PREVENTATIVE MAINTENANCE SERVICE FOR POWER ACCESS AUTOMATIC DOOR OPENERS FOR HANDICAP ACCESS AND POWER DOORS SCOPE OF WORK: 1. GENERAL The Contractor shall provide all labor, materials, equipment and supervision necessary to provide preventative maintenance and emergency repairs/service to personnel automatic door openers. 1.1 INSTRUCTIONS The Contractor shall perform preventative maintenance inspection and service to include but not limited to remote access controls, lubrication, check oil levels top off if necessary cleaning, adjusting and repairs on all doors, on a semi-annual schedule. Initial preventative maintenance inspection and service to be conducted within 30 days of contract award. Contractor shall check in and out of Contract Services Branch, Bldg. 667A, West Point, regardless of work location for the purpose of onsite time and repair verification. The Contractor shall perform second semi-annual services in coordination with the Contracting Officer or his designated representative to be performed during the month of March, each year. Contractor shall perform semi-annual factory recommended preventative maintenance, annual lubrication and adjustment service on 80 power access door openers located at various locations throughout West Point, consisting of 50– Power Access Doors, 24 – Automated Entrance Doors and 6 – M2000 Automatic Doors. Work shall consist of the following: 1.
Remove existing linear actuator lubricant and re-apply factory recommended lubricant.
2. Check mechanical parts, torque and tighten as necessary 3. Check load sensing and time delay. Adjust as necessary to meet ANSI standards. 4. Check and tighten mounting hardware 5. Remove and replace all batteries in wireless activators 6. Record and provide an itemized list of deficiencies by location, with a cost proposal per location 7. Contractor reports and work product become the property of the Government. Required repairs will be performed under contracting forums deemed to be in the best interest of the Government 8. Replace ADA (Americans with Disabilities) decals as needed and necessary Contractor shall coordinate preventative maintenance schedule with the, (COR) CCSB Office, 845-9386211, Jacob Shields, a minimum of five (5) working days prior to anticipated service.
1.2 OPERATING HOURS Contractor shall perform semi-annual preventative maintenance services during normal duty hours of 8:00 am – 4:00 pm, Monday through Friday, excluding holidays. 1.2.1 Contractor shall not respond to any calls from any other than either the Contracting Officer or the Contracting Officer Representative (COR). 1.2.2 Contractor shall provide a written report of all deficiencies noted during semi-annual inspections, including corrective measures taken and replacement parts required, within ten (10) working days following completion of inspection and service. 1.3 PERSONNEL The Contractor shall provide a work force possessing the skills, knowledge, and training to satisfactorily perform the services required by this contract. Personnel performing work under this contract shall remain employees of the Contractor and will not be considered employees of the Government. 1.4 CONDUCT OF PERSONNEL The KO may require the Contractor to remove from the job site, any employee working under this contract for reasons of misconduct, security, or if found to be or suspected to be under the influence of alcohol, drugs, or other incapacitating agent. Contractor employees shall be subject to dismissal from the premises. Contractor employee dismissal shall not relieve the Contractor of the requirements to provide sufficient personnel to perform work under this contract, nor shall it allow the Contractor to submit work late. 1.5 IDENTIFICATION The Contractor shall provide an identification badge for each employee performing service under this contract. The identification badges shall contain the contractor’s name, employee’s name, contract number and project description. Each contractor employee shall conspicuously display on their person the identification badge while performing work under this contract. 1.6 1.6.1 1.6.2
EMERGENCY SERVICE Contractor shall provide emergency repair service on an “On call Basis” responding within the next calendar day following telephonic notification from the Contracting Officer and or the COR. All temporary repairs must be made permanent by replacement of failed components within fifteen (15) days of temporary repairs.
The contractor shall provide all parts to perform required services. All defective parts that are replaces will become the property of the Government. 1.6.3 All parts shall be provided at cost and are to be approved by the COR in advance and reimbursed at a rate of parts (invoice cost) plus 20% (10% overhead and 10% profit). Parts cost should not exceed $5,000.00. All repairs must be coordinated with the COR.
The Contractor shall submit an informational invoice to the COR or individuals identified in the contract. The invoice shall include the contract number, invoice number, CLINS/Line items, current costs and the service provided. 1.6.4 QUALITY CONTROL Quality Control is the responsibility of the Contractor. The Contractor is responsible for the delivery of quality services/supplies to the Government. The Contractor shall develop, implement and maintain an effective Quality Control System which includes a written Quality Control Plan (QCP). The QCP shall implement standardized procedure/methodology for monitoring and documenting contract performance to ensure all work performed is in accordance with (IAW) the PWS and contract requirements are met. The Contractor’s QCP is the means by which the Contractor assures compliance with the requirements of the contract. The Contractors’ QCP must contain a systematic approach to monitor operations to ensure acceptable services/products are provided to the Government. The QCP, as a minimum, shall address continuous process improvement; procedures for scheduling, conducting and documentation of inspection; discrepancy identification and correction; corrective action procedures to include procedures for addressing Government discovered non-conformances; procedures for root cause analysis to identify the root cause and root cause corrective action to prevent re-occurrence of discrepancies; procedures for trend analysis; procedures for collecting and addressing customer feedback/complaints. The Contractor shall upon request provide to the Government their quality control documentation. The Contractor shall submit the QCP with the Contractor’s proposal; two copies (one each) of a comprehensive written QCP shall be submitted to the KO and COR within five (5) working days when changes are made thereafter. After acceptance of the QCP plan the Contractor shall receive the KO’s acceptance in writing of any proposed change to the QCP. The contractor shall coordinate with the COR to ensure that the QCP is acceptable to the Government. 1.6.5 QUALITY ASSURANCE The Government shall evaluate the Contractor’s performance under this contract IAW the Performance Requirements Summary (PRS; Technical Exhibit A of this TO) and with the Quality Assurance Surveillance Plan (QASP). Government surveillance of tasks not listed in the PRS or by methods other than those listed in the PRS may occur during the performance period of this contract. Any action taken by the KO as a result of surveillance will be IAW the terms of this contract and are intended for use by the Government only. The Contractor is not entitled to rely on Government evaluations and inspections for contract compliance and warranties. SERVICE PROVIDER REQUIREMENTS: Contractor shall be a documented Power Access Factory authorized dealer, having at least five (5) experiences installing and servicing said product on projects similar size and scope. 2. INVOICING AND PAYMENT The Contractor shall submit an invoice to COR at the same time as it is being submitted to DFAS-WAWF for payment. Failure to do so may result in slow payment. The invoice shall include the purchase order number, the contract line item number and the services performed.