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