Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,2000 PSA#2666

Dir of Contracting, SIOLE-KO, Cdrlead, 1 Overcash Avenue, Chambersburg, PA 17201-4152

J -- ALIGN CRANE RAILS SOL DAAH17-00-Q-0058 DUE 082200 POC Tanya Brown, Contract Specialist 717-267-5395 or Carmine Unger, Contracting Officer, 717-267-9810. This is a modification to the combined synopsis/solicitation DAAH17-00-Q-0058. 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is DAAH17-00-Q-0058 and will be issued as a Request for Quotation. The solicitation document incorporates all provisions and clauses that are in effect through Federal Acquisition Circular 97-18. This is a 100% small business set-aside. The SIC code is 3536 and business size standard is 500 employees. Performance will be made at Letterkenny Army Depot, Chambersburg, PA. Contractor shall perform the work at Letterkenny Army Depot beginning Friday, October 6 and be completed no later than Tuesday, October 10, working eight hours per day. Survey may be performed prior to October 6 upon requestfrom the contractor subject to Letterkenny Army Depot's approval. Within 14 calendar days of award, contractor must attend a post award conference to be held at Letterkenny Army Depot for the purpose of viewing the work area and discussing arrangements that must be made as far as space, hours, etc. Site inspection was held on August 3, 2000. It was stated at inspection that the area would be cleared out so that equipment may be operated along the crane rails. All applicable safety regulations must be followed during the maintenance. All labor rates are at first shift rates. Wage determination 94-2249 Rev (13), dated 06/04/2000 is hereby incorporated as part of this solicitation. This synopsis/quotation is for the contractor to furnish all labor, equipment, and supplies to perform inspection, maintenance and alignment of two crane rails in Building 370 at Letterkenny Army Depot, Chambersburg, Pennsylvania. These crane rails must be aligned within CMAA (Crane Manufacturer's Association of America) tolerances. The crane rails support a 10 and 20 ton overhead crane. Pricing is requested in the following format: CLIN 0001 Perform survey to determine the necessary alignment to be performed. CLIN 0002 Perform alignment/adjustments of 15 each columns. Provide all labor, equipment and material to do so. CLIN 0003 Perform additional alignment/adjustments over and above 15 each columns (in CLIN 0002); estimated quantity 5 each. Includes all labor, equipment and materials to do so. CLIN 0004 Perform additional alignment/adjustments over and above 20 each columns (included in CLINS 2 and 3); estimated quantity 5 each. Includes all necessary labor, equipment and materials to do so. CLIN 0005 Perform additional alignment/adjustments over and above 25 each columns (included in CLINS 2,3 and 4); estimated quantity 5 each. Includes all necessary labor, equipment and materials to do so. NOTE: CLINS 3, 4 and 5 will only be paid after receipt of valid invoice for actual work performed in accordance with direction from Technical Point Of Contact (TPOC). CLINS 3,4 and 5 shall not be performed unless directed by TPOC. Payment will only be made for actual work performed. Please state in your proposal the method that you will be using to complete the survey and how you plan to complete the alignment/maintenance. Also request that the proposals include the length of time the work will take so necessary accommodations can be made. Offerors are asked to provide their business size in reference to the above SIC Code. FAR 52.212-1 is applicable to this acquisition. Proposals will be evaluated based on price. Due to the unknown extent of adjustment that will be required, award evaluation shall be made on an aggregate of CLINs 0001 through 0003. However, CLINs 0004 and 0005 will be evaluated as to their reasonableness based on the pricing received for CLINs 0002 and 0003. FAR 52.212-4 and 52.212-5 are applicable to this acquisition. The following clauses cited in FAR 52.212-5 are also applicable: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, and 52.232-33. In addition, the following FAR clauses are applicable: 52.219-6, 52.222-1, 52.222-3, 52.222-42, 52.232-36, and 52.228-5. DFARS 252.243-7001, 252.204-7003 and 252.204-7004 also apply. In accordance with the Debt Collection Improvement Act of 1996 and DFARS 204.7303, Central Contractor Registration Policy, all prospective contractors must be registered in the CCR database prior to award of a contract. Per clause 52.222-42, the following class of service employees have been identified as being expected to be employed under the contract and states the wages payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This statement is for information only. It is not a wage determination. The following class of employees applies: two Heavy Equipment Mechanics, wage rate is $15.40/hour. Insurance. Pursuant to the requirements of the contract clause titled "Insurance-Work on a Government Installation", the contractor shall obtain and maintain at least the following kinds of insurance and minimum liability coverage during any period of contract performance: a. Workmen's Compensation and occupational disease coverage as required by law except that, if this contract is to be performed in a state that does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such state will be satisfactory. The required Workmen's Compensation Insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability limit of $100,000. b. Comprehensive General Liability Insurance in the minimum limit of $500,000 per occurrence for bodily injury liability. c. Comprehensive Automotive Liability Insurance with minimum limits of $200,000 per person and $500,000 per bodily injury, and a minimum limit of $20,000 per occurrence for property damage. Quotations may be submitted on Standard Form 1449. The Defense Priorities and Allocations System rating is DOS1. The due date and time for receipt of proposals is 4:00 PM EST, 22 August 2000, to Letterkenny Army Depot, Directorate of Contracting, 1 Overcash Avenue, ATTN: AMSAM-LE-KO, Bldg. 2, Tanya Brown, Chambersburg, PA 17201-4152. Quotations may be datafaxed to 717-267-9834. All offerors must reference the synopsis/solicitation number and the due date for receipt of quotations. Each quotation must contain the name, address and telephone number of the offeror and remit to address. If not submitted utilizing SF1449, offer must include a statement specifying the intent of agreement with all terms and conditions of this synopsis/solicitation. All offerors must hold their prices firm for 60 calendar days from the due date specified for receipt of quotations. Any quotations or mods to quotations received after the specified due date will not be considered. All clauses and provisions referenced in this announcement may be accessed at the following web site: http://www.gsa.gov/far/current. or www.deskbook.osd.mil. For any questions concerning the solicitation package, contact Ms. Tanya Brown at 717-267-5395. All responsible offerors may submit a proposal that will be considered. Numbered Note is 1. Posted 08/15/00 (W-SN486208). (0228)

Loren Data Corp. http://www.ld.com (SYN# 0073 20000817\J-0020.SOL)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |


Created on August 15, 2000 by Loren Data Corp. -- info@ld.com