Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,1998 PSA#2169

354 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