COMMERCE BUSINESS DAILY ISSUE OF AUGUST 31, 2001 PSA #2927
SOLICITATIONS
J -- ELEVATOR MAINTENANCE
- Notice Date
- August 29, 2001
- Contracting Office
- US Army Intelligence Center and Fort Huachuca, ATTN: ATZS-DK, P.O. Box 12748, Fort Huachuca, AZ 85670-2748
- ZIP Code
- 85670-2748
- Solicitation Number
- DABT63-01-B-0001
- Response Due
- September 18, 2001
- Point of Contact
- Ruth Archer, 520-538-0403
- E-Mail Address
- US Army Intelligence Center and Fort Huachuca (ruth.archer@hua.army.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as implemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are bein g requested and a written solicitation will not be issued. Solicitation DABT63-01-B-0001 is issued as an Invitation for Bid. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. This solicitation is being issued on an unrestricted basis. The NAICS code is 235990. This proposed solicitation is unrestricted and bids will be accepted from all responsible sources. A listing of contract line items and associated quantities, including elevator types and locations, will be provided upon request. Contact Ruth Archer at (520) 538-0403 or e-mail address ruth.archer@hua.army.mil to request a copy. Pricing must be included for all line items including the base and all option years. The contractor shall furnish all labor, transportation, tools, equipment, materials, and supplies including all repair parts necessary to inspect, clean, adjust, lubricate, and provide full and complete maintenance and repair service of 23 elevators on For t Huachuca, AZ. The proposed procurement is for a base year, estimated to begin on 1 Oct 2001, and 4 one-year options. A firm fixed price requirements contract is contemplated. All work shall be conducted during the hours of 7:00 a.m. to 3:30 p.m., Monday through Friday, unless otherwise approved by Contracting Officer Representative (COR). No scheduled work will be performed on Government holidays without prior Contracting Officer approval. GOVERNMENT-FURNISHED ITEMS. None. CONTRACTOR-FURNISHED ITEMS. Contractor shall provide all equipment or material required to complete job. The contractor shall furnish a certified inspector in accordance with ANSI/ASME QEI-1 to be present during the annual and 5-year tests on electric el evators and the annual test on hydraulic elevators. All vendors will be responsible for furnishing a copy of their certification for elevator inspections with their bid. Contractor shall maintain an inventory of spare parts required for providing normal ma intenance and repair of elevators. The contractor shall examine elevators as scheduled and clean, adjust, and lubricate as required. If conditions warrant, the contractor shall repair or replace equipment. The contractor shall use, for repair and/or mainte nance, new parts of equal or better quality than original manufacturer s parts. If, while on a scheduled service visit, the contractor receives information an elevator not scheduled for service is requiring repair service, contractor shall perform service to that elevator. The contractor shall conduct an annual safety test in accordance with ANSI/ASME A17.1, Rule 1002.1. Results of this test shall be submitted to the COR within 10 working days upon completion of test. The contractor shall place certificati on cards in each elevator showing the date of the last safety test performed. One-Year Inspection and Test. The annual static and relief pressure test shall be performed on all hydraulic elevators during the month of November of each year. The test shall be performed in accordance with ANSI/ASME A17.1, Rule 1005.2. The results of this test shall be submitted to the COR within 10 working days upon completion of test. Five-Year Inspection. The 5-year inspection/test shall be performed during the month of No vember 2001 in the presence of the COR or the Government inspector on the eight elevators within building 61801. The inspection shall include weight test as prescribed in ANSI/ASME A.17.1, Rule 1002.3. Results of this test shall be provided to the COR wi thin 10 working days upon completion of test. Maintenance records shall be kept on each regulation visit and inspection listing all work accomplished. Copies shall be provided to the COR fo r retention in office files and copies shall be posted in each elevator. In the event of a malfunction of the elevators, the contractor shall begin repair not later than 6 hours after being notified. Emergency phone numbers shall be provided to the COR up on award of contract. Emergency calls for service shall be performed for all of the elevators designated. Current wage determination number 94-2025, Rev 23, 05/31/2001 will apply. Inspection shall be performed as scheduled on all elevators under this contract. All lubricants, cleaning materials, paint, and other necessary supplies shall be furnished by the contractor. Any accumulated rubbish shall be removed from the site. Refinish ing of elevator cars or doors is not the responsibility of the contractor. However, any damage to the foregoing due to the fault and/or negligence of the contractor shall be repaired or replaced by the contractor at no additional charge. The publications l isted below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only: American Society of Mechanical Engineers/American National Standards Institute ANSI/ASME A17.1, Rule 1002.1, 1002.3, 1005.2, 1005.3, ANSI/ASME QE-1, Standard for the Qualification of Elevator Inspectors. FOB Destination -- Fort Huachuca, Arizona as designated in individual task orders. The following provisions apply to this acquisition: 52.212-1, Instruction to Offers-Commercial with addendum: Proof of elevator inspection certification shall be included with submission of bid. 52.214-10, Contract Award Sealed Bidding. Award will be ma de to the lowest responsive, responsible bidder, price and other factors considered. 52.212-3 ALT 1, Offeror Representations and Certifications-Commercial Items, and 252.212-7000 with the same title, must be completed and submitted with bid. Addendum: P aragraph (b) of 52.212-3 (ALT 1) does not apply as the clause at 252.204-7004, Required Central Contract Registration will apply.). The rep and certs provisions 52.212-3 (Alt 1), and 252.212-7000 may be obtained in full text via the Internet at http://fars ite.hill.afmil/VFFAR1.HTM. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items; including 52.203-6, 52.219-4, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41 and 52.222-43. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Execute Orders Applicable to Defense Acquisition of Commercial Items, including 252.225-7001, 252.225-7012 and 242.243 -7002. 252.225-7017, Prohibition on Award to Companies Owned by the People s Republic of China. 52.232-18, Subject to Availability of Funds. 52.216-18, Ordering (fill-in info will be provided with CLIN sheets). 52.216-19, Order Limitation (fill-in info wil l be provided with CLIN sheets). 52.216-21, Requirements (fill-in info will be provided with CLIN sheets). 52.228-5, Insurance -- Work on a Government Installation. 52.211.11, Liquidated Damages, Supplies, Service, or R&D (fill-in info will be provided with CLIN sheets). 52.217-5, Evaluation of Options. 52.217-8. Option to Extend Services (fill-in info will be provided with CLIN sheets.)252.201-7000, Contracting Officer s Representative. Local provisions regarding access to Fort Huachuca and registration of privately owned vehicles will also apply and will be provided in full text with the CLIN sheets. The Defense Priorities and Allocations System (DPAS) assigned rating is DO-S10. Bids are due by 18 September 12:00pm (MST), to the Directorate of Contracting, ATTN: ATZS-DKO-H, Ruth Archer, P.O. Box 12748, Fort Huachuca, AZ 85613-2748 or FedEx, company express, to the Directorate of Contracting, ATTN: ATZS-DKO-H (Ruth Archer), Buildin g 22208 Augur Street, Fort Huachuca, AZ 85613-0748. Required Central Contractor Registration applies. Central Contractor Registr ation can be accessed on the Internet at: http://www.ccr2000.com/and the Commerce Business Daily at: http://cbdnet.access.qpo.gov/. Facsimile will not be accepted.
- Web Link
- Army Single Face to Industry (http://acquisition.army.mil)
- Record
- Loren Data Corp. 20010831/JSOL022.HTM (D-241 SN50W270)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on August 29, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|