Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2003 FBO #0625
SOLICITATION NOTICE

78 -- Preventative Maintenance of Fitness Equipment, Bldg 434, Travis AFB, CA

Notice Date
8/14/2003
 
Notice Type
Solicitation Notice
 
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
Reference-Number-FUO04831550100
 
Response Due
8/25/2003
 
Archive Date
9/9/2003
 
Point of Contact
Sean Warner, Contract Specialist, Phone 707-424-7793, Fax 707-424-0288, - Erwin Fernandez, Contract Specialist, Phone 707-424-7711, Fax 707-424-0288,
 
E-Mail Address
SEAN.WARNER-02@TRAVIS.AF.MIL, erwin.fernandez@amc.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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, FUO04831550100, is issued as a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-15 and Defense DCN 07-22. The solicitation listed here is 100% small business set aside. The Federal Supply Class (FSC) is 7830. The associated Standard Industrial Classification (SIC) is 7699. The North American Industry Classification System is 811490 and the associated business size standard is $6,000,000.00. This request for quotation consists of the following: Contractor shall provide all labor, parts, materials, and any and all necessary items to provide LI# 0001: preventative maintenance, and LI# 0002: on call service for all strength and cardio equipment in Bldg 434, Travis AFB, CA, in accordance with the attached Statement of Work (S.O.W). The contract period shall include one (1) base year (01 Oct 03 ? 30 Sep 04) plus four (4) option years. A site visit will NOT be completed for this acquisition. The following provisions and or clauses apply to this acquisition. Offerors must comply with all instruction contained in FAR 52.212-1, Instructions to Offerors-Commercial. FAR 52.212-2 Evaluation-Commercial Items, paragraph (a) to this provision is completed as follows: Evaluation Factors: Price and Past Performance. FAR 52.212-3, Offeror Representation and Certification-Commercial Items, a completed copy of this provision shall be submitted with the offer. Quotes without this provision will not be considered for an award. FAR 52.212-4, Contract Terms and Conditions-Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items include clauses Section (b) (5), (11 - 19), (21), (24) and (c) (1). DFAR 252.212-7001, Contract Terms and Conditions (Dev). DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying country sources as subcontractors. DFARS 252.204-7004, Required Central Contractor Registration. 52.217-8 -- Option to Extend Services (Fill-in completed as follows: 15 Days). 52.217-9 -- Option to Extend the Term of the Contract (Fill-ins completed as follows: 15 Days/60 Days). 52.247-34 F.o.b. Destination. 52.252-2 Clauses Incorporated by reference, clauses may be accessed electronically in full text through http://farsite.hill.af.mil/ . 52.252-6 Authorized Deviation in Clauses. 52.253-1 Computer Generated Forms. Wage Determination NO: 94-2069 REV (22) applies to this acquisition. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Contractors are asked to submit their TAX ID number with their proposal. Quotes may be transmitted by e-mail or FAX to (707) 424-0288 and are to be received at the 60th Contracting Squadron no later that 12:30 PST on 17 Jul 03. The point of contact for this solicitation is TSgt Sean Warner, Contract Specialist, (707) 424-7793, sean.warner-02@travis.af.mil. ***STATEMENT OF WORK*** EQUIPMENT MAINTENANCE PURPOSE: To provide complete preventive maintenance service to all strength and cardio equipment located in building 434 for the period 1 October 2003 ? 30 September 2004 and subsequent option years. These services are to include, but not limited to: 1) inspection of parts for wear alignment and maladjustment impending breakdown; 2) adjustments for wear; 3) replacement of worm or damaged parts: 4) maintenance cleaning, lubrication for protection from deterioration or corrosion; and 5) upholstery/re-covering pads. These services are to ensure safe and dependable operational status of the equipment at all times. All repairs shall be made at the locations specified with the exception of upholstering services. CONTRACTOR SUPPLIED ITEMS: The contractor shall furnish all labor, transportation, tools, equipment, materials, and parts for on-site and off-site repair and ship replacement parts at no additional costs to the government. These are considered tools of the trade and costs for the operation of business. Parts will include pieces for work required during regular monthly inspections- minor tune up (analogy: car oil change, air filter, wipers) to parts needed on an annual basis for a major tune-up i.e. belt and deck, (analogy ? valve job, brake job). PARTS: Contractor shall ensure that all parts and materials used will be new and conform to the original equipment manufacturers specifications. Rebuilt assemblies or subassemblies may be used to repair the equipment if the item is standard and it is a standard industry practice. Rebuilt unit must carry the same warranty as a new assembly. The Contracting Officer or their representative?s approval is required to the purchase and installation of a new assembly. SCHEDULED VISITS: Inspections and maintenance shall be performed monthly on each piece of equipment (80 cardio, 35 spinning bikes, 113 strength equipment = 228 pieces). Repairs will be performed as determined upon inspection or as needed. Contractor shall visit the facility twice a week (preferable Monday & Thursday or Tuesday & Friday) and maintain an approximate average of 20 pieces of equipment per visit. INTERVENING REPAIRS/EMERGENCIES: In the event of an unforeseen emergency develops and a repair cannot wait until the next scheduled visit, the contractor shall provide at no cost to the government, unlimited intervening service calls on an emergency basis, to restore the equipment to a serviceable condition. The contractor will be required to respond within 24 hours after notification by the government of a required emergency service and will be allowed a maximum of an additional 48 working hours to restore the failed unit to serviceable condition. HOURS OF OPERATION: All services shall be performed during contractor?s normal working hours are anytime during regular hours of operation of the Fitness center which are: Monday ? Friday 0500-2400 hours, Saturday and Sunday 0800-2200 hours. The government will not compensate costs from overtime unless otherwise authorized herein. SPECIAL CIRCUMSTANCES: Repairs as a result of abuse, misuse, theft, fire, accident, or acts of God (lightening, flood, etc.) are excluded from this contract and will be negotiated on an individual basis under a separate order. This is considered service above and beyond normal maintenance/repair service. The government will compensate the contractor for all required parts in this instance. Compensation for parts will be provided at the contractor?s net invoice cost and the contractor will be required to attach a copy of such invoices form their supplier to their bill to the government. Any replacement parts that exceed $500 in cost must be approved by the Contracting Officer prior to being purchased by the contractor. UPHOLSTRY/RE-COVERING: This service is included as a maintenance service. Pads need to be removed at one visit and replaced by the next visit (i.e. ?remove pads Monday and replace pads by Thursday). DOCUMENTING WORK: All work performed shall be documented and supplied to the Base Fitness Center for logging into maintenance records of each piece of equipment. Logs are to be provided to the contractor by the government. Please e-mail the POC for a complete equipment listing.
 
Place of Performance
Address: Travis AFB, CA
Zip Code: 94535
Country: USA
 
Record
SN00401577-W 20030816/030814214411 (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.