Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 10,1998 PSA#2177

AFFTC/PKAD Directorate of Contracting, 5 S Wolfe Ave, Edwards AFB, CA 93524-1185

J -- MAINTENANCE OF FLOOR SCRUBBERS SOL F04700-98-T-2015 POC Donna Chesher, contract specialist, (805)277-3900, ext. 2260, John C. Lemacks, contracting officer, (805)277-3900, ext. 2253 WEB: on-line acquisition sollicitation information system, http://afftc_pk.elan.af.mil. E-MAIL: click e-mail link to contact the POC, donna.chesher@edex.edwards.af.mil. 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. The solicitation number is F04700-98-T-2015. This is a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through FAC 97-5 and DAC 91-13. This acquisition is 100% small business set-aside. Standard industrial classification code: 7699. Small Business Size Standard: $5M. The acquisition includes Basic and 4 option years as follows: Contract Line Item Number(s): 0001 Preventative/remedial maintenance in accordance with the statement of work. Period of performance 1 Oct 98 -- 30 Sep 99. 0001AA Labor to perform preventative maintenance. 12 Monthly. 0001AB Labor to perform Remedial maintenance. Estimated 100 Hours. 0001AC Material. Replacement parts required to perform maintenance. Estimated 1 Lot (Amount to be inserted at time of award). 0002 Preventative/remedial maintenance in accordance with the statement of work. Period of performance 1 Oct 99 -- 30 Sep 00. 0002AA Labor to perform preventative maintenance. 12 Monthly. 0002AB Labor to perform remedial maintenance. Estimated 100 Hours. 0002AC Material. Replacement parts required to perform maintenance. Estimated 1 Lot (Amount to be inserted at time of award). 0003 Preventative/remedial maintenance in accordance with the statement of work. Period of performance 1 Oct 00 -- 30 Sep 01. 0003AA Labor to perform preventative maintenance. 12 Monthly. 0003AB Labor to perform remedial maintenance. Estimated 100 Hours. 0003AC Material. Replacement parts required to perform maintenance Estimated 1 Lot (Amount to be inserted at time of award). 0004 Preventative/remedial maintenance in accordance with the statement of work. Period of performance 1 Oct 01 -- 30 Sep 02. 0004AA Labor to perform preventative maintenance. 12 Monthly. 0004AB Labor to perform remedial maintenance. Estimated 100 Hours. 0004AC Material. Replacement parts required to perform maintenance. Estimated 1 Lot (Amount to be inserted at time of award). 0005 Preventative/remedial maintenance in accordance with the statement of work. Period of performance 1 Oct 02 -- 30 Sep 03. 0005AA Labor to perform preventative maintenance. 12 Monthly. 0005AB Labor to perform remedial maintenance. Estimated 100 Hours. 0005AC Material. Replacement parts required to perform maintenance. Estimated 1 Lot (Amount to be inserted a time of award). Statement of work: 1. Scope of Work. The contractor shall furnish all materials, labor, equipment, and transportation necessary to service and perform preventative and remedial maintenance on floor scrubbers. Work to be performed is as follows: a. Check drive belts for tension, adjust as needed. b. Check fluid level, oil, water and coolant. c. Check belt and all movable parts. d. Check all electrical parts, repair or replace as needed. e. Check all hoses, fuel, water, gas, air, hydraulic, and replace as needed. f. Check squeegees for wear and replace as needed. g. Check all engine parts and repair or replace as needed. h. Check all brushes and repair or replace as needed. I. Check hydraulic systems and repair as needed. j. Check safety devices such as brakes, guards, switches and seat belts, repair as needed. k. Check articulating joints, repair as needed. l. Check tires and caster, repair or replace as needed. m. Check recovery tanks, clean as needed, repair or replace. n. Check and change all filters, fuel or water. o. Replace batteries as needed. p. Replace seals and gaskets as needed. q. Test run and make adjustments as needed each and every time machine is worked on. r. Repair clutches and transmissions as needed. s. Full service to include replacing parts that are beyond economical repair with new. t. Estimate for repairs, with breakdown for labor and parts, will be submitted in writing within 24 hours to LG/LGLXF, before commencing repairs. 2. Preventative Maintenance: Preventative maintenance shall be on a 30-day basis. All parts and labor to perform preventative maintenance will not exceed the allotted amount per visit. 3. Remedial Maintenance: Remedial maintenance will be on an on-call basis, with response time not to exceed 48 hours, excluding weekends and federal holidays. The number of service calls needed is approximately 1 per month. 4. Work Location: Work to be accomplished is located within the 412 Logistics Group Complex, Edwards AFB, California. 5. Hours of Work: The hours of work will be 7:00 a.m. to 4:00 p.m., Monday through Friday, excluding federal holidays. 6. Damages. Any government or privately owned property damaged by the contractor shall be replaced or repaired immediately by the contractor at no expense to the government. 7. Government Furnished Items: Water and electricity shall be furnished to the contractor by the government from government existing systems outlets at no cost to the contractor. 8. Contractor Furnished Items: The contractor furnish trucks, ladders, tools and all related items necessary in the performance of this contract at no cost to the government. 9. Safety: The contractor shall comply with all fire and safety regulations at Edwards Air Force Base, in addition to federal OSHA and Cal-OSHA. 10. Quality Assurance: The contractor shall be responsible for quality assurance. The assigned government inspector(s) shall evaluate and approve all work accomplished. 11. Excess Material: All excess materials generated by the contractor shall be removed from the job site and disposed of by the contractor daily. 12. Restricted Area Permits: The job site could be located within a restricted area. The contractor shall obtain security clearance for personnel and equipment by submitting to 412 LSS/LGLXF, Facilities, the following: names of personnel, social security numbers, drivers license/vehicle numbers, and copy of current vehicle registration once week prior to commencing work. All operations within restricted areas shall be in strict accordance with AFFTC Instruction 10-2, Control of Vehicles on the Airfield, available at: http://www.edwards.af.mil/pim/index.html. 13. Invoice: The contractor shall submit invoices no more frequently than once each month to: AFFTC/PKAD, 5 South Wolfe Avenue, Edwards AFB CA 93524-1185. 14. Replacement Parts: Reimbursement for replacement parts will be made at contractor's cost, excluding overhead and profit. Reimbursement will be made for actual freight costs. Reimbursement will not be made for premium freight charges when not approved in advance by the contracting officer. The contractor shall submit supplier invoices for the approval of the contracting officer. 15. Labor: The hourly rate will apply only to work done at Edwards AFB CA in accordance with standard commercial practice. 16. Equipment List: Tennant Model 550D SRS SN 550-4894 Bldg 1207, Tennant Model 550D SN 3285 Bldg 1600, Tennant Model 432ES SN 19368 Bldg 1600, Tennant Model 1480ES SN 1480-40168 Bldg 1600, Tennant Model 1490ES SN 1490-70060 Bldg 1600, Clark-American-Lincoln 526-009 Bldg 1411. FAR provision 52.212-1, Instructions to Offerors -- Commercial applies. Offerors must include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFARS 252.212-7000, Offeror Representation and Certifications-Commercial Items. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies. Addenda: 52.222-42, Statement of Equivalent Rates for Federal Hires, Machinery maintenance mechanic, monetary wage $15.69, fringe benefits $5.02. 52.232-33, Mandatory Information for Electronic Funds Transfer Payment. U.S. Dept. of Labor Wage Determination No. 94-2043, Rev. 10, applies. 5352.237-9009 Site Visit Arrangement (IAW AFMC FARS 5337.110(A)(90)) (NOV 1995). An organized site visit has been scheduled for 18 Sep 98 at 9:00 a.m. Participants will meet at the Directorate of Contracting, Bldg 2800, 5 South Wolfe Avenue, Edwards AFB CA. Offerors planning to attend are requested to notify Donna Chesher by 4:00 p.m. on 17 Sep 98, by telephone (805)277-3900, ext. 2260. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies. Applicable FAR clauses cited in 52.212-5 are: 52.222-3, Convict Labor; 52.233-3, Protest after Award; 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.219-14, Limitation on Subcontracting; 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-19, European Community Sanctions for Services, 52.222-41, Service Contract Act of 1965, as amended; 52.222-42, Statement of Equivalent Rate for Federal Hires; 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment. DFAR clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items applies. Applicable DFAR clauses cited in 252.212-7001 are 252.247-7024, Notification of Transportation of Supplies by Sea. The Defense Priorities and Allocations System (DPAS) rating is: Unrated . Contact Donna Chesher, fax (805)275-9689, for information regarding this solicitation. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Ave, Edwards AFB CA 93524, on 28 Sep 98. Posted 09/08/98 (W-SN247104). (0251)

Loren Data Corp. http://www.ld.com (SYN# 0047 19980910\J-0016.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page