Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
SOLICITATION NOTICE

Z -- ELEVATOR TESTING, INSPECTION AND REPAIR

Notice Date
8/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, VA, 20135, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSFEMW-07-Q-0028
 
Response Due
9/14/2007
 
Archive Date
9/29/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services 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; offers are being requested and a written solicitation will not be issued. HSFEMW-07-Q-0028, issued as a Request for Quotation (RFQ), is for elevator testing, inspection and repair services to be performed on 14 elevators located at the Department of Homeland Security, Federal Emergency Management Agency, Mount Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006 and all Contractor personnel assigned to this project must have a TOP SECRET security clearance. The solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2005-19, dated 08/17/2007. This procurement is a small business set aside. The NAICS code is 238290, small business size standard $13.0 M. It is anticipated that only one award will result from this solicitation, via the issuance of a firm-fixed-price simplified acquisition/commercial item blanket purchase agreement to include a base year and four option year periods. The Government anticipates the resultant award to be an Open Market blanket purchase agreement or a blanket purchase agreement against a GSA schedule delivery order or a combination of GSA schedule pricing and Open Market pricing. If GSA Schedule pricing is being proposed, the offeror shall provide the GSA Schedule Contract number and its expiration date. If both GSA Schedule pricing and Open Market pricing are being proposed, the offeror shall designate which items are GSA Schedule pricing and which items are Open Market pricing. Please include all applicable GSA discounts in your offer. Services are to be performed at the Federal Emergency Management Agency, Mount Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006, which is also the place of inspection and acceptance. The resultant award document will contain: Item 0001. Annual test, inspection (to include safety inspections) and maintenance, during the base period of performance, 09-15-2007 through 09-14-2008, for 14 elevators/freight lifts to include 1 Otis 1500 lb. freight elevator, cable type; 1 Southwerk 1000 lb. freight elevator, hydraulic type; 1 Giant Lift 3005 3000 lb. freight elevator, hydraulic type; 1 Giant Lift 2500 3000 lb. freight elevator, hydraulic type; 1 Dover 3500 lb. passenger elevator, hydraulic type; 1 Sterling 3500 lb. passenger elevator, hydraulic type; 1 Otis 1200/400 lb. passenger elevator, cable type; 2 Thyseen Krup 2500 lb. passenger elevator, hydraulic type; 4 Wheel-O-Vator 750 lb. handicap elevator, cable type; 1 Schindler 3300-1A 2500 lb. passenger elevator, hydraulic type. Item 0002. Labor rate per hour for elevator/lift repairs during the base period of performance, 09-15-2007 through 09-14-2008. Item 0003. Annual test, inspection (to include safety inspections) and maintenance, during Option Year One period of performance, 09-15-2008 through 09-14-2009, for 14 elevators/freight lifts to include 1 Otis 1500 lb. freight elevator, cable type; 1 Southwerk 1000 lb. freight elevator, hydraulic type; 1 Giant Lift 3005 3000 lb. freight elevator, hydraulic type; 1 Giant Lift 2500 3000 lb. freight elevator, hydraulic type; 1 Dover 3500 lb. passenger elevator, hydraulic type; 1 Sterling 3500 lb. passenger elevator, hydraulic type; 1 Otis 1200/400 lb. passenger elevator, cable type; 2 Thyseen Krup 2500 lb. passenger elevator, hydraulic type; 4 Wheel-O-Vator 750 lb. handicap elevator, cable type; 1 Schindler 3300-1A 2500 lb. passenger elevator, hydraulic type. Item 0004. Labor rate per hour for elevator/lift repairs during Option Year One period of performance, 09-15-2008 through 09-14-2009. Item 0005. Annual test, inspection (to include safety inspections) and maintenance, during Option Year Two period of performance, 09-15-2009 through 09-14-2010, for 14 elevators/freight lifts to include 1 Otis 1500 lb. freight elevator, cable type; 1 Southwerk 1000 lb. freight elevator, hydraulic type; 1 Giant Lift 3005 3000 lb. freight elevator, hydraulic type; 1 Giant Lift 2500 3000 lb. freight elevator, hydraulic type; 1 Dover 3500 lb. passenger elevator, hydraulic type; 1 Sterling 3500 lb. passenger elevator, hydraulic type; 1 Otis 1200/400 lb. passenger elevator, cable type; 2 Thyseen Krup 2500 lb. passenger elevator, hydraulic type; 4 Wheel-O-Vator 750 lb. handicap elevator, cable type; 1 Schindler 3300-1A 2500 lb. passenger elevator, hydraulic type. Item 0006. Labor rate per hour for elevator/lift repairs during Option Year Two period of performance, 09-15-2009 through 09-14-2010. Item 0007. Annual test, inspection (to include safety inspections) and maintenance, during Option Year Three period of performance, 09-15-2010 through 09-14-2011, for 14 elevators/freight lifts to include 1 Otis 1500 lb. freight elevator, cable type; 1 Southwerk 1000 lb. freight elevator, hydraulic type; 1 Giant Lift 3005 3000 lb. freight elevator, hydraulic type; 1 Giant Lift 2500 3000 lb. freight elevator, hydraulic type; 1 Dover 3500 lb. passenger elevator, hydraulic type; 1 Sterling 3500 lb. passenger elevator, hydraulic type; 1 Otis 1200/400 lb. passenger elevator, cable type; 2 Thyseen Krup 2500 lb. passenger elevator, hydraulic type; 4 Wheel-O-Vator 750 lb. handicap elevator, cable type; 1 Schindler 3300-1A 2500 lb. passenger elevator, hydraulic type. Item 0008. Labor rate per hour for elevator/lift repairs during Option Year Three period of performance, 09-15-2010 through 09-14-2011. Item 0009. Annual test, inspection (to include safety inspections) and maintenance, during Option Year Four period of performance, 09-15-2011 through 09-14-2012, for 14 elevators/freight lifts to include 1 Otis 1500 lb. freight elevator, cable type; 1 Southwerk 1000 lb. freight elevator, hydraulic type; 1 Giant Lift 3005 3000 lb. freight elevator, hydraulic type; 1 Giant Lift 2500 3000 lb. freight elevator, hydraulic type; 1 Dover 3500 lb. passenger elevator, hydraulic type; 1 Sterling 3500 lb. passenger elevator, hydraulic type; 1 Otis 1200/400 lb. passenger elevator, cable type; 2 Thyseen Krup 2500 lb. passenger elevator, hydraulic type; 4 Wheel-O-Vator 750 lb. handicap elevator, cable type; 1 Schindler 3300-1A 2500 lb. passenger elevator, hydraulic type. Item 0010. Labor rate per hour for elevator/lift repairs during Option Year One period of performance, 09-15-2011 through 09-14-2012. STATEMENT OF WORK (a) The Contractor shall provide all management, supervision, labor, materials, supplies, repair parts, tools and equipment necessary to test, inspect and repair fourteen elevators located at DHS, Federal Emergency Management Agency (FEMA), Mount Weather Emergency Operations Center (MWEOC), 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006. The specific manufacturer, capacity, type, machine type and quantity are: 1 Otis 1500 lb. freight elevator, cable type; 1 Southwerk 1000 lb. freight elevator, hydraulic type; 1 Giant Lift 3005 3000 lb. freight elevator, hydraulic type; 1 Giant Lift 2500 3000 lb. freight elevator, hydraulic type; 1 Dover 3500 lb. passenger elevator, hydraulic type; 1 Sterling 3500 lb. passenger elevator, hydraulic type; 1 Otis 1200/400 lb. passenger elevator, cable type; 2 Thyseen Krup 2500 lb. passenger elevator, hydraulic type; 4 Wheel-O-Vator 750 lb. handicap elevator, cable type; 1 Schindler 3300-1A 2500 lb. passenger elevator, hydraulic type. (b) To ensure the continuous and safe operation of all elevators at FEMA/MWEOC, the Contractor shall perform annual test and safety inspections in compliance with the Original Equipment Manufacturer?s (OEM) specifications, instructions and recommendations. The work shall be performed in accordance with commercial practices and shall be intended to maintain the elevators in a safe and reliable operating condition until the next scheduled test/inspection. SUBMITTALS: The Contractor shall prepare and submit a written report within ten business days of the yearly inspection. The report shall identify each elevator, maintenance work or test performed, repairs needed, date of inspection, name of inspector, and overall condition of the elevator. A certification of the inspection shall be placed in the cab of the elevator to assure users safety regulations have been met. SCHEDULING: The Government will be responsible for scheduling the inspections, testing and repair work for all elevators. The Contracting Officer?s Technical Representative (COTR) will contact the Contractor and arrange for the inspection and testing for each elevator as specified by the OEM and will arrange for repairs as necessary. To avoid work delays, all Contractor personnel and Contractor provided supplies and equipment required to inspect, test or repair the elevators shall be scheduled to be at the work location at the appropriate time. REPAIRS (a) If repairs are found to be necessary while performing maintenance work, inspections or testing, and these repairs are considered over and above routine maintenance work, the Contractor shall immediately report all necessary repairs or replacement of parts to the Contracting Officer's Technical Representative (COTR). At that time, the Government will decide to repair the elevator or have the Contractor submit a proposal for the work. (b) Routine Repair Calls. The Contracting Officer?s Technical Representative (COTR) will notify the Contractor that elevator repairs need to be made. The Contractor shall report to the work location, survey the repair, and provide an estimated cost for repair parts and labor along with an approximate time to perform the repair. The COTR must authorize the Contractor?s estimated cost for repairs before commencement of the work. All repair work shall be in accordance with normal commercial practices using parts specified by the OEM or parts of equal or better quality. Downtime of the elevator will be kept to an absolute minimum. The Contractor must notify the COTR of the projected downtime. The Contractor shall prepare and submit a written invoice within ten business days after the routine repairs are completed. The invoice shall include the date and time of the service call, the name of the technician performing the repairs and identify the elevator and repairs performed. (c) Emergency Repair Calls. The Contractor shall respond to emergency repair calls within 24 hours after the Government?s request for service. The Contractor shall prepare and submit a written report/invoice within ten business days after the emergency repair. The report shall include the date and time of the service call, the name of the technician performing the repairs and identify the elevator and repairs performed. REPAIR AND REPLACEMENT PARTS: All repair and replacement parts will be provided by the Contractor. PERIOD OF PERFORMANCE: This agreement includes a base period of performance which may be extended for up to four option years. The total duration of this agreement, including the exercise of any option year, shall not exceed sixty months. The base period of performance will begin on 09-15-2007 and continue through 09-14-2008. The period of performance for each option year, if exercised, will be: Option Year One - 09-15-2008 through 09-14-2009; Option Year Two - 09-15-2009 through 09-14-2010; Option Year Three - 09-15-2010 through 09-14-2011; Option Year Four - 09-15-2011 through 09-14-2012. SPECIAL QUALIFICATIONS: The Contractor shall be licensed to perform work in Virginia, have the required insurance, and be certified by appropriate federal and state regulatory agencies to meet federal and local certification requirements in the inspection, maintenance and testing of elevators. SECURITY REQUIREMENTS: All Contractor personnel assigned to this project must have a TOP SECRET security clearance. EVALUATION INFORMATION: The Government will make award to the responsible/responsive offeror whose offer will be most advantageous to the Government based on lowest price/technically acceptable factors. In order to be found technically acceptable, the offeror must be capable of providing the required services as specified in the Statement of Work. The technical evaluation factors are of equal importance and include: A. The Contractor shall provide a statement that it has not been terminated for default in the past three years. B. The Contractor shall provide three references to support it?s capability to deliver quality work in a timely manner. References shall include a current point of contact and telephone number. C. The Contractor shall be licensed to perform work in the state of Virginia, have the required insurance, and be certified by appropriate federal and state regulatory agencies to meet federal and local certification requirements in the inspection, maintenance and testing of elevators. D. All Contractor personnel assigned to this project must have a TOP SECRET security clearance. In order for an offeror?s proposal to be evaluated, the offeror must provide clear and convincing evidence that they have sufficient TOP SECRET cleared personnel (i.e., service technicians) to perform the work efforts at the time of proposal submission. If the offeror does not provide this evidence, the proposal will not be evaluated further and the offeror will not be considered for award. Technical and past performance, when combined, are more important than price. The Contractor?s offer should contain individual prices for the annual test, inspection and maintenance of each elevator/lift for the base and each option year as well as an individual labor rate per hour for elevator/lift repairs during the base and each option year. The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition, if the offeror is proposing open market pricing. Also, if open market pricing is being provided, offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications--Commercial Items" with their response or provide this information via the ORCA website, http://orca.bpn.gov. The following FAR clauses also apply to open market pricing: 52.212-4 "Contract Terms and Conditions--Commercial Items? and 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items," with the following clauses cited in 52.212-5 being applicable to this acquisition: 52.219-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.232-33, and 52.222-41. Applicable clauses incorporated by reference are: 52.204-7, 52.204-9, 52.213-3, 52.228-5, 52.232-1, 52.232.23, 52.232-25, 52.233-4 and 52.243-1. HSAR clauses 3052.204-71 ?Contractor Employee Access? and 3052.209-70 ?Prohibition on Contracts with Corporate Expatriates? also applies to this award. The aforementioned FAR provisions and clauses can be accessed electronically at http://www.arnet.gov/far and HSAR provisions and clauses may be accessed electronically at http://www.dhs.gov//interwebassetlibrary/DHS_HSAR_With_Notice_04-01.pdf. MWEOC is a restricted Government facility and requires favorable police background checks for all Contractor personnel requiring access to the facility. The Contractor shall submit, on forms to be provided by the Government, the following information concerning all employees who must have access to MWEOC: Employer (Contractor or subcontractor), Full Name, Address, Social Security Number, Date and Place of Birth, Citizenship (must be US), Height, Weight, Color of eyes and hair. This information must be provided at least 10 working days prior to entry of the facility. This award will be subject to the Service Contract Act, Department of Labor Wage Determination No. 1978-1183, Revision No. 42, dated 02-09-2007 for Clarke and Loudoun Counties in Virginia. The Contractor?s employees shall be paid in accordance with these wage determination categories, i.e., Elevator Repairer at $33.665 per hour. A written notice of award or acceptance of proposal, mailed or otherwise furnished to the successful offeror shall result in a binding contract without further action by either party. Written responses to this RFQ are due by 4:00 PM/EST, 09-14-2007 and may be emailed to phyllis.woodward@dhs.gov or faxed to Ms. Woodward at 540-542-2631. Mailed responses shall be addressed to FEMA, MWEOC, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006, ATTN: Ms. Phyllis Woodward, Bldg. 413. Emailed and/or faxed responses are preferred. Offerors are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database. Technical and/or administrative questions must be emailed to phyllis.woodward@dhs.gov or faxed to Ms. Woodward at 540-542-2631 and received no later than 12:00 PM/EST, 09-07-2007. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation.
 
Place of Performance
Address: Department of Homeland Security, Federal Emergency Management Agency, Mount Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Mount Weather, VA
Zip Code: 20135-2006
Country: UNITED STATES
 
Record
SN01390396-W 20070901/070830220616 (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.