COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 18, 2001 PSA #2938
SOLICITATIONS
J -- QUARTERLY INSPECTION, ANNUAL LOAD TEST, AND INTERVENING MAINTENANCE AND REPAIR OF THE CRANES, HOISTS, AND TAIL-STANDS AT TRAVIS AFB, CA
- Notice Date
- September 14, 2001
- Contracting Office
- Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535
- ZIP Code
- 94535
- Solicitation Number
- F04626-01-Q0417
- Response Due
- September 24, 2001
- Point of Contact
- Dindo Laxamana, Contract Administrator, Phone 707-424-7702, Fax 707-424-0288, Email dindo.laxamana@travis.af.mil -- Thomas Keller, Contract Specialist, Phone 707-424-4817, Fax 707-424-0288, Email thomas.keller@travis.af.mil
- Description
- (i) 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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. (ii) Solicitation F04626-01-Q0417 is issued as a Request for Proposal (RFP). Written documentation will not be issued for this proposal. This solicitation is being conducted using the procedures in FAR Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. (iii) This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular 97-27. (iv) This acquisition falls under the North American Industry Classification System (NAICS) 811310; annual average gross revenue under this NAICS code is $5,000,000. The government intends to solicit and award this purchase order under an unrestricted commercial firm fixed price contract. (v) There are four (4) line items included in the solicitation. Line Item 0001 is three (3) ea quarterly inspections of cranes, hoists, and tail-stands. Line Item 0002 is one (1) ea annual inspections and load tests of cranes, hoists, and tail-stands. Line Item 0003 is one (1) pd for parts needed for cranes, hoists, and tail-stands. Line Item 0004 is 300 hrs labor for repair service calls. (vi)The following requirements apply: 1.0 DESCRIPTION OF SERVICES. The Contractor shall provide all management, tools, supplies, equipment, and labor necessary to maintain, repair, and load test the cranes, hoists and tail-stand elevators at Travis AFB in accordance with acceptable commercial practices and standards. A complete list (Schedule B) of cranes, hoists, and tail-stands is provided in the solicitation package. If contractor discovers that serial number, make, model, or size of hoist is different from what the government provided, the contractor shall notify the Contracting Officer immediately. 1.1 MAINTENANCE SERVICES. The contractor shall perform three quarterly inspections and one annual inspection of all cranes, hoists and tail-stands. The contractor shall perform an annual load test on all cranes, hoists, and tail-stands during the annual inspection. Load tests will also be performed when it's recommended by the contractor due to the type of repairs that have been made to a hoist at government's expense. Inspections shall conform to all ANSI-B30 and OSHA 29 CFR requirements. The contractor shall lubricate, and grease all cranes, hoists, and tail-stands, and ensure, nuts, bolts, and screws are tight. The contractor will establish an applicable schedule for all inspections. The schedule shall be submitted to the contracting officer no later than 15 calendar days after contract award. Aircraft hangar movement may affect proposed schedule. The contractor and QAP will coordinate such difficulties. The approved schedule may not be changed without prior approval of the contracting officer. The contractor will coordinate with the QAP seven calendar days prior to inspections to preclude any interference with work within the facilities. 1.1.1. Performance of scheduled inspections and load test shall be done in the presence of the facility manager. The contractor shall prepare and submit a written report within ten workdays after an annual inspection or load test has been performed. The ten workdays can be extended with the approval of the QAP, but payment will not be made until the inspection reports have been received and accepted. The report shall identify each location, serial number, make and model, the rated capacity, maintenance work performed, repairs needed, date of inspection, name of inspector, and overall condition of the inspected crane, hoist or tail-stand. If repair or replacement is required over and above the routine maintenance required in the inspection, the contractor shall notify the government POC with a price estimate. The contractor shall make the needed repairs or replacement after a written notification is received from the contracting office. The government shall not be responsible for additional work performed without prior approval from the contracting officer. 1.1.2. The contractor shall permanently stencil the designated hoist number on each unit during each annual inspection and load test. The contractor shall permanently stencil on all units their rated capacity, and month and year. Additionally, the contractor will remove any markings and stencils, which have been superseded or are erroneous. 1.2 REPAIR SERVICE CALLS 1.2.1 Emergency Calls. The contractor shall respond to emergency repair calls (work stoppage involved) within 24 hours or the following workday after notification. The contractor shall provide to QAP and government POC an estimated duration and cost to repair within two workdays after notification. If repair or replacement required is over and above the routine maintenance required, the contractor shall make the needed repairs or replacement only after a written notification is received from the contracting office. The government shall not be responsible for additional work performed without prior approval from the contracting officer. The contractor will prepare and submit a written report within ten business days after the repairs are completed. The report shall include the date and time of the service call, hours required to complete the repair, the location of the hoist, the repairs performed, and the name of the technician performing the repairs. The contractor shall not receive payment for repairs until the report is provided to the QAP. 1.2.2 Parts. The Government will compensate the contractor for all parts when the total cost of the parts bill exceeds $50.00 for each job. The contractor is required to obtain approval from the contracting officer before installation of parts. The contractor shall ensure all parts and materials used are new and conform to original manufacturer's equipment specifications, unless otherwise approved by the contracting officer. The contractor shall extend to the government all commercial warranties commonly associated with replaced parts and consistent with standard commercial practices. 1.2.3 Compensation for Labor. The Government will compensate the Contractor for labor hours used to complete repair service calls in accordance with the wage rates from the applicable Department of Labor wage rate. 2.0 SERVICE DELIVERY SUMMARY -- The following are the Performance Objectives (1) Perform Inspections and load Test on all fully operational cranes, hoists, and tail-stands (SOW Para 1.1) (Performance Threshold is 100%) (2) Service Call Repairs, repairs are made in a timely manner, and QAP are informed of expected repair time, and response and repair is made within the specified time (SOW Para 1.2.1) (Response to and repairs of service calls are timely 95% of the time) (3) Submit Maintenance and repair Reports. Accurate reports are delivered within ten workdays for annual inspections and load test, within two workdays for emergency maintenance and repairs (SOW Para 1.1.1 & 1.2.1) (Performance Threshold is 100%). 3.0 GENERAL INFORMATION. 3.1. QUALITY CONTROL. Contractor shall develop and maintain a quality control program to ensure inspections, load test maintenance and repair services are performed in accordance with ANSI-B30 and OSHA 29 CFR requirements and other applicable standards and codes. The quality control plan shall be submitted to the contracting office within 15 calendar days after contract award. The contractor will also ensure that inspections and load test do not become over due. 3.2. QUALITY ASSURANCE. The government will periodically evaluate the contractor's performance in accordance with the Quality Assurance Surveillance Plan. 3.3. GOVERNMENT REMEDIES. The contracting officer shall follow the requirements of FAR 52.212-4, Contract Terms and Conditions for Commercial Items (May 2001), for contractor's failure to correct nonconforming services. Contractor will be given the opportunity to re-perform services that are nonconforming to contract terms and conditions. 3.4. HOURS OF OPERATION. All work will coincide with Travis AFB duty hours, Monday through Friday 0700-1600 excluding Federal Holidays. Due to mission requirements work will be scheduled in advance. 4.0 BURN PERMIT. The contractor will obtain an open flame permit from the Base Fire Department before any welding, torch cutting or burning operation. 5.0 SPECIAL QUALIFICATIONS. Contractor personnel shall be certified by appropriate federal and state regulatory agencies to meet federal and local certification requirements in maintenance of hoists. 6.0 Estimated Workload Data -- Inspect cranes, hoists, and tail-stands (153 ea), Load Test ( 51 ea), Estimated number of emergency calls (24ea). 6.1 Maps and/or Site Plans -- The following shall be provided: (1) Authorized gate entry points (2) Base maps of all pertinent offices (3) Emergency services 6.2 Government Furnished Property/Services/Equipment-Possible government furnished property are Utilities and Potable Water. (vii) FOB point is Travis AFB, CA 94535. Performance period is 01 Oct 2001 through 30 Sep 2002 with four (4) option years. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial (OCT 00), applies to this acquisition. (ix) The provision at FAR 52.212-2-Evaluation-Commercial Items (JAN 99) applies to this acquisition. Basis of contract award: This is a competitive best value proposal in which competing offerors' Technical Capability and Price will be evaluated on an equal basis. In addition, Technical Capability and Price will be evaluated on a basis slightly more important than, Past Performance. By submission of its offer in accordance with the instructions provided in proposal instructions, the offeror accedes to the terms of this model contract and all such offers shall be treated equally except for their Price and Technical Capability. The evaluation process shall proceed as follows: (a) Initially, offers shall be ranked according to price, including any option prices if applicable. An offeror's proposed prices will be determined by multiplying the quantities identified in the schedule by the proposed unit price for each Contract Line Item Number to confirm the extended amount for each. The price evaluation will document for the offers evaluated under the following subparagraph b, the completeness and reasonableness of the proposed total evaluated price. (b) Based upon the review of the customer, the Contracting Officer, and the Quality Assurance Personnel, the technical proposal shall be rated and classified as a technical rating of outstanding, very good, good, or unacceptable. Failure to provide a technical proposal will result in removal from consideration for award. (c) Using questionnaires, the contracting officer shall seek performance information on the lowest priced offerors. If numerous offers are received the Government reserves the right to evaluate the lowest five (5) offerors based on: (1) the references provided by the offeror and (2) data independently obtained from other Government and commercial sources. Generally, the contracting officer shall not seek information on the evaluated higher priced offers unless it is determined none of the lower priced offers are acceptable for award. The purpose of the past performance evaluation is to allow the Government to assess the offeror's ability to perform the effort described in this RFP, based on the offeror's demonstrated present and past performance. The assessment process will result in an overall risk rating of exceptional, very good, satisfactory, none, marginal, or unsatisfactory. Offerors with no relevant past or present performance history shall receive the rating "none," meaning the rating is treated neither favorably nor unfavorably. (d) If the lowest priced evaluated offer is judged to have an exceptional technical rating and an exceptional risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. (e) The Government reserves the right to award a contract to other than the lowest priced offer if that offeror is judged to have a technical rating or a performance risk rating of "very good" or lower. (f) Offerors are cautioned to submit sufficient information in the format specified in the instruction. Offeror may be asked to clarify certain aspects of their proposal (for example, the relevance of past performance information) or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision. (g). The Government intends to award a contract without discussions with respective offers. The Government, however, reserves the right to conduct discussions if deemed in its best interest. (i) Options. The Government will evaluate offers for award purpose 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). (x) Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (MAY 01) and 252.212-7000, Offeror Representations and Certifications -- Commercial Items (NOV 95) with its offer. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (MAY 01), is hereby incorporated by reference. (xii) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (MAY 01) applies to this acquisition, with the following sub paragraphs selected: (a)(1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest after Award (31 U.S.C. 3553), (b)(1) 52.203-6, Restrictions on Subcontractor Sale to the Government, with Alternate I (41 USC 253g and 10 USC 2402), (5) 52.219-8, Utilization of Small Business Concerns (15 USC 637 (d)(2) and (3)), (7) 52.219-14, Limitations on Subcontracting (15 USC 637 (d)(4)), (11) 52.222-21, Prohibition of Segregated Facilities, (12) 52.222-26, Equal Opportunity (E.O. 11246), (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam era (38 U.S.C. 4212), (14) 52.222-36, Affirmative Action for Workers with Disabilities, (29 U.S.C. 4212), (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam era (38 U.S.C. 4212), (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 USC 3332), (27) 52.239-1, Privacy or Security Safeguards (5 USC 552a), (c)(1) 52.222-41, Service Contract Act of 1965, As Amended (41 USC 351, et seq.), (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.), (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.), (d) applicable as written, (e)(1) 52-222-26, Equal Opportunity (E.O. 11246;(2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam era (38 U.S.C. 4212), (3) 52.222-36, Affirmative Action for Workers with Disabilities, (29 U.S.C. 793), (4) 52.247-64, Preference for Privately-Owned U.S. -- Flag Commercial Vessels (46 U.S.C. 1241)(flown sown not required for subcontract award after 1 May 1996), and (5) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). The following FAR clauses also applies to this acquisition: FAR 52.217-5, Evaluation of Options (JUL 90), FAR 52.217-8, Option to Extend Services (NOV 99), for the purposes of this clause the blank(s) is completed as follows, (a) within 15 days, not to exceed 6 months. FAR 52.217-9, Option to Extend the Term of the Contract (MAR 00), for the purposes of this clause the blank(s) are completed as follows, (a) within 15 days, (c) not to exceed 5 years. FAR 52.228-5, Insurance-Work on Government Installation (JAN 97). FAR 52.232-18, Availability of Funds (APR 84). FAR 52.237-1, Site Visit (APR 84). FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 84). The following DFARS clauses are also applicable to the subject acquisition: DFARS 252.204-7004, Required Central Contractor Registration (MAR 00). DFARS 252.212-7001 with the following sub-paragraphs selected: (b) DFARS 252.225-7007 Buy American Act-Trade Agreements -- Balance of Payments Programs (41 U.S.C. 2501-2518, and 19 U.S.C. 3301 note); DFARS 252.225-7036 Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Programs (41 U.S.C. 10a-10d and U.S.C. note); DFARS 252.243-7002, Requests for Equitable Adjustment (10 USC 2321); and DFARS 252.247-7024 Notification of Supplies by Sea ( 10 U.S.C. 2631); applicable as written. DFARS 252.225-7017, Prohibition on Award to Companies Owned by the People's Republic of China. AFFARS 5352.242-9000, Contractor Access to Air Force Installations, applicable as written. (xiii) N/A. (xiv) DPAS rating for this acquisition is S10. (xv) N/A. (xvi) Offers shall be mailed to 60th CONS/LGCB, 350 Hangar Ave., Bldg. 549, Travis AFB, CA 94535-2632. Submission of offer via email shall be acceptable provided a duplicate paper copy is mailed All offers are due by 4:00 PM Local Time, 24 Sep 2001. (xvii) To obtain a copy of the solicitation package, contact TSgt. Dindo L. Laxamana, Contract Administrator @ phone: (707) 424-7702 or MSgt. Thomas Keller @ (707) 424-4817. Collect calls will not be accepted, e-mail: dindo.laxamana@travis.af.mil or thomas.keller@travis.af.mil=20
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AMC/60CONS/F04626-01-Q0417/listing.html)
- Record
- Loren Data Corp. 20010918/JSOL010.HTM (D-257 SN50X5Y5)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on September 14, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|