Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2002 FBO #0075
SOLICITATION NOTICE

49 -- Maintenance and repairs on facilities doors.

Notice Date
2/13/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Corpus Christi Army Depot, ATTN: SIOCC-RS-AQ, 308 Crecy Street, Corpus Christi, TX 78419-6170
 
ZIP Code
78419-6170
 
Solicitation Number
DAAH13-02-T-0017
 
Response Due
3/13/2002
 
Archive Date
4/12/2002
 
Point of Contact
Evangelina Prado, (361) 961-3913 x147
 
E-Mail Address
Email your questions to Corpus Christi Army Depot
(aprado@ccad.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA STATEMENT OF WORK SERVICE CONTRACT FOR PREVENTATIVE MAINTENANCE AND REPAIR OF ALL FACILITIES OVERHEAD DOORS LOCATED AT THE CORPUS CHRISTI ARMY DEPOT. 1. Purpose: To provide non-personal services and materials for maintenance, service and repairs on all Facilities Overhead Doors located at CCAD. 2. Requirements:  Response Time. The offeror shall respond to service request within 24 hours after notification and if necessary, have a technical representative on site within 48 hours to determine the nature of the malfunction and repairs needed.  Period of performance. 1 Year  Hours of Operation. During normal duty hours, Monday through Friday 0630 AM to 1500 PM, except for Federal Holidays and any national emergencies where the Naval Air Station Corpus Christi and/or CCAD are at Threatcon level 4 or higher. In such c ases special security measures shall be implemented. Any work outside the normal working schedule such as overtime or weekends shall be coordinated with the COR.  Place of Performance. Corpus Christi Army Depot located on the Naval Air Station in Corpus Christi, Tx  Call-Out Procedures and Invoicing. All repairs require authorization from the COR or the COR alternate. The contractor shall assume all cost and responsibility for repairs done without the authorization by the COR or COR alternate. Trip charge/ repair call/service call- shall cover all cost, except the repair parts. After the initial on site evaluation the Contractor shall be required to provide the COR with a written cost estimate. The estimate is to include estimated labor hours, estimated ti me of completion, cost of replacement parts, freight, and the like. After the repairs are made the contractor shall submit an Invoice to the COR which shall include as a minimum the following information: 1. Date/Time notified 2. Date/time of arrival at job site 3. Hours spent on job 4. Itemized cost estimate of repairs 5. Location and description of problem(s) 6. Corrective action taken 7. Date/Time completed 8. Signature of Contractor 9. Signature of Government Customer and/or COR or COR Alternate 3. Preventative Maintenance Requirements:  Procedures: Contractor shall follow procedures for overhead and other specified door maintenance as per Manufactures instructions.  Charges: The rate at which this service is performed shall not exceed the standard hourly rate charged for normal service plus parts, if required. Contractor shall follow all invoicing procedures as outline above. 4. Contractors Requirements:  The Contractor shall furnish all labor, materials, necessary support equipment, and transportation required to repairing Facilities doors. All replacement parts are to be a brand name or ?equal quality?.  Parts that are not available locally are to be shipped by the most cost-effective method unless government representative request expedited freight.  General Housekeeping: Contractor shall clean work site and dispose of used material/parts daily from the work site. Contractor shall at all times maintain good housekeeping practices to reduce the risk of fire, damage, and personal injury.  Fire Protection: All welding and burning operation shall be accomplished in strict compliance with the National Fire Code and local safety regulations. Prior to welding, burning, and/or cutting operation, the contractor shall obtain a burning per mit from the Navy Fire Dept on a daily basis. These permits are the only acceptable authorization for welding, cutting, heating, or burning.  Security: The contractor shall ensure all employees have a current and a valid base pass when performing work on the installation. Contractor is responsible for the safe keeping and/or loss repair parts and/or all Contractor-owned equipment at t he job site and/or during repairs. Contractor is responsible to have any/all insurance that is required.  Safety: The contractor shall be responsible for providing and placing barricades, warning signs, and safety devices during work performance. In addition Lockout and Tag-out procedures will be strictly followed and enforced. All contractor employ ees will wear protective equipment required in the area of work at all times. All responsible sources may submit an offer which will be considered. Contact Ms. Angie Prado @ (361) 961-3913 x147; email: aprado@ccad.army.mil or Ms. Brunetta D. Hardeman @ (361) 961-3913 x135; emal: bhardeman@ccad.army.mil
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: Corpus Christi Army Depot ATTN: SIOCC-RS-AQ, 308 Crecy Street Corpus Christi TX
Zip Code: 78419-6170
Country: US
 
Record
SN00026257-W 20020215/020213213203 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.