Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
SOLICITATION NOTICE

H -- ARI-HETRA LIFT SYSTEM SERVICE

Notice Date
8/24/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for New Jersey, 3601 Technology Drive, Room 112, Ft Dix, New Jersey, 08640
 
ZIP Code
08640
 
Solicitation Number
PANNGB-18-P-0000-075873
 
Point of Contact
John M. Moreland, Phone: 609-562-0251
 
E-Mail Address
john.m.moreland.mil@mail.mil
(john.m.moreland.mil@mail.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 this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97, effective 24 Jan 2018. This procurement is Set-Aside 100% for Small Business. The NAICS code is 811310. Basis for award is Price. The government intends to issue a single award but may issue multiple awards from this solicitation if it is determined to be in the best interest of the government. The following services are requested in this solicitation: CLIN 0001: Ari-Hetra 4 Post Mobile Lifting System- Preventative Maintenance & Safety Inspection CLIN 0002: Travel Locations: Maintenance Facilities throughout New Jersey (24 total lifts)-- Lakehurst 08769 (9 lifts) Teaneck 07666 (1 lift) Westfield 07090 (1 lift) Cape May 08210 (1 lift) Lawrenceville 08648 (1 lift) Picatinny Arsenal 07806 (7 lifts) Somerset 08873 (1 lift) Vineland 08360 (1 lift) West Orange 07052 (2 lifts) Description of Requirement: Vendor shall provide the Services and Deliverable(s) as follows: A certified ARI-Hetra service technician will perform the following operations at each Surface Equipment Maintenance Facility (SEMF), while conducting a preventive maintenance and safety inspection on ARI-Hetra Mobile Column Lift Systems. Additionally, Any and all faults will be identified, documented and an estimate completed for further maintenance and repair contract. • Line the post up to perform preventive maintenance and safety inspection in a safe working condition. • Inspect all cable connections to ensure proper connections. Including module pins. • Inspect the plug and cables for loose connections and damaged or cut cable. Tighten wires if needed. • Take voltage reading from main power box and check for voltage drop. Record readings on preventative maintenance worksheet. • Raise lifts to desired working height and blowout dust and debris. • Wipe lifts clean of all dirt and debris • Inspect all welds for structural integrity. • Inspect and clean safety wedge. • Inspect pump jack. • Inspect steering handle for proper operation. • Lubricate steering handle as needed. • Lubricate pump jack pivot point as needed. • Inspect pump jacks for leaks and or cracks. • Remove rear cover and inspect upper and lower limit switches, axles, rollers, thrust washers, electrical connections and solenoid. Reassemble. • Raise and lower lift to adjust upper and lower limit switch stops if needed. • Inspect and test emergency stop switch in single and multi-mode. • Remove front cover and PVC cover. • Inspect all connections. Inspect all wires for cracks, cuts and rubs. • Remove all grease build up from ball screw and bearing • Inspect ball screw and bearing to ensure proper operation. • Inspect and grease ball nut as needed. • Inspect and check that all hardware is secured in the diversion plate area. Tighten as per specification. • Inspect motion sensor for proper operation. • Inspect and secure motion sensor track for safe operation. • Inspect and adjust J-bolt. • Test height and weight display function. • Re Install PVC cover and front cover. • Lubricate PVC cover with silicone spray. • Inspect gearbox for leaks. Ensure dust cap and fasteners are tight. • Inspect rubber bumpers. • Fill out preventive maintenance decal with current date. Travel: Travel expenditures and costs associated with lodging, meals, transportation and all other necessary incidentals will be the sole responsibility of the vendor and are included in the overall proposed estimate. These costs will be proposed in CLIN 0002. Dates: To be coordinated with awarded vendor. Initial service coordination will begin before 30 SEP 2018. Parts: Following inspection/services, if additional work or parts replacement is recommended, awarded vendor must be able to provide new parts comparable to Ari-Hetra specifications. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7003, 252.232-7006 apply to this requirement. In order for vendors to be paid, all vendors must now use an E-invoicing system called Wide Area Work Flow (WAWF). To gain access to the WAWF production system, vendors must acquire an account available at https://wawf.eb.mil/. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. Only a warranted Contracting Officer (either a Procuring Contracting Officer (PCO), or an Administrative Contracting Officer (ACO)), acting within their delegated limits, has the authority to issue modifications or otherwise change the terms and conditions of this contract. If an individual other than the Contracting Officer attempts to make changes to the terms and conditions of this contract you shall not proceed with the change and shall immediately notify the Contracting Office. The following provisions are incorporated into this solicitation by reference: FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1, Instructions to Offerors - Commercial DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-13, Notice of Set-Aside of Orders FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-41, Service Contract Labor Standards FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.222-50, Combating Trafficking in Persons FAR 52.222-55, Minimum Wages Under Executive Order 13658 FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 FAR 52.223-5, Pollution Prevention and Right-to-Know Information FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.232-33, Payment of Electronic Funds Transfer-System for Award Management FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Related to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.211-7008, Use of Government-Assigned Serial Numbers DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System- Statistical Reporting in Past Performance Evaluations DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7020, Trade Agreements Certificate DFARS 252.225-7036, Buy American - Free Trade Agreements - Balance of Payments Program DFARS 252.225-7031, Secondary Arab Boycott of Israel DFARS 252.225-7035, Buy American Act- Free Trade Agreements- Balance of Payments Program Certificate DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial Items The following provisions are incorporated by full text. The full text is found in Attachment #2, Full-Text Provisions and Clauses. (All Representations and Certifications shall be completed within contractor's Systems for Award Management (SAM) profile on www.sam.gov.) FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements- Representation FAR 52.212-2, Evaluation-Commercial Items FAR 52.212-3 Alternate I, Offeror Representations and Certifications - Commercial Items Alternate I DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials DFARS 252.225-7035, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program Certificate DFARS 252.247-7022, Representation of Extent of Transportation by Sea The following clauses are incorporated by full text. The full text is found in Attachment #2, Full-Text Provisions and Clauses. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Any questions or comments should be directed to MAJ John Moreland, Contract Management Officer via e-mail at john.m.moreland.mil@mail.mil. PLEASE SUBMIT ALL QUOTES DIRECTLY TO THIS EMAIL ADDRESS; NO OTHER METHODS OF SUBMITTAL WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA28/PANNGB-18-P-0000-075873/listing.html)
 
Place of Performance
Address: New Jersey, United States
 
Record
SN05056137-W 20180826/180824231705-49ccb74bc800723a00642f0baf62a99c (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.