SOLICITATION NOTICE
J -- Elevator Maintenance, Repair and Inspection
- Notice Date
- 8/26/2006
- Notice Type
- Solicitation Notice
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX, 78236-5253
- ZIP Code
- 78236-5253
- Solicitation Number
- F2M3CB6177A300
- Response Due
- 9/7/2006
- Archive Date
- 9/22/2006
- Description
- This is a combined synopsis/solicitation for Elevator Repair and Maintenance 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for Quote (RFQ) and quotes must be on an all or none basis. Submit written offers (oral offers will not be accepted). This procurement is being issued as full and open. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05 and DFARS and Change Notice 20030722, North American Industry Classification System Code 238290, and a size standard of $13 million applies to this procurement. By submission of your offer, you are self-certifying that you meet the criteria for having performed this type of work. The contractor will provide all personnel, equipment, tools, materials, supervision, other items and services necessary to perform all operations in connection with the complete maintenance, repair, and inspection of elevators at Lackland AFB as defined in the attached Statement of Work (SOW). CLIN 0001, Perform preventative maintenance, repair and monthly inspections, 12 months; CLIN 0002, Perform annual certified inspections IAW SOW, 39 each; CLIN 0003, Provide on-call/emergency service during normal duty hours, 30 hours; CLIN 0004, Provide on call/emergency service after normal duty hours and on weekends/holidays, 30 hours; CLIN 0005, Reimbursement for replacement parts as defined in the SOW, not to exceed $35,000.00. FOB Destination The provisions at FAR 52.212-1, Instructions to Offerors?Commercial, applies to this acquisition. Offeror will be evaluated based in accordance with the provisions at FAR 52.212-2, Evaluation?Commercial Items. The specific evaluation criteria to be included in paragraph (a) Technical (b) Price. Offerors are required to provide a complete copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition. The clause at FAR 52.212.4 paragraph (c) is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of; Administrative changes such as paying office, appropriation data, etc. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, applies to this acquisition. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332, Required Central Contractor Registration); 52.252-2, Clauses Incorporated by Reference. DFARS 252.204-7004, Required Central Contractor Registration. DFARS 252.212-7000 Offeror Representations and Certifications, Commercial Items (requires certification), and DFARS 252.212-7001, Contract Terms and Conditions required to implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial Items with these additional FAR clauses marked: 52.203-3, Gratuities, 252.225-7001, Buy American Act and Balance of Payments; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors and 252.232-7003, Electronic Submission of Payment Requests. AFFARS 5352.242-9001, Common Access Cards (CACs) for Contractor Personnel applies to this solicitation. Interested parties capable of providing the above must submit a written quote to include discount terms, site locations, past performance information, tax identification number, cage code, and firm evidence of their ability to perform. All responses that meet the criteria contained within will be considered. Since award will be based on initial responses, it is encouraged to offer your most advantageous pricing in your initial response. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. All responsible sources may submit a quote. Period of Performance is one year. Quotes shall be forwarded to the attention of Oscar Fernandez at oscar.fernandez@lackland.mil. Quotes are required to be received no later than 4:00 P.M. CST, 07 Sep 06. Quotes must be valid for 60 days. STATEMENT OF WORK FOR ELEVATOR MAINTENANCE, REPAIR AND INSPECTION LACKLAND AFB, TEXAS 27JUNE 2006 1. SCOPE OF WORK. The contractor shall provide all supervision, tools, supplies, equipment and labor necessary to maintain, repair and inspect the elevators at Lackland AFB, Lackland Training Annex and Kelly Field Annex in a manner that will ensure continuous and safe operation. 1.1. Maintenance Services. The contractor shall perform monthly, quarterly, semi-annual and annual inspections to elevators listed on Technical Exhibit 1 in accordance with ASME A17.1 (Safety Code for Elevators and Escalators), ASME A17.2 (Guide for Inspection of Elevators, Escalators and Moving Walks), ASME A17.3 (Safety Code for Existing Elevators and Escalators) and the manufacturer?s recommendations. The contractor shall perform preventive maintenance during each monthly inspection of elevators. Initial inspection/maintenance shall be completed within twenty calendar days from the contract start date. The Government may add/delete elevators to the requirement at any time through contract modification. 1.1.1. The contractor shall notify the Quality Assurance Evaluator (QAE) and the facility manager immediately of any unsafe conditions. The contractor shall disconnect the main power supply for the elevator and post an ?Out of Order? sign on each applicable elevator door. 1.1.2. Service Ticket/Report. The contractor shall prepare and submit a service ticket/report to the QAE within two business days after completing the required inspections. The service ticket/report shall identify each elevator serviced, the location, maintenance work performed, parts/materials replaced, repairs needed, estimated cost for repairs needed, date of inspection, name of inspector and overall condition of the elevator. 1.2. On-Call Service. The contractor shall commence repair work within four (4) hours after notification from the QAE with the exception of paragraph 1.2.1. Downtime of the elevators will be kept to an absolute minimum. The contractor must notify the QAE of all projected downtime and estimated time for repair. 1.2.1. Emergency Service. The contractor shall respond within one (1) hour when on-call service is identified as an emergency - personnel confined to an elevator. This requirement shall apply twenty-four hours (24) a day and seven (7) days a week. 1.3. Certified Annual Inspections. Contractor shall be responsible for certified annual inspections for all elevators covered by this requirement. Inspector shall be qualified to conduct annual inspection as required by local, federal, state regulations and ASME standards. Contractor shall ensure inspections are performed on each elevator no more than twelve months after the previous annual inspection. Certificate of Inspection shall be displayed in each elevator so it is visible. Contractor shall ensure certificate is placed in such a manner that it will not fall, tear or other wise deteriorate (example: within a frame). Upon completion of annual inspections, the contractor shall provide the QAE a report of all elevators inspected, the date each was complete and any other pertinent information relating to the inspection. 1.4. Replacement/Repair Parts. The contractor shall furnish all parts and materials with an individual item value of $50.00 or less as regular maintenance cost. The contractor shall not automatically order parts if over the $50.00 per item limit. The contractor shall be reimbursed for parts and material at manufacture?s published list prices or contractor?s invoice cost, whichever is less, only when approved by the QAE. The contractor shall furnish the QAE an itemized list showing all parts and materials over $50.00 and labor hours needed for any repair (s) within two (2) working days after inspection. Contractor shall not proceed with repair work until QAE has given approval for repair costs. 2. OWNER?S MANUALS. The government will provide access to elevator owner?s information manuals and related facility equipment manufacturer?s literature, where available. The contractor shall contact the QAE for access to available owner?s manuals and manufacture?s literature. 3. GENERAL INFORMATION. 3.1. Hours of Operation. The contractor shall perform services during the following hours: 7:30 a.m. to 4:15 p.m., Monday thru Friday, except federal holidays. The contractor shall obtain elevator keys from the QAE to perform maintenance or repair services, and return keys at the end of the day or after maintenance is completed. 3.1.1. On-Call/Emergency Service. Hours of operation for on-call/emergency service will be 24 hours a day/seven days a week. Payment for these services shall be in accordance with applicable contract line item number and must be coordinated with the QAE prior to invoicing. 3.2. Security Requirements. The contractor is required to comply with security regulations and directives. The contract manager or alternate shall complete a ?Request for identification Credentials? form, for each employee requiring access to Lackland AFB. The written request shall be submitted to the Contracting Officer prior to the start date of the contract to ensure the contractor has access to the installation during the entire period of performance. 3.2.1. Restricted Area. Contractor personnel shall be required to sign a temporary security badge at the front desk of building 2001 before entering the restricted area of building 2000. Expect a 30-minute wait for escorts to enter locations within the controlled area of Kelly Field Annex. 3.3. Safety Requirements. The contractor shall comply with all applicable federal, state, local safety requirements, including the Air Force Occupational Safety and Health (AFOSH) Standards. The contractor shall comply with AFI 32-2001, The Fire Protection Operations and Fire Prevention Program, NFPA 70, National Fire Protection Association National Electrical Code and shall coordinate with the base Fire Department IAW AF FORM 592 prior to using any open flames (welding / soldering). 3.4. Environmental Control. The contractor shall be knowledgeable of and comply with all applicable interstate, federal, state and local laws, regulations and requirements regarding environmental protection. The contractor shall submit to the Lackland Hazardous Material Pharmacy, 671-5389/0332, a Material Safety Data Sheet for approval of all chemical requirements, to perform elevator maintenance IAW AFI 32-7086, Hazard Materials Management. 3.5. Contractor Personnel. The contractor shall provide a point of contact that shall be responsible for the performance and coordination of all work. The name and telephone numbers of this person and alternate (s) shall be designated in writing to the Contracting Officer within five (5) working days, after contract award. 3.5.1. Special Qualifications. It is the Contractor?s responsibility to ensure that personnel have at least five (5) year?s experience in the elevator maintenance trade, to perform tests, inspections, maintenance and repair of elevators. Contractor personnel shall be qualified to perform elevator maintenance/repair/inspection IAW federal and state regulatory agencies and ASME QEI-1, Standard for the Qualification of Elevator Inspectors. 3.5.2. Criminal Background Checks: Contractor shall ensure a criminal background check has been performed on all employees working on the installation. Only minimum level National Crime Information Center (NCIC) background checks are required for the performance of this contract. This requirement is mandatory as called for in AFI 10-245, Air Force Antiterrorism Standards, paragraph 2.17.3. These checks shall be accomplished prior to the first day of performance. Background checks shall be accomplished at no additional cost to the government. 3.6. Quality Control. The contractor shall develop and implement procedures to identify and prevent defective services form recurring. 3.6.1. Quality Assurance. The government will periodically evaluate the contractor?s performance to ensure services are being performed in accordance with the contract and SOW. Contractor shall re-perform unacceptable/defective service at no additional cost to the government. 3.7. Cleanup. The contractor shall ensure job sites, including elevator pits and mechanical rooms, are kept neat and clean at all times. Storage of oily rags, lubricants, paints, equipment, etc., on government property will not be permitted. Contractor shall dispose of all trash, debris, oil, etc. off base in accordance with environmental laws and regulations. Upon completion of each job, the contractor shall leave the work and premises in a clean and professional condition. TECHNICAL EXHIBIT 1 LIST OF ELEVATORS AND LOCATIONS 26 JUNE 2006 The Contractor shall provide all management, tools, supplies, equipment, and labor necessary to maintain and repair the elevators at (Lackland AFB, Lackland Training Annex and Kelly Field Annex) IAW Statement of Work (SOW). Following is a list of elevators and their locations: ItemNo. Manufacturer Model Type BuildingLocation 1 Dover Passenger Hydraulic 147 2 Schindler Passenger Hydraulic 917 3 US Elevator Passenger Hydraulic 935 4 MCE Passenger Hydraulic 1160 5 Autoquip Equipment Lift Hydraulic 1353 6 Montgomery Freight Cable 2000 7 Dover Passenger Hydraulic 2000 8 Dover Passenger Hydraulic 2007 9 Dover Passenger Hydraulic 2028 10 Esco Passenger Hydraulic 2058 11 Esco Passenger Hydraulic 2058 12 Dover Passenger Hydraulic 2167 13 Dover Passenger Hydraulic 2439 14 Dover Passenger Hydraulic 2447 15 Dover Passenger Hydraulic 2449 16 Dover Passenger Hydraulic 2484 17 Dover Passenger Hydraulic 2490 18 Otis Passenger Hydraulic 3850 19 General Passenger Hydraulic 5008 20 Dover Passenger Hydraulic 5160 21 Dover Passenger Hydraulic 5616 22 Dover Passenger Hydraulic 7356 23 Dover Passenger Hydraulic 7425 24 Dover Passenger Hydraulic 7426 25 Dover Passenger Hydraulic 7435 26 Dover Passenger Hydraulic 7436 27 Dover Passenger Hydraulic 7460 28 Esco Passenger Hydraulic 7535 29 Esco Passenger Hydraulic 7535 30 Dover Passenger Hydraulic 9050 31 Dover Passenger Hydraulic 9050 32 Dover Passenger Hydraulic 9122 33 Dover Freight Hydraulic 9225 34 Dover Passenger Hydraulic 10215 35 Dover Passenger Hydraulic 10380 36 Dover Passenger Hydraulic 10385 37 Dover Passenger Hydraulic 10395 38 Montgomery Passenger Hydraulic 10501 39 Dover Passenger Hydraulic 10900
- Place of Performance
- Address: 1655 Selfridge Ave, Lackland AFB, TX
- Zip Code: 78236
- Country: UNITED STATES
- Zip Code: 78236
- Record
- SN01126917-W 20060828/060826220249 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |