Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2003 FBO #0618
SOLICITATION NOTICE

J -- Maintain Personnel And Laundry Elevators

Notice Date
8/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 482 LSS/LGC, 29050 Coral Sea Blvd Box 50, Homestead ARS, FL, 33039-1299
 
ZIP Code
33039-1299
 
Solicitation Number
FA6648-03-Q-0027
 
Response Due
8/22/2003
 
Archive Date
9/6/2003
 
Point of Contact
Gwendolyn Rackley, Contracting Officer , Phone 305/224-7472, Fax 305/224-7055, - Gwendolyn Rackley, Contracting Officer , Phone 305/224-7472, Fax 305/224-7055,
 
E-Mail Address
Gwendolyn.Rackley@Homestead.af.mil, Gwendolyn.Rackley@Homestead.af.mil
 
Small Business Set-Aside
Total Small Business
 
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 is a Request For Quote (RFQ) and the solicitation number is FA6648-03-Q-0027. The 482 Contracting Office, Homestead Air Reserve Base, Dade County, Florida, requires a base maintenance contract for personnel and laundry elevators from 1 October 2003 through 30 September 2004 with four additional option years renewable after the first year for a total of (5) years. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. This acquisition will be issued as a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) is 235950, the Standard Industrial Classification (SIC) is 1796 with a small business size of $11.5M. A Firm Fixed Price contract will be awarded. DESCRIPTION: The work covered by this contract consists of, but is not limited to, the furnishing of all plant, labor, services, tools, materials, equipment, transportation, supervision and all requirements to perform all operations in conjunction with monthly preventative maintenance safety inspection and repair of personnel elevators and laundry elevators located on Homestead Air Reserve Base (HARB), Florida as follows: Basic Year ? 0001, Monthly Preventative Maintenance Safety Inspections and Repair of Personnel Elevators and Laundry Elevators - Quantity: 12, Unit: Month, Unit Price: $_________________, Total: $____________________. Option Period One, 1001, Monthly Preventative Maintenance Safety Inspections and Repair of Personnel Elevators and Laundry Elevators - Quantity: 12, Unit: Month, Unit Price: $_________________, Total: $____________________. Option Period Two, 2001, Monthly Preventative Maintenance Safety Inspections and Repair of Personnel Elevators and Laundry Elevators - Quantity: 12, Unit: Month, Unit Price: $_________________, Total: $____________________. Option Period Three, 3001, Monthly Preventative Maintenance Safety Inspections and Repair of Personnel Elevators and Laundry Elevators - Quantity: 12, Unit: Month, Unit Price: $_________________, Total: $____________________. Option Period Four, 4001, Monthly Preventative Maintenance Safety Inspections and Repair of Personnel Elevators and Laundry Elevators - Quantity: 12, Unit: Month, Unit Price: $_________________, Total: $____________________. Recapitulation ? (Grand Total of Basic Year and Four Options): _____________________. REQUIREMENTS: The Contractor shall do a monthly comprehensive inspection and repair as necessary to insure proper and safe operation of all designated personnel elevators and laundry elevators located on HARB, FL. Examine the elevators, lubricate, repair and adjust component groups and related equipment as listed below for proper operation. (a) Control and landing positioning systems, (b) Signal fixtures, (c) Machines, drives, motors, governors, sheaves and ropes, (d) Power units, pumps valves and jacks, (e) Car and hoistway door operating devices and door protection equipment, (f) Loadweighers, car frames, tracks, and platforms and counterweights, (g) All safety mechanisms, (h) Lubricate equipment for smooth and efficient performance, (i) Relamp all signals, light fixtures (inside car and shafts) as required during scheduled visits, (j) Repair or replace components worn due to normal wear, (k) Test equipment as outlined in the American National Standard Safety Code for elevators and escalators, ANSI A17,1, current edition as of the date this agreement begins, (l) Perform governor and safety weight tests on all traction elevators annually and relief pressure tests on hydraulic elevators annually, and (m) Inspect and repair all visual, audible, and emergency communications alarm systems to insure they are functioning properly within the personnel elevator cars. All work shall be in accordance with all applicable Federal, State, and local codes and ordinances. Work will be performed by the fifth work day of each month between the hours of 7:00 A.M. to 4:00 P.M., Monday through Friday. Only emergency repairs will be done on weekends or Federal holidays. The Contracting Officer must approve changes to these hours 48 hours in advance of change. The Contractor will notify the government technical representative 24 hours in advance of anticipated arrival and upon completion of service. Contractor must certify in writing and issue certificates for each type of personnel and laundry elevator that passes inspection and are in accordance with all applicable Federal safety codes and ordinances. All Repairs required will be submitted in writing with an estimate for repairs and submitted to the government technical representative. INFORMATION ON ELEVATORS: There are three each personnel and laundry elevators for a total of six elevators at Homestead ARB, FL as follows: 1 (EA) traction type with (12) stops, 2 (EA) hydraulic type with (2) stops each, (3) (EA) laundry type with (3) stops each. This solicitation is subject to the Service Contract Act, Department of Labor Wage Determination 94-2119, Rev 20, dated 8/2/2002, with DOL Memorandum # 196, and shall apply to all services over $2,500.00. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the Internet: http//farsite.hill.af.mill or http://safaq.hq.af.mil/contracting): FAR 52.212-1, Instructions To Offerors ? Commercial Items, FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, 52.217-5, Evaluation of Options, 52.217-9, Option to Extend the Term of the Contract, 52.222-42, Statement of Equivalent Rates For Federal Hires, 52.222-43, Fair Labor Standards Act And Service Contract Act ? Price Adjustment (Multiple Year And Option), 52.232-19, Availability of Funds for the Next Fiscal Year, 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration, is applicable. The following FAR clauses apply to this solicitation and are incorporated in full text. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered.), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders ? Commercial Items (Dev.). A copy of these provisions and clauses may be obtained from the above FAR web site address. The following Defense FAR Supplement (DFARS) clause applies to this solicitation and is incorporated by reference: DFARS 252.204-7004, Required Central Contractor Registration. The following Defense FAR Supplement (DFARS) clause applies to this solicitation and is incorporated in full text: DFARS 252.212-7001, Contract Terms And Conditions Required To Implement Statues Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items. The following Air Force FAR clause applies to this solicitation and is incorporated by reference: AFFARS 5352.242-9000, Contractor Access to AF Installation. The offeror shall provide its DUNS, or if applicable its DUNS + 4 number with its offer, which will be used by the Contracting Officer to verify that an offeror is registered in the CCR database. Lack of registration in the CCR database will make an offeror ineligible for award. The date and time responses are due is 27 August 2003, 4:00 P.M. local time. Signed and dated offers must be submitted to 482 CONF/LGC, Attn: Gwen Rackley, 29050 Coral Sea Blvd., Box 50, Homestead ARB, FL 33039-1299, or Faxed to (305) 224-7055, on or before the response time. All offers shall include the solicitation number, company name, address, phone and fax numbers, point of contact, DUNS Number, and Federal Tax ID Number.
 
Place of Performance
Address: 29050 CORAL SEA BLVD., BOX 50, HOMESTEAD ARB, FL
Zip Code: 33039-1299
Country: USA
 
Record
SN00394980-W 20030809/030807213621 (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.