Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 22, 2001 PSA #2920
SOLICITATIONS

J -- INSPECTION, MAINTENACE AND REPAIR OF HYDRAULIC LIFTS

Notice Date
August 20, 2001
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue Building 5681, Bolling AFB, DC, 20332-0305
ZIP Code
20332-0305
Solicitation Number
F49642-01-T-0294
Response Due
August 29, 2001
Point of Contact
Courtney Baumgartner, Contract Specialist, Phone 202-767-7874, Fax 202-767-7896, Email courtney.baumgartner@bolling.af.mil -- Martin Cicero, Contract Specialist, Phone 202-767-8034, Fax 202-767-7887, Email martin.cicero@bolling.af.mil
Description
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; proposals are being requested and a written solicitation will not be issued. This solicitation number F49642-01-T-0294. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-18. This is a small business set-aside. NIACS Code is 811310 and business size standard is $11.5 million. Wage Determination No. 94-2103, Rev 24, dated 31 May 01 can be located at www.ceals.usace.army.mil/netahtml/servcmg/html. In order to be considered responsive, offerors must certify in writing that their proposal meets all requirements set forth in this solicitation, attached included. Schedule B. Non-Personal Services: The contractor shall provide all plant, labor, equipment, tools, materials, transportation, supervision, and other items and services necessary to inspect, maintain and repair hydraulic lifts. 1.1 The following short work description shall serve as general information only and shall not limit the contractor?s responsibility or obligations to conform to all state, local laws and in accordance with manufacturer?s recommendations. The location that all work will be completed is Bldg. 520, 4570, 6000, 2 and 1310 on Bolling Air Force Base, D.C. The contractor shall perform all operations in accordance with industry standards and the attached statement of work. SECTION ? STATEMENT OF WORK 1.1. SCOPE OF WORK. The contractor shall provide all personnel, transportation, equipment, tools, materials, and supervision necessary to provide maintenance and repair for the Hydraulic Lifts and Baler in accordance with the pricing schedule at Bolling Air Force Base Washington DC. The contractor shall perform the contracted services to the standard identified in this contract, also any specific maintenance tasks performed shall be in accordance with the procedures outlined by the respective hydraulic lift manufacturers. See paragraph 1.14 for equipment nomenclature and location. 1.2. GENERAL: The following principal features of equipment and work to be performed are general and are not intended to be a complete listing of every item to be accomplished. Contractor shall inspect all Hydraulic Lifts every six months, with the first inspection scheduled in the month of January, second inspection to be completed in July. Contractor shall provide a written report including estimated cost of required repairs. Report shall be submitted to Service Contract Management, Bldg. 370 Brookley Avenue, Suite 234, Bolling Air Force Base, Washington DC, within seven (7) working days, after the maintenance inspection has been conducted. 1.3. PROJECT MANAGER: The contractor shall provide a project manager or person who shall be responsible for the competent performance of the work, and shall have full authority to act for the contractor. The project manager shall also be able to read, write, speak and understand English. 1.4. EMPLOYEES: Contractor personnel shall present a neat appearance and be easily recognized while on base. This may be accomplished by wearing distinctive clothing bearing the name of the company, or by wearing appropriate badges which contain the company name and employee name. The contractor shall be responsible for acquiring an appropriate number of badges to meet his/her needs at the contractor?s expense. The contractor shall also ensure that employees have valid/current driver?s licenses applicable to operate equipment in accordance with state, county, and local laws and regulations. The abrupt absence of contractor employees at any time shall not constitute an excuse for nonperformance under this contract. 1.5. QUALITY ASSURANCE: The government will monitor the contractor?s performance under this contract using the methods of surveillance as specified. 1.5.1. A government Quality Assurance Evaluator (QAE) at the time, work is being performed will perform the monitoring. 1.5.2. The contractor shall coordinate date and time to arrive and perform Preventive Maintenance (PM) tasks. 1.5.3. The contractor shall respond within 4 hours for emergency repair after notification by the QAE.1.6. HOURS OF OPERATION: Normal Hours. Work shall be performed during the normal workweek, 0730 to 1600, Monday through Friday with the exception of intervening service calls. 1.7. INTERVENING SERVICE CALLS: Intervening service calls are defined as additional visits and services requested at any time other than regularly scheduled visits. Intervening calls shall include determining the cause of trouble and making repairs or adjustments, which require parts and supplies. The contractor shall respond within four (4) hours of request by the using agency, twenty-four (24) hours a day, seven days a week. The service calls shall be included in the repair cost. The service technician shall report in person to the Contract Management Office prior to going to job site/facility(s) to be serviced. Upon completion of work, the technician shall report in person to the Government Representation in Bldg. 370. When a service call is placed against this contract, the contractor shall perform in accordance with the following paragraphs. 1.8. Labor for Intervening Service Calls Only. The Government shall reimburse the contractor for all labor used in repairing the equipment to be maintained under this contract specified in line items 0007 through 0010. 1.8.1. Labor charges will not apply for time spent by contractor personnel after arrival at the site, awaiting arrival of additional contractor personnel and/or delivery of parts, etc., after a service has commenced. 1.8.1.1 Inside and Outside of Principle Period of Maintenance. 1.8.1.2. If the contractor is notified and given access to the equipment to effect repairs during the principal period of maintenance (PPM), continuous remedial maintenance service shall be provided to the government at the PPM hourly rate should this service be continued outside the PPM. 1.8.1.3. Outside the principle period of maintenance (OPPM) hourly rate is effective only when the contractor is given access to the equipment to make repair(s) after normal duty hours. If the contractor fails to complete the repair(s) within four (4) hours, the contractor shall report to the Government Inspectors for approval to have repair time delayed. Then the next duty day can be used to complete the end-time of the repair at the PPM hourly rate. For those repair services that have to be performed during OPPM, building 6000, is excluded from the four (4) hours downtime, the contractor shall provide a means of answering emergency calls. 1.8.1.4. Labor charges will be computed to the nearest ? hour. 1.8.1.5. The contractor shall use all practical means to ensure the hydraulic lifts are down only for minimal time. Employee?s vacation, sickness, or lack of availability of parts is not acceptable as an excuse for having the hydraulic lifts down for more than four (4) hours. 1.8.2. Parts and Materials for Intervening Service Calls. The Government shall reimburse the contractor for all parts and materials used in repairing the equipment to be maintained under this contract. Parts exceeding $100.00 shall be reported at once to the Government representative for approval. Materials, shipping and handling will be paid in full. The contractor shall acquire parts and materials required for the performance of the contract provided sufficient funds remain on the contract for parts and materials. The contractor shall purchase parts and materials at the lowest price obtainable, secure reasonable competition for such purchases when available, take all discounts and obtain all rebates possible. These discounts and rebates shall be credited to the Government. Parts and materials purchased shall be of a quality which will adequately and economically serve the purpose for which they are intended and at least match in quality the item to be replaced. The parts and materials shall be standard products made by manufacturers regularly engaged in the production of such parts and materials. The contractor shall provide a copy of the original suppliers? invoices, tickets, sales slips or other documents identify items purchased under the reimbursable portion of this contract. All documents shall be available for the QAE review. 1.8.2.1. The contractor shall provide a service ticket itemizing all parts used to the Government representative in building 370 upon completion of each service call. The service ticket must be signed by both the contractor and the Government Representative before service call can be officially closed. The service tickets shall contain the following information: date, time of arrival, and departure; total time spent on repair; description of the malfunction and the fix; part number(s) and description of all parts replaced; date and time notified of equipment failure, building number(s) and contract number. If parts are to be ordered, provide estimated time of delivery with estimated cost of repairs to be made. 1.9. WARRANTY: Warranties offered under this contract should be the standard warranties offered to the general public. 1.10.1 Contractor shall perform annual and semi-annual inspection. During these inspections, the contractor shall thoroughly inspect all lifts and components ensuring lifts are in full operating condition. Contractor shall make all routine repairs inspection of lifts, including but not limited to cleaning of all lifts pits of debris and sludge. When inspections are being performed, the contractor shall: 1.10.1.1. Provide a written report of all discrepancies noted and repair requirements. 1.10.1.2. Make the necessary repairs during these inspections to maintain safety and reliability of equipment. 1.10.1.3. Clean out all dust, dirt, oil, sludge and all other foreign debris from under tables and contract table lifts. PREVENTIVE MAINTENANCE FOR HP 50 BALER. 1.10.2.1. This machine requires a regular check every six months. WARNING: Turn off the power at the machine and at the facility?s main power service before working on it. Only a qualified licensed electrician and hydraulic man shall be allowed to service the equipment. 1.10.2.2. Lubrication: Grease and/or oil door hinges, door lock, geed gate guides, pulleys, ad motor required. 1.10.2.3. Hydraulic System: Check the condition of the oil in the reservoir and refill or replace. Oil Level should be ?2 from reservoir top when the piston is up. Recommend manufacturer?s oil-Chevron OC32 or oil with equal specification that has a mineral base with anti-wear additives. Check the pump strainer and the breather cap filter and replace if necessary. Check for Hydraulic leaks and tighten all fittings as required. 1.10.2.4. Mechanical: Check for loose connections and signs of wear. Have any required made promptly. 1.10.2.5 Electrical: An inspection of conduits and connections is usually all that is required. However, if there is any damage or malfunction at any time, the electrical system should be promptly checked by a qualified licensed electrician. 1.10.3. PREVENTIVE MAINTENANCE FOR HYDRAULIC LIFTS. 1.10.3.2. Maintenance Safety shall be performed before commencing inspections and/or work on equipment. 1.10.3.3. Check for oil leaks. See Troubleshooting Section and correct as necessary. 1.10.3.4. Check roller bushings, axle pin, cleave and pivot points for wear. 1.10.3.5. Check for worn or damaged by hydraulic hoses or electrical cords. Repair as necessary. 1.10.3.6. Check rollers for looseness and wear. See Troubleshooting. 1.10.3.7. Check retaining rings at all axles, pivot and cleave. 1.10.3.8. Lubricate/grease rollers or axles as needed. 1.10.3.9. Check for unusual noise. See Troubleshooting. 1.10.3.10. Check flashing red light and/or warning bell operation (if so equipped). 1.11. CERTIFIED WEIGHT TEST: Contractor shall perform annually a certified pressure test on each lift. This test shall be accomplished by a certified mechanic to perform pressure test and submit a certificate of certification for each lift to the contracting Officer of his/her representative. 1.12. CLEAN-UP: All materials and scrap remaining from maintenance and repair work shall be removed from the base and disposed of by the contractor. It shall be the responsibility of the contractor to assure proper loading of all vehicles used for transport of materials and construction debris; also any spillage en-route the base shall be recovered and disposed of off-base. Cleanup of the work area shall be at the end of each workday. All rags shall be placed in tightly closed metal containers for daily disposal. All clean-up activities shall be accomplished by the contractor at no additional cost to the Government. Contractor shall be responsible, at time of maintenance to lifts, to pump out oil/water combinations and remove from base in accordance with county, state and federal regulations at no additional cost to the government. Contractor shall furnish the government a copy of all disposal documentation. 1.13. SECURITY REQUIREMENTS: 1.13.1. Contractor and his maintenance personnel must be eligible for US Secret Clearance, i.e. U.S. Citizen. This requirement is for entrance to Bldg. 6000, Defense Intelligence Agency Center (DIAC). 1.14. WORK LOCATION AND EQUIPMENT: Building 520 Model 8700S SERCO Contract Table Lift, 2ea, Building 4570, Model TI SERCO Contract Table Lifts, 8ea, Building 6000, Model No.2080 Superdok, 2ea; Contact Table Lift Model No. 710H, 4ea; Cives Recycling HP 50 Vertical Baler, 1ea; TAD-52-50-6081P Plate Form, 1ea. Building 2, Rite-Hite Copr. Dock leveler, 2ea. Building 1310, Advance Lift 2500 K, 1ea. SUGGESTED BID SCHEDULE: 0001 -- Table Hydraulic Lift (8 ea.) in Bldg. 4570, INSP Qty: 2ea. $_______ ea. $_______Total. 0002 -- Table Hydraulic Lift (2 ea.) in Bldg. 520, INSP Qty: 2 ea. $_______ ea. $_______ Total. 0003 -- Rite-Hite Corp. Dock leveler (2 ea.) Bldg. 2, INSP Qty: 2ea. $_______ ea. $_______ Total. 0004 -- Advance lift 2500K (1 ea.) in Bldg. 1310, INSP Qty: 2 ea. $_______ea. $_______ Total. 0005 -- Superdok Hydraulic Lift (2 each) in Bldg. 6000, INSP Qty: 2 ea. $_______ea. $_______ Total. 0006 -- Table Hydraulic Lift (4 each) in Bldg. 6000, INSP Qty: 2 ea. $_______ea. $_______ Total. 0007 -- Vertical Baler (1 each) in Bldg. 6000, INSP Qty: 2 ea. $_______ea. $_______ Total. 0008 -- Plat Form Hydraulic (1 each) in Bldg. 6000 INSP Qty: 2 ea. $_______ea. $_______ Total. INTERVENING SERVICE CALLS HOURLY RATES: 0009 -- PPM Hourly Rate Base, Qty: 15 HRS $_______ ea. $_______ Total. 0009AA -- PPM Hourly Rate, DIA, Qty: 15 HRS $_______ ea. $_______ Total. 0010 -- OPPM Hourly Rate Base, Qty: 25 HRS $_______ ea. $_______ Total. 0010AA -- OPPM Hourly Rate DIA, Qty: 20 HRS $_______ ea. $_______ Total. REIMBURSABLE PARTS: 0011 -- BASE NOT TO EXCEED $_________. REIMBURSABLE: 0012 -- PARTS, BLDG. 6000, NOT TO EXCEED $_________. TOTAL ESTIMATED PRICE $_________. LEGEND -- PPM: 1. Principle Period Maintenance (normal duty hours) 2. OPPM: Outside Principle Maintenance. 2. INVOICES: The contractor shall submit itemized invoices reflecting all intervening service calls including labor and parts and scheduled preventative maintenance on a monthly basis. Invoices shall show the contract number, the name of the equipment, building number, date of service. Invoices shall be submitted in arrears in four (4) copies to Service Contract Management, 11 CES/CEOEC, 370 Brookley Avenue, Bolling AFB, DC 20332-6000. No payments will be made until an invoice, with properly acknowledged documentation is received and approved by the Contracting Officer or the Government representative. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is determined most advantageous to the Government. Award will be made on an all or none basis. Quotations must include name, address, telephone number, business size/type, cage code, tax ID number and Dunns number, as well as type of small business (i.e., woman or minority owned, etc.). All responses to this solicitation are due by 4:00 P.M. Eastern Time on 29 August 2001. The proposal shall be signed by an official authorized to bind the company. All offerors must be registered in the Central Contracting Registration (CCR) to be eligible for award. Contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr2000.com. The FAR clauses web site is http://farsite.hill.af.mil/. The following statements, clauses, and provisions are incorporated in this solicitation: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items; 52.212-3 Offeror Representation and Certification-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The procurement herein is included or provided in the FY02 financial plan. No obligation may be incurred under this statement until FY02 funds have been certified. Questions concerning this solicitation may be addressed to the SSgt Courtney Baumgartner at (202) 767-7874.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/DRU/11CONS/F49642-01-T-0294/listing.htm l)
Record
Loren Data Corp. 20010822/JSOL028.HTM (D-232 SN50V464)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on August 20, 2001 by Loren Data Corp. -- info@ld.com