Description
The U.S. Embassy in Kingston requires the Contractor to maintain the vertical reciprocating lifts identified in Attachment (1) in safe, reliable and efficient operating condition. The Contractor shall provide all necessary managerial, administrative and direct labor personnel, and as well as all necessary transportation, equipment, tools, supplies and materials required to perform inspection, maintenance, repair, and component replacement as required to maintain the lifts in accordance with the manufacturer's specifications in compliance with B20.1 2006 . Under this contract parts will be provided by US Embassy Kingston, Jamacia. Under this contract the Contractor shall provide the following. Provide a maintenance agreement written in English. Maintenance means that all materials, supplies and labor are included, parts will be provided by US Embassy. Payment terms are for services rendered and not in advance. An equipment specific maintenance check list that will be filled out during each visit. This document should reflect the specific maintenance requirements for a piece of equipment and is required to be posted in the lift machine space. A schedule that defines the exact day, each month, maintenance will occur, and the duration of time required. Also, a list of tools being brought on site. Provisions for testing. Testing requirements are: Annual “No-Load” Safety Tests and Five Year “Full Load” Safety Tests in accordance with local regulations unless otherwise stated. The contractor shall provide all necessary procedures, labor, testing equipment and test weights. OBO Inspector will witness all No-Load and Full-Load inspections. The anticipated performance period is for 12 months. All responsible sources may submit a quotation, which will be considered. The Government may award the contract based on the initial offer without discussion. The resultant contract will be a firm fixed price type contract. All contractors must be registered in the SAM (System for Award Management) Database https://www.sam.gov prior to submitting an offer pursuant to FAR provision 52.204-7. Therefore, prospective offerors are encouraged to register prior to the submittal of quotations/proposals. Electronic Submission/Responses: This opportunity allows for electronic responses. Please submit your offer prior to the response date and time.
Classification
Place of Performance
Contracting Office
Contacts
Attachments (1)