|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,1998 PSA#2169354 CONS/LGCV, 3112 Broadway Ave Unit 5B, Eielson AFB, AK 99702-1887 M -- BOWLING LANE MAINTENANCE!! SOL F65503-99-QR053!! DUE 091098 POC
Buyer -- SrA Sean Pensis, (907)377-6163; Contracting Officer -- MSgt
John C. Beasley, (907)377-4182!! 17. (i) SCHEDULE -- 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; quotes are being requested and a written
solicitation will not be issued. This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-03. (ii) This solicitation is issued as a
Request for Quote (RFQ) number F65503-99-QR053. Quotes are due on or
before 10 Sep 98, 4:00 p.m. AST. (iii) This procurement is reserved for
small business concerns with a size standard of $5.0 million under
Standard Industrial Code 7933. (iv) SCOPE: Provide all parts, labor,
transportation, equipment, tools, supervision, and all other items
necessary to maintain the Bowling Alley at Clear AFS, AK, in strict
accordance with Statement of Work (SOW). Performance period is from
award date to 30 Sep 02. This includes the base year and three options.
Per FAR 17.208, the provision at 52.217-5 Offers will be submitted in
the following format, with unit and extended prices. ITEM # DESCRIPTION
EST. QTY UNIT UNIT PRICE EXTENDED AMOUNT. L/I 0001 Basic Year (01 Oct
98 30 Apr 99 and Sep 01-30, 1999) 8 months, per month $___________,
extended amount $____________. L/I 0002 Option Year 1 (01 Oct 99 30 Apr
00 and Sep 01-30, 2000) 8 months, per month $___________, extended
amount $____________. L/I 0003 Option year 2 (01 Oct 00 30 Apr 01 and
Sep 01-30, 2001) 8 months, per month $___________, extended amount
$____________. L/I 0004 Option year 3 (01 Oct 01 30 Apr 02 and Sep
01-30, 2002) 8 months, per month $___________, extended amount
$____________. (Note 1: Only one award will result from the synopsis/
solicitation. Failure to quote on all line items will result in
rejection of your quote. Note 2: All extensions of the unit price shown
will be subject to verification by the government. In case of a
variation between the total price and the unit price, the unit price
will be considered to be the quote. STATEMENT OF WORK The Contractor
shall maintain the lanes in accordance with (IAW) the American Bowling
Congress' (ABC) specifications. Contractor shall provide proof of a
bowling center maintenance certificate from Brunswick, or equivalent,
IAW the ABC to the Contracting Officer prior to performance under the
contract. The contractor shall maintain the bowling center IAW the
Brunswick Pinsetter Manual. The contractor as recommended by the
Brunswick Pinsetter Manual will establish the preventative maintenance
schedule. The contractor shall order through the Government, and the
Government will provide, all parts and supplies to maintain the
facility including bench stock inventory. Orders for parts and supplies
will be submitted in writing to the Government representative with date
and signature of contractor. The contractor shall maintain bench stock
inventory at adequate minimum levels to ensure timely performance of
daily, weekly, periodic, and preventative maintenance. The Contractor
shall use a log or equivalent to ensure control and accountability of
bench stock inventory and parts and supplies ordered. The Government
reserves the right to stock only those items it deems necessary. The
Government will procure a Brunswick Corporation ABC pre season or high
score certifier annually, prior to season start up. The Government
will provide a storage space within the Bowling Center area,
approximately 10' x 9' for storage materials, supplies, and tools for
the operation of this contract. A Government Furnished Property (GFP)
walk thru will be conducted not later than contract start up. The walk
thru will be conducted to ensure all GFP listed in the contract is in
working condition and to identify inventory levels and immediate
ordering requirements to fill bench stock adequate minimum levels. GFP
not found in working condition at the start of the contract will be
reported to the government representative at that time. The contractor
shall perform all tasks in this SOW. Daily maintenance, weekly
maintenance, periodic maintenance, and as required repair contractor
tasks include but are not limited to: DAILY MAINTENANCE Daily
maintenance will be accomplished one hour prior to opening and
thereafter maintained to meet minimum standards throughout all
operating hours. Ensure that no machine is down for more than one day
(24 hours), unless the Bowling Manager (government) gives consent.
Keeps maintenance records on six (6) bowling lane machines. Perform
repairs and adjustments on all bowling lane score sheet projector
systems. Check, lubricate, clean, and document preventative maintenance
performed IAW this statement of work for proper overall operation of
six (6) bowling lanes. Clean bowling pins as required. Check for broken
or cracked pins, Repair as needed and replace bowling pins when no
longer serviceable, replacing pins with new pins. Will be present
during all required hours of operation to perform pin chase and repair.
Dust gutters and sweep approached from foul line to bowler's area as
needed to maintain the approach free from dust, dirt, streaks, and
other foreign objects. Ensure the bowler's pit is maintained free of
litter, dirt, spills, and dust. Sweep, mop, wipe down score tables and
bowlers pit. Condition approaches with approach cleaner. Conditioning
will be done prior to facility opening and early enough to allow use
during operating hours. Operate Government owned Lane a Duster
providing complete servicing of lanes up to and including pushing pins
off into pits. Oil lanes, using government furnished oil applicator,
ensuring oil does not get on the pin decks or approaches. Adjust,
repair, maintain the Lane a Duster IAW manufacturer's published
manuals. Maintain a pinsetter maintenance record for each bowling
machine by month. OPERATING HOURS Hours of operation are: Monday and
Tuesday 5:30 PM to 10:00 PM, Wed. 11:00 AM 1:00 PM (first session) 5:30
10:00 PM (second session), Thus. Closed, Friday 5:30 PM to 10:00 PM,
Saturday 4:00 PM to9:00 PM, Sunday 1:00 PM to 6:00 PM. Note: The
Services Flight, Clear AFS reserves the right to increase the hours of
operation throughout the month not to exceed 12 hours per month.
Services Flight representative will notify the contractor, in writing,
at least 5 days prior to additional hours requirements. WEEKLY
MAINTENANCE Thoroughly clean kickboards and flat gutters of all foreign
matter and objects. Clean lanes as outlined in the ABC Specifications
to remove the buildup of old conditioner and dirt and restore luster to
lane surfaces using Government provided Century 100 lane maintenance
oiling machine. PERIODIC MAINTENANCE All other maintenance requirements
as indicated in the ABC specifications and Brunswick Pinsetter Manual
which are neither daily or weekly requirements. AS NEEDED REPAIRS:
Minor repairs will be accomplished within 30 minutes during operating
hours, All repairs taking over 30 minutes will be considered a major
repair. Major repairs will be reported to the Government immediately
and anynecessary parts and supplies to return the major repair to
operational condition will be ordered at that time. The contractor will
immediately continue repairs upon receipt of the necessary parts and
supplies to complete repairs. In the event of a major repair during
operating hours, lane users will be moved to an available lane. If no
lanes are available, matches will be made up at a later date. In the
event of a disagreement between the specifications listed in this SOW
with pamphlets, guides, or manuals listed in this SOW by reference,
more restrictive specifications will rule. All maintenance logs,
guides, specifications, manuals, inventory logs, and other control logs
used to perform this contract will not be removed from the facility.
These items are deemed property of the government and must be made
available upon government request. PROVISIONS AND CLAUSES -- The
following FAR provisions are applicable to this acquisition: 52.212-1,
Instruction to Offerors -- Commercial Items; 52.212-4, Contact Terms
and Conditions -- Commercial Items; 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items [Specifically -- (b)(1); (b)(2); (b)(3); (b)(6);
(b)(7); (b)(8); (b)(9); (b)(17); (c)(1); (c)(2); (c)(4)]; 52.211-8,
Variation in Estimated Quantity; 52.219-6, Notice of Total Small
Business Set-Aside; 52.232-33, Mandatory Information for Electronic
Funds Transfer Payment; 52.245-4, Government-Furnished Property (Short
Form). The following DOD FAR provisions are applicable to this
acquisition: 252.212-7001, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Applicable to Defense
Acquisitions of Commercial Items; 252.225-7001, Buy American Act and
Balance of Payments Program; 252.225-7035, North American Free Trade
Agreement Implementation Act.. WAGE DETERMINATION -- Pursuant to the
Service Contract Act of 1965, As Amended, Wage Determination No.
94-2018, Revision No. 12, Dated 02/05/98 applies to this acquisition.
REPRESENTATIONS AND CERTIFICATIONS -- Quoter's must include with their
quote a completed copy of the provisions at FAR 52.212-3, Offerors
Representation and Certification -- Commercial Items. Interested
parties may obtain a copy of this form by contacting the point of
contact prior to submission of bid. BASIS OF AWARD -- Award will be
made based on price and other price related factors. Quotes must be
submitted in writing to 354 CONS/LGCV, 3112 Broadway Ave, Unit 5B,
Eielson AFB AK 99702 or fax to (907) 377-2389. Award will be made on or
about 01 Oct 98. All responsible sources may submit a proposal, which,
if timely received will be considered by this agency. Numbered Note 1
applies. Questions or requests may be emailed the SrA Sean Pensis at
pensisps@ccgate.eielson.af.mil or faxed to (907) 377-2389. ***** Posted
08/26/98 (W-SN242289). (0238) Loren Data Corp. http://www.ld.com (SYN# 0069 19980828\M-0001.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|