Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 23,1998 PSA#2122

Department of Veterans Affairs, Chief, A&MMS (90C), 1055 Clermont St, Denver, CO 80220

H -- PROVIDE ELEVATOR SAFETY TEST AND INSPECTION FOR VISN 19 MEDICAL CENTERS SOL IFB 554(NASC)-9-98 DUE 072098 POC Ms. Stevison, Contracting Officer Email: stevi.stevison@med.va.gov, 303-393-4635 FAX: 303-393-2860 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, a written solicitation will not be issued. Solicitation 554(NASC)-9-98 is an Invitation for Bid. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 98-4. The contractor shall perform semi annual inspection and annual safety test, in accordance with the latest version of the American Standard Practice for the inspection of elevators (Inspectors Manual A17.2, referred to as AMSE), and the American National Standard Safety Code for elevators and dumbwaiters (A17.1, referred to as ANSI). Also, as a separate line item, the five year weight test, should be included in your bid for those stations that may require this test during the term of the contract. In addition to the standard inspection and safety tests the Department of Veterans Affairs requires the contractor to also prepare and submit a report identifying the test requirements and the results for each elevator located at the various sites. At the discretion of each COTR this report can be completed using forms VA 10-6166/67 or by the contractor using the current testing requirements contained in the ANSI specifications. The contractor shall indicate in writing recommendations or deficiencies for each elevator/dumbwaiter, siting the supporting rule. The contractor shall provide the COTR with any necessary specifications for replacement parts. The contractor shall submit one copy of the reports to the COTR for each site. The semi annual inspections and annual safety test schedule shall be coordinated with the COTR for each site. The following is a consolidated requirement for all eight medical centers within VISN 19, located in Colorado, Montana, Wyoming and Utah. Site specific information will be released upon written request, preferably Email. Thecontractor shall provide qualified personnel, any equipment and supplies necessary for the safety tests and inspections of the elevators. Each medical center will issue separate delivery orders, which will include invoicing information, and the DOL wage rates for their site. The COTR for each medical center shall identify their hours of operation and any security or safety requirements that are site specific. The following Federal Acquisition Regulation (FAR) clauses and/or provisions apply to the acquisition of this commercial service. The provision at 52.212-1, Instructions to Offeror -- Commercial Item. Additionally, offeror shall submit a bid for each medical center individually for the base year (August 1, 98 through July 31, 99), plus four option years. Remember that line item two, the five year weight test, shall be a separate bid item. Failure of the offeror to submit pricing for the base year plus option years one through four shall result in rejection of bid. The provision at 52.212-3, Offeror Representations and certification -- Commercial Item, which shall be completed by the offeror and returned with the offer. An authorized representative must sign the representations and certifications. The offeror shall also provide its Contractor Identification Number (DUNS), and Tax Identification Number (TIN). The provision at 52.212-2, Evaluation -- Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote will be most advantageous to the Government, price and other factors considered. Evaluation factors: 1) Price; 2) Technical capability and experience; 3) Past Performance. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Item. Offeror shall not either enter into or currently have an elevator maintenance contract with any of the medical centers within VISN 19 throughout the duration of this contract. The clause at 52.212-5, Contract Terms and Conditions required to implement Statutes or Executive Orders -- Commercial Items. The following clauses are incorporated in this contract by reference: 52.203-6, alternate I, Restrictions on Subcontractor Sales to the Government; 52.222-26, Equal Opportunity (E.O. 11246); 52.222.35, Affirmative action for disabled veterans and veterans of the Vietnam Era; 52.222-36, Affirmative action for handicapped workers; 52.222-37, Employment reports on disabled veterans and veterans of the Vietnam Era; 52.225-19, European Union Sanction for End Products; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement Of Equivalent Rates for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts); 52.222-47, SCA Minimum Wages and Fringe Benefits. The clause at 52.228-5, Insurance -- Work on a Government Installation. Bids are due June 22, 1998 by 4:30 PM mountain time, they should be addressed to the attention of Stevi B. Stevison NASC/90, Building C. For information regarding this solicitation contact Stevi B. Stevison at Email: stevi.stevison@med.va.gov or 303-393-4635. (0170)

Loren Data Corp. http://www.ld.com (SYN# 0035 19980623\H-0001.SOL)


H - Quality Control, Testing and Inspection Services Index Page