Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2004 FBO #1003
SOLICITATION NOTICE

23 -- Maintenance and Repair of Automatic Doors

Notice Date
8/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
FQ5CEO41880100
 
Response Due
9/6/2004
 
Archive Date
11/6/2005
 
Point of Contact
Michael DeNamur, Contract Specialist, Phone (850)882-0352, Fax 850-882-4916, - David Tuck, Contracting Officer, Phone 850-882-0346, Fax 850-882-1680,
 
E-Mail Address
michael.denamur@eglin.af.mil, david.tuck@eglin.af.mil
 
Description
The Air Armament Center (AAC), Eglin AFB, FL intends to award a Full and Open Competition Firm Fixed Price Purchase Order Contract for the Maintenance and Repair of Automatic Doors for several buildings located at Eglin Air Force Base, Florida. This is a solicitation for commercial items IAW 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. The announcement number is FQ5CEO41880100. This solicitation is issued as a Request for Quotation (RFQ). The North American Industry Classification System (NAICS) code for this acquisition is 238290. Identify your business size in your response based upon this standard. The following is the Statement of Work: (1) DESCRIPTION OF SERVICES: The contractor shall provide all management, tools, supplies, equipment, transportation and labor necessary to perform preventative maintenance and interim service for all automatic doors located at Eglin AFB, Florida. Preventative maintenance and repair shall cover all components of the automatic doors including, but not limited to, controllers, switches, pads, actuators, door tracks and doors. All service must be in accordance with (IAW) American National Standard for Power Operated Doors ANSI A156.10. Automatic door information for determining possible workload is as follows: (a) Manufacturer: Horton Automatics ? 27 each, Sliding Bi Part; 2 each, Sliding Single; 8 each, Swing Single; 7 each, Swing Pair; 1 each, Bi-folding; (b) Manufacturer: Richard Wilcox Manuf. ? 3 each, Sliding Single; (c) Manufacturer: Gyro Tech ? 1 each, Swing Pair; (d) Manufacturer: Stanley Automatics ? 5 each, Sliding Single; 1 each, Sliding Pair; (e) Manufacturer: Columbus Automatics ? 1 each, Sliding Single; 1 each, Bi-folding. (2) PERSONNEL QUALIFICATIONS: All service personnel must be American Association of Automatic Door Manufacturers (AAADM) certified technicians with a minimum of three years experience in maintaining and repairing multiple brands of automatic doors listed above. (3) PREVENTATIVE MAINTENANCE INPSECTION (PMI): Two PMI?s shall be performed annually; the first PMI during the first month of the contract and the second PMI during the seventh month of the contract. Inspections shall include, but not be limited to: adjustments, alignments, replacement of malfunctioning parts, cleaning, lubricating, and all necessary repairs to maintain in good working order the above automatic doors. Replacement of parts shall be in accordance with paragraph 5 below. The contractor shall report to the QAP prior to the start of inspection and turn in a service ticket to the QAP upon completion. (4) INTERIM SERVICE: shall consist of routine and emergency calls for repair, modification, installation, transfer and removal of equipment. Telephone numbers of individuals to be reached for these services shall be furnished by the contractor to the Contracting Officer at the pre-performance conference. Response time is determined to be at the placement of call by designated individuals of Eglin Air Force Base. Persons authorized to place calls shall be furnished to the Contractor at the pre-performance conference. Response time is defined as the time required for a maintenance technician to arrive on site with the materials, tools and test equipment necessary to restore automatic doors to a 100 percent fully operational condition. (a) Routine Interim Service: Response time is 12 working hours after placement of call and provided during the hours of 0615-1700 hours, Monday through Friday, except Eglin-observed holidays. When interim service calls are placed for other than repairs, the work will be scheduled. (b) Emergency Service: Response time is four (4) working hours after placement of call and will be provided 24 hours-a-day, seven days-a-week, including Eglin-observed holidays. (5) REPLACEMENT OF PARTS: The contractor shall provide replacement parts in the performance of this contract as stated herein or as authorized by the Contracting Officer or his/her designee. Payment for replacement parts shall be limited to the factory list price, including approved transportation expenses, less any trade discounts, rebates, allowances and commissions. The contractor shall attach a copy of the factory authorized price list for all parts, related transportation receipts, and any discounts, and submit these with the monthly invoices. (a) All parts shall be of the original manufacturer or equal. (b) Replacement parts costing less than twenty-five ($25.00) dollars including transportation expenses ill not require prior approval; however, the invoices shall reference the items on which the parts were used. (c) Parts costing at least twenty-five ($25.00) dollars, but less than twenty-five hundred ($2,500.00) dollars including transportation expenses, shall require the prior approval of the QAP. (d) Parts costing twenty-five hundred ($2,500.00) dollars or more including transportation expenses, shall require the prior written approval of the Contracting Officer. (e) The Contracting Officer shall be notified of any unusual delays expected in the attainment of parts. (6) LABOR: Labor shall be billed at the man-hour unit price(s) for services provided under the respective line item(s). Time begins when the service person reports to the authorized Government representative and ends when services are signed for by an authorized Government representative. (7) PMI REPORTS: After each PMI, a field report of problems found and corrective action completed shall be submitted to the QAP within 10 days. Payment shall not be authorized until the field report is received. (8) SERVICE TICKETS: After each visit for an interim service call under paragraphs 4 through 4b above, and prior to leaving Eglin AFB, the contractor shall prepare a service ticket. Each service ticket must contain at a minimum: the equipment identification, problem, corrective action taken, parts replaced in accordance with paragraph 5 above, and any uncorrected problem with an explanation of the delay in repair. The work shall be verified and the service ticket signed by the authorized Government representative or Building Manager. A copy of the service ticket shall be furnished to the QAP at the end of the month. (9) HAND RECEIPTS: The contractor?s service person shall sign a hand receipt for any equipment removed from the base. (10) INVOICES: Contractor shall submit invoices monthly upon delivery of service. IMPORTANT: any quotes provided must guarantee prices are good through at least 31 December 2004. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-10. FAR 52.212-1, Instructions to Offerors-Commercial Items- (Oct.00), and any addenda to the provision as listed in this notice; 52.212-2, Evaluation-Commercial Items- (Jan.99) Evaluation will be based on the following factors: specification items and price; 52.212-3 Offeror Representations and Certifications-Commercial Items- (Jul.02) (Offerors must submit a complete copy with their offers. To obtain an electronic copy of 52.212-3, visit the following web site: http://farsite.af.mil, or contact Mike Denamur at the below e-mail address. 52.212-4 Contract Terms and Conditions?Commercial Items- (Feb.02); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items- (May 02); 52.247-34, F.O.B. Destination ? Nov 91. 52.252-2, Clauses Incorporated By Reference-Feb.98 (http://farsite.af.mil); 252.232-7003-Electronic Submission of Payment Requests (Mar 03); 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items- (Jul.02). To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). Vendors must be registered in Central Contractor Registration http://www.ccr.gov before award can be made. The quote format is at the discretion of the offeror. All responses must be received no later than 4:00 P.M. Central Standard Time on 6 September 2004. Send all quotations to Mike DeNamur, AAC/PKOBA, 205 West D. Avenue, Suite 541, Eglin AFB, FL 32542-6864, or by facsimile to 850-882-4916, or by E-Mail at michael.denamur@eglin.af.mil or david.tuck@eglin.af.mil.
 
Place of Performance
Address: 96 CEG/CEO - FQ5CEO, JUDE SEILHAN, 501 DE LEON ST, STE 100, EGLIN AFB FL 325425000, TEL: (850) 882-9501, EXT 104
Zip Code: 32542-6864
Country: United States
 
Record
SN00649516-W 20040825/040823212041 (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.