Missouri Bids > Bid Detail

Gateway Arch National Park - Elevator Maintenance

Agency: INTERIOR, DEPARTMENT OF THE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159569169156668
Posted Date: Mar 31, 2023
Due Date: Apr 14, 2023
Solicitation No: 140P6223Q0008
Source: https://sam.gov/opp/084591079d...
Follow
Gateway Arch National Park - Elevator Maintenance
Active
Contract Opportunity
Notice ID
140P6223Q0008
Related Notice
Department/Ind. Agency
INTERIOR, DEPARTMENT OF THE
Sub-tier
NATIONAL PARK SERVICE
Office
MWR MISSOURI MABO(62000)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 31, 2023 12:56 pm CDT
  • Original Date Offers Due: Apr 14, 2023 05:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J049 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT
  • NAICS Code:
    • 238290 - Other Building Equipment Contractors
  • Place of Performance:
    Gateway Arch National Park Saint Louis , MO 63102
    USA
Description
(i) This is a combined synopsis/solicitation for a commercial item being procured in accordance with the format in Subpart 12.6, as supplemented with additional information as included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. All clauses may be viewed in the entirety at www.acquisition.gov
(ii) The solicitation number 140P6223Q0003 and is issued as a request for quote (RFQ).

(iii) The solicitation incorporates provisions and clauses in effect through the current Federal Acquisition Circular: 2023-02

(iv) This requirement is a 100%, Total Small Business Set-Aside. The relevant NAICS is 238290 ¿ Other Building Contractors (Elevator Maintenance) and the size standard is $23 Million.

(v) Line Items:

All Contract Line Items (CLINS) are By Dollars (UNIT: AU)
Each CLIN price includes 12 monthly services and 1 annual inspection as required by the State of Missouri

CLIN 0010 ¿ Passenger Elevator 1 ¿ Canton Hydraulic Elevator
CLIN 0020 ¿ Passenger Elevator 2 ¿ Canton Hydraulic Elevator
CLIN 0030 ¿ Passenger Elevator 3 ¿ Schindler Hydraulic Elevator 330A
CLIN 0040 ¿ Jefferson National Parks Association Elevator - Schindler E2B S17
CLIN 0050 ¿ Maintenance Elevator ¿ ThyssenKrupp Oildraulic Freight
CLIN 0060 ¿ Escalator 1 ¿ Schindler 9300 Escalator
CLIN 0070 ¿ Escalator 2 ¿ Schindler 9300 Escalator

CLIN 0110 ¿ OPTION YEAR 1 Passenger Elevator 1 ¿ Canton Hydraulic Elevator
CLIN 0120 ¿ OPTION YEAR 1 Passenger Elevator 2 ¿ Canton Hydraulic Elevator
CLIN 0130 ¿ OPTION YEAR 1 Passenger Elevator 3 ¿ Schindler Hydraulic Elevator 330A
CLIN 0140 ¿ OPTION YEAR 1 Jefferson National Parks Association Elevator - Schindler E2B S17
CLIN 0150 ¿ OPTION YEAR 1 Maintenance Elevator ¿ ThyssenKrupp Oildraulic Freight
CLIN 0160 ¿ OPTION YEAR 1 Escalator 1 ¿ Schindler 9300 Escalator
CLIN 0170 ¿ OPTION YEAR 1 Escalator 2 ¿ Schindler 9300 Escalator
CLIN 0210 ¿ OPTION YEAR 2 Passenger Elevator 1 ¿ Canton Hydraulic Elevator
CLIN 0220 ¿ OPTION YEAR 2 Passenger Elevator 2 ¿ Canton Hydraulic Elevator
CLIN 0230 ¿ OPTION YEAR 2 Passenger Elevator 3 ¿ Schindler Hydraulic Elevator 330A
CLIN 0240 ¿ OPTION YEAR 2 Jefferson National Parks Association Elevator - Schindler
CLIN 0250 ¿ OPTION YEAR 2 Maintenance Elevator ¿ ThyssenKrupp Oildraulic Freight E2B S17
CLIN 0260 ¿ OPTION YEAR 2 Escalator 1 ¿ Schindler 9300 Escalator
CLIN 0270 ¿ OPTION YEAR 2 Escalator 2 ¿ Schindler 9300 Escalator
CLIN 0310 ¿ OPTION YEAR 3 Passenger Elevator 1 ¿ Canton Hydraulic Elevator
CLIN 0320 ¿ OPTION YEAR 3 Passenger Elevator 2 ¿ Canton Hydraulic Elevator
CLIN 0330 ¿ OPTION YEAR 3 Passenger Elevator 3 ¿ Schindler Hydraulic Elevator 330A
CLIN 0340 ¿ OPTION YEAR 3 Jefferson National Parks Association Elevator - Schindler
CLIN 0350 ¿ OPTION YEAR 3 Maintenance Elevator ¿ ThyssenKrupp Oildraulic Freight E2B S17
CLIN 0360 ¿ OPTION YEAR 3 Escalator 1 ¿ Schindler 9300 Escalator
CLIN 0370 ¿ OPTION YEAR 3 Escalator 2 ¿ Schindler 9300 Escalator
CLIN 0410 ¿ OPTION YEAR 4 Passenger Elevator 1 ¿ Canton Hydraulic Elevator
CLIN 0420 ¿ OPTION YEAR 4 Passenger Elevator 2 ¿ Canton Hydraulic Elevator
CLIN 0430 ¿ OPTION YEAR 4 Passenger Elevator 3 ¿ Schindler Hydraulic Elevator
CLIN 0440 ¿ OPTION YEAR 4 Jefferson National Parks Association Elevator - Schindler E2B S17
CLIN 0450 ¿ OPTION YEAR 4 Maintenance Elevator ¿ ThyssenKrupp Oildraulic Freight
CLIN 0460 ¿ OPTION YEAR 4 Escalator 1 ¿ Schindler 9300 Escalator
CLIN 0470 ¿ OPTION YEAR 4 Escalator 2 ¿ Schindler 9300 Escalator
(vi) The National Park Service¿s Gateway Arch National Park is seeking quotes for monthly servicing and one annual inspection for four passenger elevators, one freight elevator, and two escalators. A statement of work is attached. The contract resulting from this solicitation will be Firm, Fixed Price

(vii) The first year of the contract is estimated to begin on 1 May 2023 for a duration of one year with four option years.

(viii) FAR provision 52.212-1 Instructions to Offerors ¿ Commercial Products and Services applies to this acquisition.

All interested parties shall be registered and active in the System for Award Management or SAM at time an offer or quotation is submitted.
The offerors shall submit a quote to the contracting officer by email to: matthew_frank@nps.gov

(ix) FAR provision 52. 212-2 Evaluation ¿ Commercial Products and Services applies to this acquisition. The Government will award a firm, fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical capability of the firm quoting, 2. Past performance of the firm quoting, and 3. Price. Technical and past performance, when combined, are as important as price.

(x) Offers shall include a completed copy of paragraph (b) from within FAR provision 52.212-3 ¿ Offer Representations and Certifications ¿ Commercial Products and Services with its offer.
(xi) FAR clause 52.212-4, Contract Terms and Conditions ¿ Commercial Products and Commercial Services (Dec 2022), applies to this acquisition. No addenda are attached.
(xii) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (March 2023), applies to this acquisition. The following clauses within 52.212-5 apply:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note).
52.209-6, Protecting the Government¿s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note).
52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C.644).
52.219-28, Post Award Small Business Program Rerepresentation (MAR 2023) (15 U.S.C. 632(a)(2)).
52.222-3, Convict Labor (June 2003) (E.O.11755).
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Dec 2022) (E.O.13126).
52.222-21, Prohibition of Segregated Facilities (Apr 2015).
52.222-26, Equal Opportunity (Sept 2016) (E.O.11246)
52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).
52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C.793).
52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).
52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513).
52.225-1, Buy American-Supplies (OCT 2022) (41 U.S.C. chapter 83).
52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.¿s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).
52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). Checked for Service contracts
Wage Determination No. 1986-1207, Rev. 54, 12JAN2023
52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
23210 Elevator Repairer, Wage: $32.57/hr Fringe: $11.81/hr
52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (JAN 2022).
52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706).

(xiii) The following provisions and clauses are incorporated by reference IAW FAR 52.252-1 into this request for quote:

Provisions

52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
52.204-7 System for Award Management (Oct 2018)
52.204-16 Commercial and Government Entity Code Reporting (Aug 2020)
52.204-22 Alternative Line Item Proposal (Jan 2017)
52.204-24 Representation Regarding Certain Telecommunication and Video Surveillance Services or Equipment (Nov 2021)
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations ¿ Representation (Nov 2015)
52.212-1 Instructions to Offerors - Commercial Products and Commercial Services (Mar 2023)

Clauses

52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Jun 2020)
52.204-13 System for Award Management Maintenance (Oct 2018)
52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)
52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014)
52.223-5 Pollution Prevention and Right-to-Know Information (May 2011)
52.232-18 Availability of Funds (Apr 1984)
52.253-1 Computer Generated Forms (Jan 1991)

The following provisions and clauses are included in full text as prescribed:

52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020)

(a)        Definitions. As used in this provision, ¿covered telecommunications equipment or services¿ and ¿reasonable inquiry¿ have the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

(b)        Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for ¿covered telecommunications equipment or services¿.

(c)        Representations. (1) The Offeror represents that it [ ] does, [ ] does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument.

(2) After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it [ ] does, [ ] does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services.

(End of provision)

52.217-8 Option to Extend Services (Nov 1999)

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days.

(End of clause)

52.217-9 Option to Extend the Term of the Contract

(a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years.

(End of clause)

Invoicing Processing Platform (IPP) ¿ Treasury Electronic Invoicing System (May 2016)

Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP).

"Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Products and Commercial Services included in commercial item contracts. The IPP website address is: https://www.ipp.gov.

Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice:

1. Copy of vendor invoice document in PDF format, which shows pricing breakdown for all items being invoiced for and must include the contract number, date(s) of service (if applicable), date of invoice, and the vendor¿s standard invoice letterhead.

The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email IPPCustomerSupport@fiscal.treasury.gov or phone (866) 973-3131.

If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation.

(End of Local Clause)

(xiv) N/A

(xv) All quotes shall be received, via email to matthew_frank@nps.gov, no later than 17:00 Central, on 14 April 2023.

(xvi) All communication regarding this solicitation, including questions and requests for additional information, shall be emailed to matthew_frank@nps.gov
Attachments:

Statement of Work
Wage Determination

Attachments/Links
Contact Information
Contracting Office Address
  • DOI, NPS, MWR - Missouri MABO 601 Riverfront Drive
  • Omaha , NE 68102
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 31, 2023 12:56 pm CDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >