; Option Year 1:
10/01/00-9/30/01; Option Year 2: 10/01/01-9/30/02; Option Year 3:
10/01/02-9/30/03; Option Year 4: 10/01/03-9/30/04. Delivery schedule
will be mutually agreed upon by the Contractor and the Government.
Pursuant to FAR 17.203(d), offerors may offer varying prices for option
periods. (2) STATEMENT OF WORK FOR ELEVATOR MAINTENANCE AGREEMENT:
ELECTRIC TRACTION AND HYDRAULIC ELEVATORS MAINTENANCE SERVICE(A) Scope
of Work: This elevator maintenance agreement shall be for the ten
elevators located at the Federal Detention Center in Miami, Florida.
These elevators were manufactured and installed by Montgomery Kone,
Inc. in 1994. Four of the elevators, numbers 1- 4 are electric traction
type, and the remaining 6 elevators, numbers 5-10 are hydraulic type
units. (B)Initial Maintenance Service: Provide full maintenance service
by skilled, competent employees for a period of 12 months following
date of this contract. Include monthly preventive maintenance,
performed during normal working hours. Include repair or replacement of
worn or defective parts or components and lubrication, cleaning, and
adjusting as required for proper elevator operation. Include 24 hours
per day, 7-days-per-week emergency callback service. Exclude only
repair or replacement due to misuse, abuse, accidents, or neglect
caused by persons other than Installer's personnel. (C.) Qualifications
of Maintenance Personnel: The maintenance work shall be performed by
skilled elevator personnel, specifically trained on Montgomery Kone
elevator equipment. This personnel staff shall be employed and
supervised by the same firm engaged in the agreement. D. General: The
maintenance service shall include all parts of the elevator equipment
to assure proper operation of the units. (D.1). Any inspection work
required to determine or perform the required maintenance service shall
be performed in accordance with the American Standard Practice for the
Inspection of Elevators, Inspector's Manual A17.1. (D.2). The
contractor is responsible to provide the repair equipment to test any
of the ten elevators, and the software shall be compatible with the
existing equipment located at the work site. (E). Scheduling Work:
Except for group supervisory control system testing on elevators, and
emergency call-back service, all work shall be performed during regular
working hours on regular working days, except on holidays observed by
the Federal Government. Only when so authorized by the Facilities
Manager, any portion of the work other than emergency call-back
service, can be performed outside of regular working hours as stated
above. (E.1). To facilitate contract administration and inspection by
representatives of the Contracting Officer, the Contractor shall submit
an annual schedule of all periodic maintenance by dates, elevators and
buildings. This schedule shall be satisfactory to the Contracting
Officer or his designated representative. (F). Reporting: The
Contractor shall instruct his personnel that any time they perform work
under this contract they shall comply with the following procedures:
(F.1). Contact the Facility Manager or his representative when first
arriving at the building. (F.2). If the work is of a continuing nature,
a check-in visit will be repeated each day. (F.3). At the completion of
the work, the Contractor's employee shall turn in to the Facility
Manager or his authorized representative a copy of a work order, repair
order or a form which will furnish the following information: (F.3.a).
Name and address of the Contractor. (F.3.b). Name of the Contractor's
employee in charge or the work. (F.3.c). Dates work performed and
hours expended. (F.3.d). Brief description of work performed including
equipment identification. (F.3.e). Signature of Contractor's employee
and signature block for Facility Manager or his authorized
representative. (F.4). The Contractor shall provide and keep current a
suitable check chart for each elevator. This check sheet shall be
posted in the machine room of the corresponding elevator, on which
entries shall be made to indicate the status of scheduled items of
maintenance work performed, and the time in man-hours. The Contractor
must properly initial the chart to indicate that the work as been
accomplished. (F.5). The Contractor shall immediately notify the
Contracting Officer (in writing) of the existence or the development of
any defects in, or repairs required to the elevators which the
Contractor considers he is not responsible for under the terms of the
contract, and shall furnish him a written estimate of the cost to make
necessary repairs. The Contracting Officer reserves the right to make
final determination as to responsibility. (G). Supplies, Materials,
and Replacement Parts: General (G.1.a). The Contractor shall furnish
all supplies, parts, and labor necessary to perform cleaning,
maintenance, inspection and service of elevators, equipment,
appurtenances, and accessories; including hoist machinery, controllers,
work gears, thrusts, bearings, brake magnet coils, brake shoes,
brushes, windings, commutators, rotating elements, contracts, coils,
resistor for operation and motor circuits, magnet frames, telephones,
cams car door and hoisting door hangers, tracks and guides, door
operating devices, interlocks and contacts, hatch lighting (minimum 60
watt illumination), pit lights, bulb replacement in signal system, and
all other elevator signal system, and accessory equipment. The
Contractor is responsible for replacement of all machine room light
bulbs or tubes, hatchway and pit receptacles and light sockets.
Particular attention is to be given to maintaining all emergency light
units in an operable condition. All lubrications, oils, greases, rope
preservatives and cleaning materials are to be furnished by the
Contractor. Lubricants are to be of the proper grade for the purpose
used. (G.1.b). Replacement Parts to be Supplied by Contractor: (G.1.b).
The Contractor shall own and maintain a stock of replacement parts at
the building where the elevator maintenance services are to be
performed. It is vitally necessary that replacement parts be
immediately available so the elevator service will not be subject to
interruptions and stoppages. The Contractor shall furnish the labor for
replacement of all parts listed below necessary to maintain proper
service. As a minimum and where applicable, one of each size and type
used of the following parts shall be stocked at all times: (a) Door
operator motors. (b) Controller and selector switch contacts and coils.
(c) All brushes, and perforated tape or aircord drive. (d) Door
interlocks assembly complete. (e) Car door safety edge complete. (f)
Car door photo electric safety device and other door protection
equipment. (g) Hanger rollers for both car and hall doors. (h) Limit
switches and terminal stopping switches. (i) Complete roller guide
assemblies or replaceable inserts for slide guides, for car and
counterweight. (j) Capacitors, resistors and miscellaneous relay
springs. (k) Replacement parts for contacts, switches, and buttons in
car operating panel and all signal fixtures. An up-to-date inventory of
spare parts shall be maintained at the building specified. This
inventory shall contain the description and part number of all items
listed above. When requested, the parts shall be made available for
inspection by the Government Representative. (G.2) The Contractor shall
be able to provide the following parts for each type and size of
elevator within 48 hours of establishment of the need for such
part/s).The period of time for furnishing the part/s) may be extended
by the Contracting Officer, if fully justified in the opinion of the
Contracting Officer, and if requested by the Contractor within the
original 48 hours. (G.2.a) Transformers and rectifiers. (G.2.b) Brake
magnets, cores, coils and related items for the repair of the brake.
(G.2.c) Electric timer circuit boards. (G.2.d) Supply special tools
that are required to make repairs without undue delay. (G.2.e) Power
packs and dispatching control cards for solid-state controls. (G.3) All
parts replaced under the provisions of this contract shall be new and
identical to original equipment or the equipment manufacturer's
recommended replacement parts. (H). Storage Space in Building Assigned
to Contractor (H.1). Space in the building will be assigned to the
contractor for the storage of his bulk supplies, replacement parts and
the equipment which he will use in the performance of work under the
contract. The contractor shall maintain this space in a neat and
orderly condition. (H.2). The Government will not be responsible in any
way for damage to the Contractor's stored supplies, materials,
replacement parts, or equipment. (I). Call-Back Service (I.1) The
Contractor shall provide regular and emergency call-back service when
requested by authorized representatives of the Contracting Officers. As
a part of the continuing maintenance service proposal for work beyond
the initial 12 month maintenance service. (I.2). Regular call-back
service consists of responding (within two hours) to requests from the
Government by telephone or other means during the hours of 7:00 a.m.
through 3:30 p.m., Monday thru Friday, Government holidays excused.
(I.3). Emergency call-back service consists of promptly responding
(within one hour) to request from the Government by telephone or other
means for emergency service, at any hour other than this time defined
as regular call-back service above.(J).Miscellaneous Information --
This contract is a nonpersonal services contract. (J.1) This is a
contractual arrangement and not a personnel appointment; Payment is
based on the provision of an end product or the accomplishment of a
specific result; The service does not constitute an employer/ employee
relationship; and The Contractor will not be subject to Government
supervision except for security related matters. However, contractor
performance will be closely monitored. (J.2) Security Requirements --
Prospective contractors are notified that the following investigative
procedures are required for anyone entering the confines of FCC Coleman
facility: (a) National crime Information Center (NCIC) check; (b)
DOJ-99 (Name check); (c) FD-258 (fingerprint check); (d) Law
Enforcement Agency Checks; (e) Vouchering of Employers (f)
Resume/Personal Qualifications; (g) OPM-329A (Authority for Release of
Information) and (g) National Agency Check and Inquiries (NACI) check
(if applicable). In addition to the above security checks, a
urinalysis test is required (for detection of marijuana or other
drugusage). If contract is awarded to a company and the individual(s)
assigned to perform the work tests positive, the individual(s) shall be
excluded from performing the contract and the Contractor shall provide
acceptable replacement personnel subject to the same requirements. The
Contractor and any subcontractor will attend an institution orientation
and department orientation at the start of the contract. (J.3). Payment
-- will be made IAW FAR 32.905, Invoice Payments (the due date for
making payment will be the 30th day after the designated billing office
has received a proper invoice and the governments accepts the services
performed by the contractor). Quoters are notified of the requirement
to submit a Tax Identification Number (social security numbers for
individuals) and of the Government's intent to use such number for the
purposes of collecting and reporting on any delinquent amounts arising
out of such person's relationship with the Government. The Contractor
is required, as a condition of payment under a resulting contract to
submit the information necessary for the Government to make payment via
Electronic Funds Transfer prior to submission of their first invoice.
(K) Required Insurance -- See FAR 52.228-5, Insurance -- Work on a
Government Installation. a. The contractor shall, at his own expense,
provide and maintain during the entire performance of this contract at
least the kinds and minimum amounts of insurance required in the
Schedule or elsewhere in the contract. TYPE 1) WORKERS COMPENSATION &
EMPLOYER'S LIABILITY -- $100,000.00 The required Workmen's Compensation
Insurance shall extend to cover employee's liability for accidental
bodily injury or death and for occupational disease with a minimum
liability of $100,000.00. (2) COMPREHENSIVE GENERAL LIABILITY with a
minimum limit of: Per accident or occurrence for bodily injury
$500,000.00. This insurance shall include contractor's protective and
contractual liability. (3) COMPREHENSIVE AUTOMOBILE LIABILITY with the
following minimum limits: Per person $200,000.00 Per Occurrence for
Bodily Injury $500,000.00 Per Occurrence for Property Damage $
20,000.00 b. Before commencing work under this contract, the contractor
shall certify to the Contracting Officer in writing that the required
insurance has been obtained. The policies evidencing required insurance
shall contain an endorsement to the effect that any cancellation or any
material change adversely affecting the Government's interest shall not
be effective (1) for such period as the laws of the State in which this
contract is to be performed, or (2) until 30 days after insurer or the
contractor gives written notice to the Contracting Officer, whichever
period is longer. c. The contractor shall insert the substance of this
clause, including this paragraph c, in subcontracts under this contract
that require work on a Government Institution and shall require
subcontractors to provide and maintain insurance required in the
Schedule or elsewhere in the contract. The contractor shall maintain a
copy of all subcontractor's proofs of required insurance, and shall
make copies available to the Contracting Officer upon request. (3) FAR
CLAUSES: FAR clause 52.212-4, "Contract Terms and Conditions --
Commercial Items" hereby applies to this solicitation. The following
FAR clauses are hereby incorporated by reference as addenda to FAR
clause 52.212-4: 52.228-5, "Insurance Work on a Government
Installation" 52.232-18, "Availability of Funds";52.232-33, "Electronic
Funds Transfer"; 52.233-3, "Protest After Award"; 52.237-2, "Protection
of Government Buildings, Equipment, and Vegetation"; 52.237-3,
"Continuity of Services"; and 52.242-15, "Stop-Work Order". The
following FAR clauses are hereby incorporated into this
solicitation/contract in full text as addenda to FAR 52.212-4:
52.204-1, "Approval of Contract": This contract is subject to the
written approval of the Department of Justice, Bureau of Prisons,
Southeast Regional Office and shall not be binding until so approved;
52.217-8, "Option to Extend Services": The Government may require
continued performance of any services within the limits and at the
rates specified in the contract. These rates may be adjusted only as a
result of revisions to prevailing labor rates provided by the
Secretary of Labor. The option provision may be exercised more than
once, but the total extension of performance hereunder shall not exceed
6 months. The Contracting Officer may exercise the option by written
notice to the Contractor within 15 days of the expiration of the
contract year. 52.217-9, "Option to Extend the Term of the Contract":
(a) The Government may extend the term of this contract by written
notice to the Contractor within the first day of the ensuing option
period; provided, that the Government gives the Contractor a
preliminary written notice of its intent to extend at least 60 days
before the contract expires. The preliminary notice does not commit the
Government to an extension. (b) If the Government exercises this
option, the extended contract shallbe considered to include this option
provision. (c) The total duration of this contract, including the
exercise of any options under this clause, shall not exceed 5 years.
JAR 2852.201-70, "Contracting Officer's Technical Representative
(COTR)" (a) Mr. Gustavo Baldovino, Facilities Manager, at the FEDERAL
DETENTION CENTER, MIAMI, FLORIDA, 33 NE 4TH STREET, MIAMI, FLORIDA,
33132 and the telephone number is (305) 982-1025 is hereby designated
to act as Contracting Officer's Technical Representative (COTR) under
this contract; JAR 2852.233-70, "Protest Filed Directly With the
Department of Justice", and JAR 2852.223-70, "Unsafe Conditions Due To
The Presence Of Hazardous Material" due to the length of the clause,
entire text can be obtained through www.usdoj.gov. 52.212-5, "CONTRACT
TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE
ORDERS -- COMMERCIAL ITEMS" (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). (b) The Contractor agrees to comply with the FAR 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 acquisitions of commercial items
or components: XX(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).
__(2) 52.219-3, Notice of HUBZone Small Business Set-Aside (Jan 1999).
__(3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small
Business Concerns (Jan 1999) (if the offeror elects to waive the
preference, it shall so indicate in its offer). __(4)(i) 52.219-5, Very
Small Business Set-Aside (Pub. L. 103-403, section 304, Small Business
Reauthorization and Amendments Act of 1994). __ (ii) Alternate I to
52.219-5 __ (iii) Alternate II to 52.219-5 XX (5) 52.219-8, Utilization
of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). __ (6)
52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637 (d)(4)). __
(7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). __
(8)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small
Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10
U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall
so indicate in its offer). __ Posted 10/28/99 (W-SN396033). (0301) Loren Data Corp. http://www.ld.com (SYN# 0046 19991101\J-0008.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|