Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

Overhead Roll-up Door Maintenance

Solicitation Number: FA4625-08-Q-0017
Agency: Department of the Air Force
Office: Air Combat Command
Location: 509 CONS
  • Print
:
FA4625-08-Q-0017
:
Combined Synopsis/Solicitation
:
Added: Jul 10, 2008 1:48 pm

THIS REQUIREMENT IS PROVIDED FOR IN THE INSTALLATION'S FY09 EXECUTION PLAN, PENDING CONGRESSIONAL APPROVAL OF THE FY09 APPROPRIATION'S BILL. ALL PRICING FROM OFFERS RECEIVED SHALL REMAIN VALID THRU OCT 31, 2008.
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. Solicitation number FA4625-08-Q-0017 is issued as a request for quotation to service and maintain overhead doors at Whiteman AFB, MO. The acquisition performance period is for one (1) 12-month base period and three (3) 12-month option periods. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25, DFARS DCN 20080513, AFFARS AFAC 2008-0128. The NAICS code is 811310 with the corresponding small business size standard of $6.5M. This acquisition is set aside 100% for small business concerns. General Wage Decision #2005-2307 Revision 6 dated 5/29/2008 applies to this acquisition and can be found at http://www.wdol.gov/. All offers are to remain valid until 31 Oct. 2008. The following factors shall be used to evaluate offers: Price. Paper copies of the Request for Quotation shall not be made available.


STATEMENT OF WORK
FY09 FIRE DEPT. OVERHEAD DOOR MAINTENANCE
Whiteman Air Force Base, Missouri



1. Contractor shall furnish all tools, labor, transportation, and replacement parts to maintain, minor and major repairs to seven-teen (17) overhead roll-up doors (5 doors are (hxl)16.1'x 14.2' and 12 doors are 19.1'x14.2'.) at building 34 and four (4) roll-up doors (4 doors are 14'x 12.3') at building 121 Fire Extinguisher Maintenance Facility in a manner that will ensure its serviceability and prevent deterioration in operational effectiveness.


2. Maintenance agreement is for the period of 01 Oct 08 - 30 September 09. Preventative maintenance inspections shall be performed monthly, for a total of twelve (12) inspections and maintenance cycles. Contractor shall call at least 24 hours in advance to schedule the visit.


3. The government shall provide escort for the Contractor for maintenance and inspection of the overhead doors located in building 34. The Base Fire Station is in a secure area. The contractor is required to submit, on company letterhead, the names, social security numbers, driver's license, and date of birth of each employee that will require escort. The vehicle make, model, year, color, and license plate will be required to bring a vehicle into the secure area. All motor vehicles coming onto Whiteman AFB must meet state inspection and insurance criteria. Proof of that will be checked at the Visitor Center located at the Spirit Gate entrance.


4. The Contractor shall enter and exit through the Spirit Gate located on the west side of the installation unless directed by security personnel.


5. The Contractor is subject to all base fire, safety, and security regulations.


6. Preventative maintenance shall include the following checks; proper door operation, inspecting door springs, operators, door rollers, panel hinges, screws, and check for frayed cables. Any replacement of these components shall be covered by this agreement.


7. The Contractor shall also be responsible for minor repairs to the doors, i.e. replace damaged, broken door rollers, door hinges, and replacing frayed cables and windows replacements. Labor is inclusive. Parts and/or materials to be supplied by contractor.


8. The Contractor shall also be responsible for major repairs to the doors the service will also require the removal and reinstallation of overhead door and electrical motor/operator. Labor is inclusive. Parts and/or materials to be supplied by contractor.


9. Repair parts shall be on a one for one basis. Verification will be accomplished through the 509 CES/CEF Quality Assurance Monitor. The contractor shall be reimbursed under Contract Line Item Number (CLIN) 0001AB. Any item(s) purchased under CLIN 000IAB costing over $500.00 must be approved by the Contracting Officer prior to purchase.


10. Before leaving the area the Contractor must debrief the Logistics and/or the Assistant Chief of Operations from the fire department of all work performed and findings. The Contractor must generate a full and complete report of all work performed and repairs made within 3 days.


11. Contractor shall not remove any parts or equipment without written approval of the 509 CES Service Contract Section, 660-687-3204.


12. Contractor shall respond to emergency service calls within twenty-four (24) hours of notification or six (6) hours during inclement weather.


13. Normal working or maintenance hours are from 0700 - 1600 hrs. Unless approved by the Contracting Office.


14. Contractor is not required to provide inspection or maintenance visits on Federal holidays or weekends. This does not pertain to emergency service calls needed for mission requirement. If inspection or maintenance visits are on those days the following Monday shall be the visit day.


15. Contractor shall insure that the overhead doors operate in accordance with and specified by the manufacturer after the completion of each preventative maintenance service or repair.


16. Contractor shall perform all work in accordance with the manufacturer's recommendation for commercial practices and the American National Safety Code.


17. The Contracting office has sole authority to make alterations or changes to this service agreement. Work not covered under this service agreement shall not be performed without approval of the Contracting Officer. Failure to receive approval prior to work may waive the Contractor's right to payment.


18. The government will periodically evaluate the contractor's performance in the following areas:



Performance Objective Performance Threshold
Maintain and Repair the Overhead Doors
Items requiring maintenance are timely and correctly repaired or replace. Submit accurate and timely reports. The overhead doors operational at all times to keep crash fire rescue response times. Submit reports within 3 working days
Response Time
Responses to overhead maintenance are timely. Provide immediate verbal assistance and respond to overhead door out of service as soon as practical.


 


PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE
52.204-6, DUNS
52.204-9, Personal Identity Verification of Contractor Personnel
52.212-1, Instructions to Offerors
52.212-2, Evaluation-Commercial Items
52.212-3, Reps and Certs
52.212-4, Contract Terms and Conditions Commercial Items
52.212-5, Contract Terms and Conditions Commerical Items (including the following)
52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I
52.219-8, Utilization of Small Business Concerns
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
52.222-36, Affirmative Action for Workers with Disabilities
52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration
52.222-41, Service Contract Act of 1965
52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment
52.222-42, Statement of Equivalent Rates for Federal Hires fill-in (Roll-up Door Technician, $27.86)
52.216-1, Type of Contract
52.217-8, Option to Extend Services fill-in (30 days)
52.217-9, Option to Extend the Term of the Contract fill-in (a) 30 days, 60 days (c) 5 years 6 months
52.232-18, Availability of Funds Fill-in (30Sep2009)
52.232-19, Availability of Funds for the Next Fiscal Year Fill-in (30Sep2009)
52.233-2, Service of Protest fill-in (509th Contracting Squadron/LGCA, Whiteman AFB, MO 65305-5344)
52.252-1, Solicitation Provisions incorporated by reference fill-in (http://farsite.hill.af.mil)
52.252-2, Clauses incorporated by reference fill-in (http://farsite.hill.af.mil)
52.252-5, Authorized Deviations in Provisions fill-in (a )(48 CFR Chapter 1), (b) (48 CFR Chapter 2)
52.252-6, Authorized Deviations in Clauses fill-in (a )(48 CFR Chapter 1), (b) (48 CFR Chapter 2)
252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items.
52.203-3, Gratuities
252.232-7003, Electronic Submission of Payment Requests
5352.201-9101, Ombudsman Mr. Raymond Carpenter/129 Andrews Street, Ste 102/Langley AFB VA 23665-2769/ Phone: (757) 764-5371 Fax: (757) 764-4400
5352.223-9001, Health and Safety on Government Installations
5352.242-9000, Contractor Access to Air Force Installations


ADDENDA to 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS
Para (a) First sentence is changed to read: The NAICS code and small business size standard for this acquisition appear on the front page of the combined synopsis solicitation.
Para (b)(8) is changed to read: A completed copy of the representations and certifications at FAR 52.203-2 and DFARS 252.212-7000; and returned in their entirety. FAR 52.212-3 shall be accomplished on-line through the On-line Representations and Certifications Application (ORCA) implemented in FAR Clause 52.212-3. ORCA enables vendors to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov.
Para (b)(10): This paragraph is deleted.
Para (c): This paragraph is changed to read-Period for acceptance of offers. The Offeror agrees to hold the price in its offer firm until 31 October 2008.
Para (e): This paragraph is deleted.
Para (g): This paragraph is deleted.
Para (h): This paragraph is deleted


FAR 52.212-4(c) is hereby tailored as follows: Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government.

Quotes are to be e-mailed to the following e-mail address: daniel.blackmore@whiteman.af.mil; carl.see@whiteman.af.mil; or sent by FAX to (660) 687-5462 to the attention of A1C Daniel Blackmore. NOTE: Quotations shall be received by 25 Jul 2008, 1:00 PM CST; late quotations will not be considered for award. Prospective offeror must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) in order to be eligible for award. All responsible sources may submit a quotation which, if timely received, shall be considered by this agency.


 


 


Added: Jul 21, 2008 2:16 pm

We will be having one site visit only for this particular requirement.  On August 15, 2008 at 10:00 AM CST we will meet at the Visitor's Center on the West side of the base off of 23 Highway.  In order to see the overhead doors at the Fire Station the following information will need to be sent to brian.munley@whiteman.af.mil:


1.  Fullname


2.  Social Security Number


3.  Date of Birth


4.  U.S. Citizenship status


5.  Driver's License number & state of issuance. 


The information above must be sent to Mr. Munley no later than 04 Aug, 2008.  This e-mail should include the solicitation number and title for the overhead doors. 

Please consult the list of document viewers if you cannot open a file.

Bid Schedule

Type:
Other (Draft RFPs/RFIs, Responses to Questions, etc..)
Label:
Bid Schedule
Posted Date:
July 10, 2008
Description: Bid Schedule for FA4625-08-Q-0017
:
727 Second St - Suite 124A
Whiteman AFB, Missouri 65305
:
Whiteman AFB, Missouri 65305
United States
:
Daniel S. Blackmore
Phone: 6606875431
:
Carl See,
Contracting Officer
Phone: 660-687-5425
Fax: 660-687-5462