Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 02, 2020 SAM #6852
SOLICITATION NOTICE

J -- CSC-20103 Preventative Maintenance Circuit Breaker, Switchboard, Switchgear, Motor Control PM, Bldg. 23

Notice Date
8/31/2020 7:14:15 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
DCSO COLUMBUS COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SP4702-20-R-0022
 
Response Due
9/7/2020 10:00:00 AM
 
Archive Date
09/22/2020
 
Point of Contact
William Hurley, Phone: 6146920439
 
E-Mail Address
William.Hurley@DLA.MIL
(William.Hurley@DLA.MIL)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
Amendment 01 Posted 31 August, 2020 The purpose of this amendment is as follows: 1.To extend proposal due date until the 9th of September, 2020. 2.To provide Updated Questions and Answers as 28 August, 2020. 3.Responses to this amendment must be submitted electronically to William Hurley at William.Hurley@dla.mil. Responses must be received by 9th September, 2020 at 1:00pm EST. 4.Upon the response time shown above; discussions for this procurement shall be closed, and no further changes to vendor proposals will be accepted. Access to the installation requires: Attention: All Visitors will have to �Pre-Enroll into DBIDS� at https://dbids-global-enroll.dmdc.mil/preenrollui/#!/ After you have your �DBIDS Code� you NEED to send the �DBIDS Code� to us, as the sponsors. And then we register the visitor using the code you provided to us. DBIDS code needs to be completed and sent to us before 12th of August, 2020 at 10:00 AM EST. Otherwise access will NOT be granted. � Access to building 23 requires: Information on Visit Authorization Request (VAR) needs to be sent in with a company letterhead. Request needs to be completed and sent on or before 12th of August, 2020 at 10:00 AM EST. Otherwise access will NOT be granted. � Please review and follow instruction in Attachment 05 and Attachment 06 Site Visit: (X) 52.237-1 SITE VISIT (APRIL 1984), - FAR (a) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of provision) Offerors are invited to attend an organized site visit by reporting to the Facilities Engineer, Building 23, Defense Supply Center (DSCC), Columbus, Ohio on 18 AUGUST 2020(date), at 10:00 AM (time). All Questions are due 25 August, 2020 at 1:00pm EST. They need to be sent to the Contracting Officer in an e-mail before that date and time. Contracting Officer's e-mail is: William.Hurley@DLA.MIL Coordination with COR: This project must be coordinated with building 23 security and building 23 operation manager. The contractor shall request in writing through the COR the approval of their time table for planned service in building 23. The contractor shall request 45 days in advance an ASI (Authorized Service Interruption) from the building 23 operation manager for planned maintenance that would interrupt service. An approved ASI (Authorized Service Interruption) form (for each item of equipment and time period) (to include a primary date & time and a alternate date & time for performance) must be obtained prior to taking that item of equipment out of service. The ASI shall be submitted (45 days in advance) to the building 23 operation manager for planned maintenance that would interrupt service. Description of Objective This is a Service Contract to provide scheduled annual service and breakdown repairs for the circuit breakers, Switchboards, Switchgear, & Motor Control Centers under DLA responsibility in buildings 23. (DISA Operations Center). This Service Contract provides annual service and will be awarded as a base year with two (2) option years. There are two Levels to this Service Contract, Level 1 and Level 2. Level 1 includes the known regularly scheduled services. Level 2 includes repair of unexpected breakdown in equipment. Level 1 Services: The Successful Bidder of this contract shall deliver to the Government the services (specific task requirements) in the PWS Performance Work Statement for circuit breakers, Switchboards, Switchgear, & Motor Control Centers under DLA responsibility in buildings 23. The Level 1 portion of these services contract include the known and regularly scheduled services including; Annual maintenance, Two (2) year maintenance, Three (3) year maintenance, and maintenance requirements when breaker is drawout. Level 2 Services: This Service Contract will also provide for repair of unexpected breakdown of circuit breakers, Switchboards, Switchgear, & Motor Control Centers assigned to DLA in building 23. These unexpected breakdown repairs will be invoiced against an �Unexpected Breakdown Repair�. At the COR�s request, the Contractor shall review the circuit breakers assigned to DLA in building 23, determine which equipment needs repair, determine what repair parts are required, and give the COR a repair estimate to fix the equipment. The COR will review the estimate and may approve the repair. If the estimate is over $2,000 then the CO may approve and request a contract modification. Firm Fixed Price Portion of Contract: The Bidder shall include in their contract bid proposal all the known and regularly scheduled services including; all Level 1 services, annual Preventive Maintenance of equipment, annual status reports, Level 2 inspection of equipment (executed upon the COR request), Level 2 listing of repair parts, and Level 2 preparing of repair estimates,. All cost associated with discovery, investigation, identifying repair parts needed, proposal development & execution by on-sight personnel for a Level 2 Service are not payable under the �Unexpected Breakdown Repair� and should be included in the firm fixed price portion of the contract bid proposal. Level 2 Cost Charges: Level 2 Services invoiced against the �Unexpected Breakdown Repair� shall include costs for Level 2 ordering of repair parts, Level 2 management of Level 2 repair service (Supervision, Quality Control & Safety Supervision), Level 2 direct repair labor, subcontractors, equipment, and Level 2 repair parts. Level 2 Procedures: When the COR request an examination of the equipment the Contractor shall respond with a preliminary inspection of equipment by 7:00 PM on the next business work day. The contractor shall determine which equipment is non-functional, what repair parts are required, and submit to the COR an estimate for repairing the equipment. With the COR�s approval the contractor shall schedule the work, order and obtain the repair parts, and preform the repair of the equipment. Upon satisfactory completion the contractor may then invoice the repair work against the �Unexpected Breakdown Repair�. Level 2 Services Invoiced against �Unexpected Breakdown Repair�: Level 2 Services cost that are less than $2,000 in value per repair need to be worked through the COR. Chargeable expenses include Level 2 cost for ordering repair parts, Level 2 management of Level 2 repair service (Supervision, Quality Control & Safety Supervision), direct repair labor, subcontractors, equipment, and repair parts. A running log of Level 2 Services must be maintained by both the contractor and the COR to track expenditures. The log shall be submitted to the contract administrator monthly for verification. DISA: Please note that projects involving DISA have a different General Requirements than most contracts. Please take special review of DISA General Requirements. � �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ff90260e687644d0affebc45e8d4d04e/view)
 
Place of Performance
Address: Columbus, OH 43213, USA
Zip Code: 43213
Country: USA
 
Record
SN05780128-F 20200902/200831230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.