Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 8,1997 PSA#1882

437th 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