Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2007 FBO #2032
SOLICITATION NOTICE

J -- POP-UP ROAD BARRIER MAINTENANCE

Notice Date
6/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NB610010-7-05254
 
Response Due
6/26/2007
 
Archive Date
7/11/2007
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN F.A.R. SUBPART 12.6 ? STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS ? AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-17 ****The associated North American Industrial Classification System (NAICS) Code for this procurement is 811219 with a small business size standard of $6.5 mil. This acquisition is a 100% set-aside for small business. ****The National Institute of Standards and Technology (NIST) Center for Neutron Research has four (4) stations of hydraulic maximum security vehicle arrest pop-up road barriers (Nasatka Model IIIb) installed aound Bldg. 235 (Reactor) at the Gaithersburg, MD campus. Two (2) of the stations consist of two (2) 12-ft. long barriers and the other two (2) are made from single 14-ft. long barriers. Each station has a lockable master control panel, ground loop detectors, hydraulic heaters, snow melting heaters, and each barrier has its own traffic light (red and yellow) and gate arm. The barriers have two (2) modes of operation: normal with a raise time of 5 seconds and emergency with a raise time of 2 seconds. In either mode of operation the traffic light(s) changes from yellow to red and the gate arm(s) lowers. The raised barrier height is 33-in. above the ground and the lowered height is ? of an in. above the ground. The barriers are normally down and are only operated once per week for testing purposes only. The average run time is less then 1000-hrs. per yr. To ensure continuous operation of the road barriers, it is essential that a routine program of inspection, maintenance and emergency repair services be established and followed. All interested parties shall provide a quote for the following items: Base Year: Date of Award through One Year Thereafter ****LINE ITEM 0001: Quantity four (4) quarters ? The Contractor shall provide an annual maintenance service contact on a firm fixed-price basis to include all labor, materials, equipment and parts to maintain the barriers so that each is consistently fully operational, which includes, at a minimum, setting up and following the manufacturers suggested maintenance schedule and installing recommended manufacturer?s factory upgrades. Additionally, the Contractor shall maintain barriers appearance and perform as needed cleaning (pressure wash), prime and paint (red) barriers with paints compatible to the underlying galvanized surface ****LINE ITEM 0002: Quantity one (1) Year ? Miscellaneous Parts for Maintenance/Repairs (Not-to-Exceed [NTE] $6,000.00 per year) ****LINE ITEM 0003: The Contractor shall notify the designated Technical Information Contact (TIC) to schedule barrier inspection: routine maintenance and as needed emergency repair services (Not-to-Exceed [NTE] $4,000.00 per year) Regular Time (7:30am-5:00pm): $__________/hr. Outside of Normal Business Hours: $_________/hr. Holidays: $______/hr. Option Year I: Option Renewal Date through One Year Thereafter ****LINE ITEM 0004: Quantity four (4) quarters ? The Contractor shall provide an annual maintenance service contact on a firm fixed-price basis to include all labor, materials, equipment and parts to maintain the barriers so that each is consistently fully operational, which includes, at a minimum, setting up and following the manufacturers suggested maintenance schedule and installing recommended manufacturer?s factory upgrades. Additionally, the Contractor shall maintain barriers appearance and perform as needed cleaning (pressure wash), prime and paint (red) barriers with paints compatible to the underlying galvanized surface ****LINE ITEM 0005: Quantity one (1) Year ? Miscellaneous Parts for Maintenance/Repairs (Not-to-Exceed [NTE] $6,000.00 per year) ****LINE ITEM 0006: The Contractor shall notify the designated Technical Information Contact (TIC) to schedule barrier inspection: routine maintenance and as needed emergency repair services (Not-to-Exceed [NTE] $4,000.00 per year) Regular Time (7:30am-5:00pm): $__________/hr. Outside of Normal Business Hours: $_________/hr. Holidays: $______/hr. Option Year II: Option Renewal Date through One Year Thereafter ****LINE ITEM 0007: Quantity four (4) quarters ? The Contractor shall provide an annual maintenance service contact on a firm fixed-price basis to include all labor, materials, equipment and parts to maintain the barriers so that each is consistently fully operational, which includes, at a minimum, setting up and following the manufacturers suggested maintenance schedule and installing recommended manufacturer?s factory upgrades. Additionally, the Contractor shall maintain barriers appearance and perform as needed cleaning (pressure wash), prime and paint (red) barriers with paints compatible to the underlying galvanized surface ****LINE ITEM 0008: Quantity one (1) Year ? Miscellaneous Parts for Maintenance/Repairs (Not-to-Exceed [NTE] $6,000.00 per year) ****LINE ITEM 0009: The Contractor shall notify the designated Technical Information Contact (TIC) to schedule barrier inspection: routine maintenance and as needed emergency repair services (Not-to-Exceed [NTE] $4,000.00 per year) Regular Time (7:30am-5:00pm): $__________/hr. Outside of Normal Business Hours: $_________/hr. Holidays: $______/hr. Option Year III: Option Renewal Date through One Year Thereafter ****LINE ITEM 0010: Quantity four (4) quarters ? The Contractor shall provide an annual maintenance service contact on a firm fixed-price basis to include all labor, materials, equipment and parts to maintain the barriers so that each is consistently fully operational, which includes, at a minimum, setting up and following the manufacturers suggested maintenance schedule and installing recommended manufacturer?s factory upgrades. Additionally, the Contractor shall maintain barriers appearance and perform as needed cleaning (pressure wash), prime and paint (red) barriers with paints compatible to the underlying galvanized surface ****LINE ITEM 0011: Quantity one (1) Year ? Miscellaneous Parts for Maintenance/Repairs (Not-to-Exceed [NTE] $6,000.00 per year) ****LINE ITEM 0012: The Contractor shall notify the designated Technical Information Contact (TIC) to schedule barrier inspection: routine maintenance and as needed emergency repair services (Not-to-Exceed [NTE] $4,000.00 per year) Regular Time (7:30am-5:00pm): $__________/hr. Outside of Normal Business Hours: $_________/hr. Holidays: $______/hr. Option Year IV: Option Renewal Date through One Year Thereafter ****LINE ITEM 0013: Quantity four (4) quarters ? The Contractor shall provide an annual maintenance service contact on a firm fixed-price basis to include all labor, materials, equipment and parts to maintain the barriers so that each is consistently fully operational, which includes, at a minimum, setting up and following the manufacturers suggested maintenance schedule and installing recommended manufacturer?s factory upgrades. Additionally, the Contractor shall maintain barriers appearance and perform as needed cleaning (pressure wash), prime and paint (red) barriers with paints compatible to the underlying galvanized surface ****LINE ITEM 0014: Quantity one (1) Year ? Miscellaneous Parts for Maintenance/Repairs (Not-to-Exceed [NTE] $6,000.00 per year) ****LINE ITEM 0015: The Contractor shall notify the designated Technical Information Contact (TIC) to schedule barrier inspection: routine maintenance and as needed emergency repair services (Not-to-Exceed [NTE] $4,000.00 per year) Regular Time (7:30am-5:00pm): $__________/hr. Outside of Normal Business Hours: $_________/hr. Holidays: $______/hr. ****GOVERNMENT RESPONSIBILITIES: a) The Technical Information Contact (TIC) will provide the Contractor with copies of the manufacturer?s installation and maintenance manuals upon contract award; b) the TIC will test (cycle each barrier two [2] times in each mode) the operation of the barriers once per week; c) The TIC will notify the Contractor of any abnormal operation of the barriers; and, d) The TIC will provide the Contractor access to NIST and the barriers ****REPORTING REQUIREMENTS AND DELIVERABLES: The Contractor shall provide the designated TIC with a copy of their one (1) year planned maintenance schedule and a written receipt of all work performed per service visit including parts used; DUE: Quarterly ****INSPECTION AND ACCEPTANCE CRITERIA: Maintained appearance and the continued successful cycling of the barriers ****PERIOD OF PERFORMANCE: The period of performance shall be for the base year which is from the date of contract award through one (1) year thereafter and four (4) one year option periods ****Please submit all questions in writing to: randy.schroyer@nist.gov ****Award will be made to the Offeror whose quote offers the best value to the Government ****The Government will evaluate quotations based on the following evaluation criteria: 1) personnel qualifications ? training certificates and level of experience in maintaining other pop-up road barriers of the key personnel proposed (e.g., the Contractor shall be familiar with the equipment and know how the barriers are used, the limitations of the system and its component parts, and have knowledge of good mechanical practices in terms of safety, installation, and maintenance); 2) technical capability ? a. provide sufficient information to demonstrate ability to meet the government?s requirement (e.g., capabilities / qualifications in servicing road barriers in a research environment at a large private, government or university laboratory; and b. evidence that OEM parts/components are supplied for all repairs/maintenance in order to ensure that the barriers continue to operate according to original specifications; 3) experience and past performance ? offerors will be evaluated on their relative experience and previous performance on servicing road barriers similar in nature to the subject equipment; references for at least three (3) current or previous clients, including phone nos., for which the offeror is performing road barrier service shall be submitted to conduct firm?s past performance in successfully administering the repair/maintenance service; and, 4) price ? a price evaluation will determine whether the proposed prices are realistic, complete, and reasonable in relation to the requirement ****Past Performance and price shall be evaluated only on quotations determined to be technically acceptable in accordance with the technical capability factor The full text of a F.A.R. provision or clause may be assessed electronically at www.acqnet.gov/far The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors ? Commercial Items; 52.212-3 Offerors Representations and Certifications ? Commercial Items Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required ****The following clauses apply to this acquisition: 52.204-7, Central Contractor Registration (Oct. 2003); 52.212-4, Contract terms and Conditions ? Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, including subparagraphs: (5) (i) 52.219-6, Notice of Total Small Business Set-Aside; (14) 52.222-3, Convict Labor; (15) 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (26) 52.225-13, Restriction on Certain Foreign Purchases; (31) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.217-8, Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.245-4, Government-Furnished Property (Short Form); 52.222-48, Exemption from Application of Service Contract Act Dept. of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at: www.nist.gov/admin/od/contract/agency.htm ****All Parties shall submit the following: 1) two (2) copies of a quotation which addresses all line items; 2) two (2) copies of the technical capabilities; 3) two (2) copies of past performance references list; 4) two (2) copies of the description of commercial warranty, if applicable; and, 5) two (2) copies of the most recent published price list(s) for road barrier maintenance service and rate sheets for out of hours repair/maintenance ****This is potentially an open-market combined synopsis/solicitation for the service defined herein. If service is available on GSA contract, please identify the contract no. and quote accordingly. ****All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Div., Attn: Randy Schroyer, Building 301, Rm. B125, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640 ****Submission must be received by 2:00pm local time on June 26, 2007. All questions should be addressed in writing (via e-mail) to the Contract Specialist, at randy.schroyer@nist.gov. E-MAILED QUOTATIONS WILL BE ACCEPTED; HOWEVER MUST INCLUDE ALL REQUIRED INFORMATION. FAX QUOTES WILL NOT BE ACCEPTED. QUOTES RECEIVED AFTER THE 2:00 PM DEADLINE SHALL BE DEEMED LATE AND WILL NOT BE CONSIDERED FOR AWARD ****To be eligible for award, offerors must be registered in the Central Contractor Registry (CCR). Information on CCR registration procedures may be obtained at http://www.ccr.gov. ****Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Randy Schroyer, Contract Specialist @ randy.schroyer@nist.gov Quotes must be received by 2:00:00 PM Eastern Time on June 26, 2007.
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899-0001
Country: UNITED STATES
 
Record
SN01321344-W 20070620/070618220232 (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 |
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.