|
COMMERCE BUSINESS DAILY ISSUE OF JULY 8,1997 PSA#1882437th Contracting Squadron, Charleston AFB, SC 29404-4829 J -- INSPECT, REPAIR, SERVICE, MAINTAIN, LOAD TEST AND CERTIFY 76
HOISTS/CRANES/MANLIFTS. SOL F38610-97QR143 DUE 071897 POC SrA
Jacqueline Dent, Contract Specialist (803) 566-5155 ext 238 or Shirley
Blue, Contracting Officer (803) 566-5155 ext 220 This is a combined
synopsis/solicitation for commercial items 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. Solicitation documents and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 90-46. This procurement is a 100% small business
set-aside. The Standard Industrial Code is 4785 and the small business
size standard is $3.5 million. SCOPE: The Contractor (hereafter
designated Kr) shall provide all labor, material, supervision, test
weights and equipment to inspect, repair, service, load test and
provide written certification 76 hoists/cranes/manlifts (hereafter
designated as H/C) located at Charleston AFB, SC. Work is to be
accomplished prior to 30 Sep 97. Appendix "A" provides bldg number,
location, capacity and type of each H/C. SPECIFICATIONS: Kr shall
inspect, repair, service, load test, and provide written certification
for each H/C listed in Appendix "A." It should be noted that, within
the statement of work (SOW), term "certify" or "certification" is used
as shorthand to include the several steps of inspection, repair,
service, maintenance, load test, and written certification. Forms or
written format which Kr must complete to provide a record of various
inspection, maintenance steps are provided in Appendix "B". Upon
completion of certification of each crane, Kr must provide 1 copy of
each completed form to Point of Contact (POC). KR RESPONSIBILITIES: Kr
shall visit CAFB to become familiar with all critical details and
dimensions of each H/C. Kr shall be responsible for determining actual
amount of work, and all field conditions relating to each H/C that may
affect satisfactory performance of the contract. As a minimum, it shall
be responsibility of Kr to certify each H/C at CAFB in compliance with
requirements (rqmt) of all State, Local and Federal (S L & F) rqmts,
including Occupational Safety & Health Administration (OSHA) 29 CFR
1910.179 and 19190, Safety & Accident Prevention rqmts specified in AF
FAR SUP 52.223.9004, and rqmts of ANSI, AFOSH, ASME, NEMA, NFPA, NEC,
CMAA 70/74, & NAV FAC P-307 as well as rqmts of this SOW. If Kr
discovers an H/C having an expired annual certification, with a
condition which places it in violation of S L & F rqmts or is
non-operable, and Kr will not immediately begin work to certify that
particular H/C, Kr has responsibility and is hereby granted authority
to "red tag" and provide/install a lock on controls for that H/C to
prevent its continued use. Kr must notify Contracting Officer (CO) or
authorized representative that H/C has been red tagged and provide
reason (as well as an estimate of total cost of materials and labor
needed to bring H/C up to rqmts of this SOW and to S L & F standards)
in order to ensure rapid resolution of each red tagged H/C. Kr shall
enter bldg #, crane SN, reason H/C was red tagged, and date tagged in
"red tag log book" maintained by POC. At such time as Kr certifies H/C
and it is ready for use, Kr shall enter date red tag was removed in
"red tag log book." Kr and anyone he hires to perform work on an H/C
shall be certified through an organization recognized by US Department
of Labor such as Crane Institute of America. In addition, Kr
inspectors, technicians, and electricians shall be knowledgeable of
rqeach of his employees shall be easily recognized at all times and
shall wear a badge with their name and organization. ID rqmts may be
met by an item of clothing that clearly displays employee name and
organization. GOV'T PROPERTY: Kr shall be responsible for safeguarding
all gov't property while each H/C is being certified. Kr shall take
particular care when conducting weight tests of each H/C to ensure that
concrete floor beneath each H/C does not become damaged, cracked, or
scratched when test weights are being lowered onto floor. Rubber mats,
plywood or shoring material shall be provided by Kr to protect floor
beneath each H/C. HAZARDOUS MATERIALS: It is responsibility of Kr to
acquire, store, and dispose of oils, grease, paint and or hazardous
materials used during work on this contract in accordance with state,
local, federal and CAFB rqmts. MATERIALS NOT ALLOWED: Kr may not use or
bring onto CAFB class I ozone depleting substances, asbestos containing
materials, and lead paint. SAFETY: Kr shall comply with all OSHA safety
regulations during performance of this SOW. The following FAR
provisions apply to this acquisition: 52.212-1 Instructions to
Offerors-Commercial Items, no addenda included; 52.212-2
Evaluation-Commercial Items, the following factors shall be used to
evaluate offers: (1) Technical capability, (2) Past performance, and
(3) Price (technical and past performance when combined are greater in
relative importance when compared to price), Offerors shall provide
with their proposals a list of no more than 5 of the most recent and
relevant past and presentcontracts performed for federal agencies and
commercial customers within the last 5 years; 52.212-3 Offeror
Representations and Certifications-Commercial Items, proposals shall
contain a completed copy of this provision; 52.212-4 Contract Terms and
Conditions-Commercial Items, no addenda included; and 52.212-5 Contract
Terms and Conditions Required To Implement Statutes or Executive
Orders- Commercial Items, for paragraph (b), the following clauses
apply: (6), (7), (8) and (9), for paragraph ( c ), the following
clauses apply: (1) and (2). Full text of these provisions and clauses
may be obtained by accessing any of the following Internet Web Sites:
http://acqnet.sarda.army.mil/ (click on Library), -or-
http://www.gsa.gov/far/current/html/toc.html#top -- -or-
http://farsite.hill.af.mil/. Proposals shall be submitted in writing to
437th LGC/LGCV, Attn: SrA Jacqueline Dent, 102 Long Street, Charleston
AFB, SC 29404-4829 with reference made to solicitation number
F38610-97-QR143 no later than 4:30 PM (EST) on 18 Jul 97. Minimum
allowable wages can be found in U.S. Dept. of Labor Wage Determination
No: 94-2473, Revision No: 7, Dated 28 Oct 96. The gov't may hold
discussions with offerors if the Contracting Officer determines it
necessary, but the gov't also reserves to right to evaluate proposals
and award a contract without discussions. Therefore, the offeror's
initial proposal should contain the offeror's best terms including
technical factors and price. Contractors interested in submitting a
proposal should contact SrA Jacqueline Dent for information regarding
a site visit and for a copy of the SOW; fax your request to (803)
566-2850 or via e-mail to dentj@charleston.af.mil. (0183) Loren Data Corp. http://www.ld.com (SYN# 0091 19970708\J-0010.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|