Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2002 FBO #0089
MODIFICATION

J -- Annual Test and Maintenance for Slings and Hoists

Notice Date
2/27/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 205 S 6th St Bldg 318, Altus AFB, OK, 73523-5147
 
ZIP Code
73523-5147
 
Solicitation Number
F34612-02-T-0001
 
Response Due
3/6/2002
 
Archive Date
3/21/2002
 
Point of Contact
Carl See, Contract Specialist, Phone 580-481-7154, Fax 580-481-7472,
 
E-Mail Address
carl.see@altus.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THIS AMENDMENT REMOVES PARAGRAPH 15 WITH REFERENCES TO CERTIFICATIONS. IT ALSO CLARIFIES THAT FOR NDI TESTING THE GOVERNMENT WILL STRIP AND RE-PAINT ALL EQUIPMENT. THE RESPONSE TIME HAS BEEN EXTENDED TO 6 MAR 02 This is combined synopsis/solicitation for commercial items (non-personal services), prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ F23606-02-T-0001. This procurement is set-aside 100% for small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The NAICS code 81131 applies to this solicitation. The size standard is $5.0M. The statement of work is as follows: STATEMENT OF WORK FOR ANNUAL REOCCURRING TEST AND MAINTENANCE OF SLINGS, HOISTS, AND ADAPTERS 1.0 SCOPE: Furnish all labor and equipment to complete operations necessary to perform reoccurring maintenance repair and testing of sling attachments or assemblies such as hooks, rings, oblong or pear-shaped links, or welded or mechanical coupling links, adapters and small floor hoist required by AFOSH 91-46. 2.0 LOCATION: Altus Air Force Base, Oklahoma 3.0 PRINCIPLE FEATURES: 3.1 Contractor shall furnish all management, equipment, tools, supplies and labor to perform inspections of slings, hoists, and adapters. Inspections shall include, but are not limited to, preventative maintenance, minor repairs, non-destructive testing, load testing, and marking/stamping of maximum permissible load of each identified sling, hoist, and adapter. See attachment 1 for listing of buildings, equipment and sample inspection log format. Attachment 1 is available upon request only and will be e-mailed to you. Send your request for Attachment 1 to Carl.See@atlus.af.mil 3.2 Maintenance shall include, but not be limited to, testing, cleaning, greasing, lubrication and adjustment of handle assemblies, motor bearings, rollers, switches, etc.; tightening of nuts, bolts, screws, etc.; verifying clearance, load markings and inspection of bumpers, stops, guards, pins, brakes, wheels and drive lines. Also ropes, hand wrench (com-a-long), hooks, rings, links, welded or mechanical coupling links, frames, covers, housing, warning tags, electrical disconnects, and wires shall be inspected and maintained. 3.3 Should the contractor discover that there are major repairs required to maintain or safely operate a piece of equipment they will notify the contracting officer and submit an itemized quote for the repair/replacement of that piece of equipment. The quote shall include a list of parts and materials required and their respective cost, the cost of labor, and an estimated amount of time required to complete work in each facility. The quote shall be submitted to the contracting officer. 3.4 The contractor shall supply the Government with a copy of the OSHA survey checklists for each hoist, sling, lifting hooks, rings, pear-shaped links, welded or mechanical coupling link, and adapters; to include inspection and maintenance checklist used for each. NDI reports, NDI weight-check completion reports, measurement reports and load test certificates shall also be provided. All items identified in attachment 1 will be tagged with new metal tags. 3.5 Work in hangers shall be performed when the area is safely free of aircraft per the facility manager's discretion and in accordance with any obtained or needed permits. Location and work times to be coordinated with the facility POC 48 hours prior to work. See attachment 2 for facility points of contact. 4.0 COORDINATION OF WORK: 4.1 Contractor shall submit an annual work schedule in accordance with 12.3 of the statement of work. 4.2 All work shall coincide with Altus Air Force Base duty hours, Monday through Friday 7:30 am - 4:30 pm. Work may be performed at times other than normal duty hours, but such cases will require approval on an individual basis by written request to the contracting officer. The contractor shall supply information denoting type of work, specific locations of work and special circumstances requiring weekend or holiday work. 4.3 Work required after a standard eight-hour day shall be coordinated as noted in para. 4.2 with the contracting office at least four hours before overtime begins. 4.4 Weekend or holiday work to include Saturdays, Sundays, and Federal holidays, shall be coordinated as noted in paragraph 4.2 with the facility POC and the contracting officer at least four hours before end of business day on the third day prior to the work (i.e. request for Saturday work must be submitted by noon on the proceeding Wednesday). 4.5 All weekend and holiday work and any work outside normal duty hours will be at no additional cost to the Government. 4.6 Contractor must contact the facility POC prior to commencing work. The contractor shall be escorted by the facility POC or designated representative at all times. 5.0 UTILITIES: Electrical power available. Contractor required to provide ground-fault protection. 6.0 SAFETY: 6.1 The contractor shall comply with all current OSHA, NFPA, Altus Air Force Base, and Army Corps of Engineers safety regulations. 6.2 Contractor shall use lifts and scaffolding that meet current OSHA and AFOSH safety regulations. Contractor shall abide by all current OSHA and AFOSH Standards and Safety Regulations, pertaining to work on or around high platform equipment. 6.3 Personal safety equipment and protection for all workers to include tether lines, belts, hard hats and gloves, shall be provided by contractor where applicable at the contractor's expense. 7.0 SPECIAL FEATURES: 7.1 Asbestos material: Use of any friable asbestos is prohibited. All necessary precautions will be taken to avoid disturbing material that may contain friable asbestos. If any potentially contaminated material is encountered, all work which would disturb the material shall cease and the contractor officer will be contacted immediately. 7.2 Lead based paint: Use of any lead-based paint is prohibited. All necessary precautions will be taken to avoid disturbing material coated with lead based paint. Marking of slings, floor hoist, adapters, and hooks will not be lead-based paints. If any potentially contaminated material is encountered, all work which would disturb the material shall case and the contracting officer will be contacted immediately. 8.0 GOVERNMENT FURNISHED MATERIALS: The Government does not anticipate furnishing material. However, the Government reserves the right to furnish parts that may be necessary for repairs. The contractor shall provide information pertinent to purchase material such as part name, number, and manufacturer upon request. 9.0 CLEAN-UP: 9.1 Contractor shall be responsible for clean up of the job site on a daily basis including removal of all waste from site areas and roads connected with projects. 9.2 All debris and waste shall be disposed of properly off base at an approved disposal facility. 9.3 Work area will be left orderly and in a hazard free condition while job site is left unoccupied during breaks and lunch hour. Continuous cleanup shall be to the satisfaction of the contracting officer or designated representative and at no additional cost to the Government. 9.4 All usable parts shall be returned to the Government upon completion of the work. 10.0 REPAIR OF DAMAGES: All existing items and furnishings that are damaged by the contractor or by any sub- contractor during the execution of this contract shall be restored to the original condition by workman skilled in the apprentice trade, at no additional cost to the Government. If Contractor damages or misplaces parts furnished by the Government, the contractor shall compensate the Government for the cost of the parts. Contractor shall reimburse the Government to return any damaged Government property to its original condition. 11.0 QUALITY OF WORK: 11.1 All work to be done in a standard workmanship manner consistent with commercial practices. Provide tools, equipment, and labor suitable to accomplish job tasks in an efficient manner. 11.1 Parts, which the contractor replaces, shall be of equal or superior quality to those replaced and meet manufacturer recommendations. 12.0 SUBMITTALS: 12.1 Provide a material Safety Data Sheet to the Hazardous Material Pharmacy POC, Mr. Wayne Cain, X7504 on any chemicals, oils, lubricants, sealant, flammable or non-flammable products. 12.2 Upon completion of all inspections, the contractor shall provide a written statement of all findings, required repairs and a detailed listing of replacement parts to the contracting office. Listing of parts shall include manufacture name, part numbers, serial numbers and cost. Contractor shall provide a written estimate of repairs not covered under this contract. The contractor shall not proceed with any repairs not covered under this contract without written authorization from the Contracting Officer. The contractor shall be reimbursed at invoice cost for parts required to replace defective items that are beyond economical repair. Reimbursement shall be made only for those individual items priced at $150.00 or more. Freight costs for these items shall be listed and billed separately. Installation costs associated with reimbursable items shall be included in the basic contract and all option year periods. 12.3 The contractor shall submit a complete annual schedule showing dates of work, location, and estimated completion date of inspections/repairs/testing to the Contracting Officer 5 calendar days after award of contract. 12.4 The contractor shall supply the Government with a copy of the OSHA survey checklists for each hoist, sling, lifting hooks, rings, pear-shaped links, welded or mechanical coupling link, and adapters; to include inspection and maintenance checklist used for each. NDI reports, NDI weight-check completion reports, measurement reports and load test certificates shall also be provided. All items identified in attachment will be tagged with new metal tags. 13.0 QUALITY CONTROL: The contractor shall develop and maintain a Quality Control Plan/Program to ensure maintenance and repair services are performed in accordance with ANSI/ASME, NEC, NFC, and any other applicable standards/codes. The contractor shall develop and implement procedures to identify, remedy and prevent defective services. The contractor shall identify by name the on site quality control technician. 14.0 WARRANTY: Contractor will warranty repairs and marking plats for 365 days to begin upon Government acceptance of work. PROVISIONS AND CLAUSES The provision at FAR 52.212-1, Instructions to Offerors Commercial Item, applies to this acquisition (see addendum below). The provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.217-8 Option to Extend Services (30 days to be filled in blank); 52.217-9 Option to Extend the Term of the Contract [(a) 30 days to be filled in both blanks) (c)3 years 6 months to be filled in blank)]; 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126), 52.225-1, Buy American Act-Balance of Payments Program-Supplies (41 U.S.C. 10a-10d), 52.225-3, Buy American Act - North American Free Trade Agreement - Israeli Trade Act - Balance of Payments Program (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note), 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332), The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: DFARS 252.225-7001, Buy American Act and Balance of Payment Program. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this solicitation; The following additional clauses apply to this solicitation: 52.237-2, Protection of Government Buildings; and 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials. The following provisions apply to this solicitation: 52.252-1, Solicitation Provision Incorporated by Reference; 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 52.217-2 Cancellation Under Multi-Year Contracts; and 252.204-7004, Required Central Contractor Registration. AETC FAR 5352.217-9001 Evaluation of Options; 5352.217-9000 Option Clause Limitation Notice; 5352.237-9000 Site Visit Site Visit (AETC) (Jul 1993) A site visit is scheduled for 2:00 pm CST on 22 Feb 02. Bidders/offerors should be at the Contracting office at this time and date to view the work site and present pertinent questions. Bidders/offerors should visit the site and take such other steps as may be reasonable necessary to ascertain the nature and location of work and the general and local conditions that can affect the work or cost thereof. Failure to do so will not relieve bidders/offerors from the responsibility for estimating properly the difficulty or cost of successfully performing the work. The government will assume no responsibility for any understanding or representation concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the invitation for bids/request for proposals, the specification, or related documents.; 5352.237-9001 Preperformance Conference (AETC) (Jul 1993) Offerors/bidders are hereby advised that if they are awarded a contract as a result of this solicitation, they may be required to appear at the Contracting Office, Building Number 318 to attend a preperformance conference prior to commencement of any work on the military installation.; 5352.237-9002 Utilities Conservation. ADDENDUM 52.212-1 Instructions to Offerors continued: The contractor shall price each individual item on Attachment 1 for the basic year and each option year identifying each priced attachment accordingly and submit one copy of each attachment along with the proposal. The proposal shall list three line items as follows: Line item 0001 Basic Year-- Line item 0002 Option Year 1-- Line item 0003 Option Year 2-- Total Price Basic year and both option years The contractor shall provide a list of all names of personnel planning on attending the site visit. This list shall be on company letterhead and faxed to the contracting office at (580) 481-7472 by 4:00 pm CST 21 Feb 2002. Personnel not pre-announced shall not be eligible to enter Altus AFB due to security reasons. 52.212-2 Evaluation Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technical Experience and Past Performance Technical Experience--The offeror shall submit documentation describing its experience as a company or corporation or by its employees or personnel they have retained in performing and managing maintenance and repairs of hoists. Experience may be commercial and/or Governmental. Offerors shall have a minimum of 10 years cumulative experience working on the specified types of hoists. This experience requirement relates to the company and/or key personnel. Thus, a firm in existence for less than 10 years, but having key personnel with at least 10 years of required experience, may be able to meet this requirement. Past Performance--The offeror shall submit references relevant to the nature and magnitude of this requirement for the past ten (10) years from previous/current requirements of this type of work. Required documentation shall contain the name of the reference, a point of contact, phone number and address for each reference. This information shall be submitted with the offer and shall include, but not be limited to, contract number, scope and magnitude of the contract, point of contact name and telephone number. It shall also include a short narrative which adequately describes the offeror's actual past performance. For example, the narratives shall describe the contractor's adherence to contract schedules, the contractor's history of reasonable and cooperative behavior, as well as business-like commitment to customer satisfaction. Past performance will be evaluated on a pass or fail basis. Offerors lacking past performance information will be rated neutral (=pass). 2) Price Only price proposals submitted by offerors whose technical proposals are determined to be technically acceptable will be considered for evaluation. The lowest price offer will be computed by adding the total price for all options to the total price for the basis period. Proposed prices will be evaluated using the price analysis techniques prescribed in Far 15.404-1(b) to determine price reasonableness. Technical experience and past performance are significantly more important than cost or price. (b) Options. The Government will evaluate offers for award purposes 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The above Provisions and Clauses may be obtained via Internet at http://farsite.hill.af.mil. All proposals must be mailed to Carl See at 97 CONS/LGCA, 205 S. 6th Street Altus AFB OK 73523-5147, or may be faxed to Carl See at fax number (580) 481-7472. Award will be made to the lowest responsive and responsible offeror. Proposals are required not later than 2:00 PM CST, 6 MAR 2002. All contractors must be registered in the Department of Defense Central Contractor Registration database prior to any contract award. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. No paper copies of the solicitation will be available. This solicitation is distributed on the Electronic Posting System (EPS) Internet site only. ATTACHMENT 1 is available upon request only and will be e-mailed direct. Send request to Carl.See@altus.af.mil
 
Place of Performance
Address: Altus AFB OK
Zip Code: 73523
Country: USA
 
Record
SN00031709-W 20020301/020227213150 (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.