SOLICITATION NOTICE
J -- PREVENTATIVE MAINTENANCE OF FITNESS EQUIPMENT
- Notice Date
- 1/30/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 300 O'MALLEY AVE., SUITE 49, Schriever AFB, CO, 80912-3049
- ZIP Code
- 80912-3049
- Solicitation Number
- FA2550-03-Q0200
- Archive Date
- 2/25/2003
- Point of Contact
- Craig Castleman, Contracting Specialist, Phone 719-567-3827, Fax 719-567-3809, - Timothy Angermeier, Contracting Specialist, Phone 719-567-3431, Fax 719-567-2805,
- E-Mail Address
-
craig.castleman@schriever.af.mil, Timothy.angermeier@schriever.af.mil
- Description
- Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR part 12.6, as supplemented with additional information included in this notice, and is in accordance with FAR 13.5. This announcement constitutes the only occasion for solicitation. Quotes are being requested and an additional written solicitation will not be issued. This solicitation, FA2550-03-Q0200, is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-02 and Defense Federal Acquisition Circular 20021220. The North American Industry Classification (NAICS) code is 811490 and the business size maximum is $6,000,000. The proposed contract will be unrestricted. ITEM DESCRIPTION: CLINS 0001, 1001, 2001, 3001, 4001: Preventive Maintenance as required per statement of work, U/I Quarterly, Unit Price___, extended amount___. CLINS 0002, 1002, 2002, 3002, 4002: Unscheduled Maintenance (as required) Parts, U/I Lump Sum, Quantity 1, Not to Exceed Amount to be Determined at Time of Award, CLINS 0003, 1003, 2003, 3003, 4003: Unscheduled Maintenance (as required) Labor, U/I Lump Sum, Quantity 1, Not to Exceed Amount to be Determined at Time of Award. (Contractors provide unscheduled maintenance labor rate at time of submission for evaluation purposes). Statement of Work: Scope: The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to inspect and repair cardiovascular and weight equipment in the Fitness Center in accordance with (IAW) the Statement of Work (SOW). Personnel: Contract Manager: This individual is responsible for the performance of the repair work. If this individual is not available, an Assistant Contract Manager is responsible. The name (s) of the individual (s) will be provided to the Recreation Assistant or the Services Director at the time of contract award. The Program Manager shall be able to read, write, speak, and understand English. The Contractor shall not employ persons on this order if such employee is identified to the Contractor by the Contracting Officer as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population. The Contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. Nor shall the contractor employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such person seeks and receives approval in accordance with Department of Defense Directive 5500.7 Standards of Conduct. The Contractor is cautioned that off duty active military personnel hired under this contract may be subject to Permanent Change of Station (PCS), change in duty hours, or deployment. Military Reservists and National Guard members may be subject to recall to active duty. The abrupt absence of these personnel could adversely affect the Contractor?s ability to perform. Their absence at any time shall not constitute an excuse for nonperformance under this contract. The contractor shall be required to provide the following information 48 hours prior to visiting the installation to the Fitness Center Recreation Assistant at (408) 752-3999: Full name, Vehicle Type and Model, Vehicle License Plate Number, Provide a pictured identification upon arrival on base, Copy of current Life Fitness certification. All Contractor personnel shall visibly wear a picture identification badge identifying the company and employee. Contractor employees may wear uniforms if desired. All clothing and contractor identification (ID) badges shall be Contractor furnished. Contractor shall ensure all technicians are certified by Life Fitness. If certification contains expiration dates, the contractor is responsible for ensuring Life Fitness certification remains current. Any additional or substitute technician who shall perform work at Onizuka is required to meet the same requirements listed above. Quality Control: The contractor will ensure that all work performed under this SOW meet the quality standards established below. Any recommended deviations must be in the scope of the SOW and approved in writing by the Contracting Officer. Hours of Operation: The contractor shall schedule all work to be done on equipment between the hours of 9:00 AM through 3:00 PM, Monday through Friday, excluding Federal holidays. Holidays are as follows: New Year?s Day, Martin Luther King Day, President?s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran?s Day, Thanksgiving, and Christmas. Government Furnished Supplies and Services: Quarterly preventative maintenance will be accomplished on the following equipment: 6 each Life Fitness Model LC-9500HR Life Cycles, 2 each Life Fitness Model LC- 9500R Life Cycles, 8 each Life Fitness Model LS-9500 Life Step, 3 each Life Fitness Model TR-9500 Treadmill, 4 each Life Fitness Model TR-9500R Treadmill, 4 each Life Fitness Model CT-9500HRR Cross Country Trainer, 1 each Life Fitness Model SU-86 Dip/Chin Assist, 1 each Life Fitness Model ST-20 Low Back Extension, 1 each Life Fitness Model SL-65 Standing Calf, 1 each Life Fitness Model SL-30 Leg Curl, 1 each Life Fitness Model SU-56 Seated Row, 1 each Life Fitness Model SU-35 Rear Deltoid/Pectoral Fly, 1 each Life Fitness Model SU-10 Incline Chest Press, 1 each Life Fitness Model ST-05 Abdominal, 1 each Life Fitness Model SL-20 Leg Extension, 1 each Life Fitness Model SU-45 Lat Pull Down, 1 each Life Fitness Model PL-06 Smith Machine II, 1 each Life Fitness Model SU-75 Arm Curl, 1 each Life Fitness Model SL-05 Horizontal Leg Press, 1 each Life Fitness Model SU-26 Shoulder Press. The list of equipment identified in Paragraph 5a is subject to change. There may be additions or subtractions to the list throughout the life of the contract. Contractor Furnished Parts and Materials: Replacement parts: The contractor shall provide all parts not to exceed $2,500.00 total per service call. All replacement parts will be new factory warranty parts from Life Fitness. Prior to the contractor purchasing any rebuilt parts from the manufacturer, the Recreation Assistant or Services Director must first approve use of Life Fitness rebuilt parts. Specific Tasks: The contractor will provide quarterly scheduled preventative maintenance inspections (PMIs). PMIs shall be accomplished during the following months: November, February, May, and August. PMIs shall consist of the care and servicing of the equipment for the purpose of retaining the equipment in a serviceable condition in accordance with the manufacturer?s maintenance specification. The specifications are listed in their technical literature. The contractor?s hourly rate specified in CLIN 0002 [or the respective CLIN in Option Periods] shall be in effect for all Unscheduled Service Calls. Whenever service calls (other than Preventative Maintenance Inspections) are required, the invoice for this work shall identify the CLIN 0002 [or respective CLIN in Option Period], hourly rate, number of service hours worked, extended total, and CLIN 0003 [or respective CLIN in Option Periods] for Parts (when parts are required). Parts shall be itemized on the invoice. All invoices for Preventive Maintenance, Unscheduled Service Calls, and Parts will be submitted to the Administrating Contracting Office, Block 16, who will obtain certification of services and parts received from the Recreation Assistant. The contractor will respond to unscheduled service calls within 72 hours of notification. The Fitness Center Recreation Assistant or Services Director shall approve all repairs prior to work beginning. All replacement parts required for maintaining equipment will be ordered within 72 hours after the service call. The contractor?s service technician will prepare a service report for each service call (scheduled or unscheduled) and obtain a signature from the Recreation Assistant or Services Director to certify that the services were completed and accepted. A signed copy shall be provided to the Recreation Assistant or Services Director. Any requirement for service hours and parts, which together exceeds the estimated total of $2,500.00 cannot be procured without the requiring activity?s written request to, and written approval from, the Government Contracting Officer prior to the commencement of work. Reliability: Uptime is defined as the time the equipment is performing according to the manufacturer?s specification. Downtime is defined as the time when the system is deemed not available due to breakdown, ongoing corrective maintenance, or failure to perform according to the manufacturer?s specification. The provisions at FAR 52.252-1 (Solicitation Provisions Incorporated by Reference), FAR 52.252-2 (Clauses Incorporated by Reference), FAR 52.212-1 (Instructions to Offeror/Commercial Items), FAR 52.212-3 (Offeror Representations and Certifications; please fill out and return with quote; this form can be downloaded at farsite.hill.af.mil), FAR 52.212-4 (Contract Terms and Conditions ? Commercial Items), FAR 52.212-5 (Contract Terms and Conditions Required To Implement Statutes or Executive Orders/Commercial Items), FAR 52.222-3 (Convict Labor), FAR 52.222-21 (Prohibition of Segregated Facilities, Feb 1999), FAR 52.222-26 (Equal Opportunity), FAR 52.222-35 (Affirmative Action for Disable Veterans of the Vietnam Ear), FAR 52.222-36 (Affirmative Action for Workers with Disabilities), FAR 52.222-37 (Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), FAR 52.222-19 (Child Labor, Cooperation with Authorities and Remedies), FAR 52.232-33 (Payment by Electronic Funds Transfer/ Central Contractor Registration), FAR 52.232-34 (Payment by Electronic Funds Transfer?Other than Central Contractor Registration), FAR 52.232-36 (Payment by Third Party), FAR 52.222-41 (Service Contract Act of 1965), FAR 52.222-42 (Statement of Equivalent Rates for Federal Hire), FAR 52.217-5 (Evaluation of Options), FAR 52.217-8 (Option to Extend Services), FAR 52.217-9 (Option to Extend the Term of the Contract), FAR 52.232-19 (Availability of Funds for the Next Fiscal Year), DFARS 252.204-7004 (Required Central Contractor Registration), DFARS 252-212-7001 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders), DFARS 252.225-7001 (Buy American Act and Balance of Payments Program), AFFARS 5352.242-9000 (Contractor access to Air Force Installations) are all applicable to this acquisition and can be obtained in Full text at the FAR website at farsite.hill.af.mil. In accordance with FAR 52.212-2 (Evaluation?Commercial Items), award will be based on the lowest responsive overall acceptable proposal, as submitted by a responsible offeror. Pricing will include all charges/fees. Proposals will be submitted in writing, and signed by an individual with the authority to bind their respective company; (electronic submissions via fax are acceptable), to 50 CONS/LGCB, Attn: SSgt. Craig Castleman, 210 Falcon Pkwy. Suite 2116, Schriever AFB, CO 80912-2116. Fax (719) 567-3438. Proposals will be accepted until 2:00 P.M., (Mountain Time), February 10, 2003. Point of Contacts: Craig Castleman, Contract Specialist, Phone (719) 567-3763, e-mail craig.castleman@schriever.af.mil. Timothy Angermeier, Contracting Officer, Phone (719) 567-2316, e-mail timothy.angermeier@schriever.af.mil.
- Place of Performance
- Address: Onizuka AFS, Sunnyvale,CA,
- Zip Code: 94809
- Country: USA
- Zip Code: 94809
- Record
- SN00249665-W 20030201/030130213356 (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 |