SOLICITATION NOTICE
J -- Lease of mobile laundry units.
- Notice Date
- 5/11/2004
- Notice Type
- Solicitation Notice
- NAICS
- 532120
— Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
- Contracting Office
- USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
- ZIP Code
- 39208-8860
- Solicitation Number
- W9127Q-04-R-0008
- Response Due
- 5/19/2004
- Archive Date
- 7/18/2004
- Point of Contact
- nancy.munroe, 601-313-1618
- E-Mail Address
-
Email your questions to USPFO for Mississippi
(nancy.munroe@ms.ngb.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Combined Synopsis/Solicitation for mobile laundry units to include full maintenance prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitute s the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation number W9127Q-04-R-0008 is issued as a Request for Proposal. The solicitation and incorporated provisions and clauses are in effect t hrough Federal Acquisition Circular 01-15. This solicitation is an unrestricted procurement. NAICS for determination of size status is 532299, Small Business Standard is $6,000,000. This is a statement of work/scope of contract for the lease of eight (8) each mobile laundry units. These trailers should be available and fully operational by 15 JUN 04. Laundry Unit Description & Capabilities Required: A unit refers to one each self con tained mobile laundry trailer appropriately sized to house a minimum of ten (10) each heavy duty/heavy capacity washers, ten (10) each heavy duty/heavy capacity dryers (minimum of 20# capacity) and an appropriately sized hot water heater to sustain the was hers and dryers during continuous operations. -The units will be free of charge (not coin operated) for the soldiers. ??????Each machine must be able to wash and dry approximately 400 lbs per hour. -The units must arrive totally complete and operational, to include all necessary wiring and piping required for operation. Vendor Will: -Construct mobile units (complete).-Deliver operationally ready unit to Camp Shelby.-Place mobile unit at a location determined by Camp Shelby DPW.-Provide full maintenance su pport during the entire lease period with a maintenance person on site or have the ability to answer maintenance calls within a 24 hour period. Maintenance support must include all necessary parts, labor, material and any additional charges necessary to ke ep the machines fully operation. -Repair machines on site if possible. If a machine requiring repair cannot be repaired within a 24 hour period, the vendor will replace it with an operational machine and fix the broken machine at a later date and alterna te location. The Government will -Determine best location for laundry unit; -Hook up needed utilities (water/electricity); -Provide sewer location and run vendor supplied drain pipe into sewer system for gray water drainage. The soldier will -Use laundry unit at own convenience; -Provide detergent for washing. Proposal must include all delivery/return fees, set-up/tear down fees. CLIN 0001 (Base period) June 15, 2004 ?????? September 30, 2004. Lease of (8) units per month (3.5 mos). CLIN 0002 (Base period) June 15, 2004 ?????? September 30, 2004. Full maintenance for washers/dryers (160 ea) per month per machine (3.5 mos). CL IN 0003, Opt 1 (10/1/04 ?????? 9/30/05) lease of (8) units per month. CLIN 0004, Opt 1 (10/1/04 ?????? 9/30/05) Full maintenance for washers/dryers (160 ea) per month per machine. CLIN 0005, Opt 2 (10/1/05 ??????9/30/06), lease of (8) units per month. CLIN 0006, Opt 2 (10/1/05 ?????? 9/30/06) Full maintenance for washers/dryers. You are invited to submit an alternate proposal for the Government??????s consideration with phased delivery dates if this delivery requirement of June 15, 2004 cannot be met. The following clauses apply: FAR 52-212-1, Instructions to Offerors (Oct 2001); FAR 52-212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-2, Evaluation ?????? Commercial Items; FAR 52.212-5, Contract Terms and Conditions ?????? Required to Implement Statutes or Executive Orders, (May 2001); the following provisions apply ?????? 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns, 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Pr ohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities of the Vietnam Era; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electr onic Funds Transfer ?????? Central Contractor Registration; 52.232-36, Payment by Third Party; 52.219-14, Limitation on Subcontracting. Additional applicable FAR Clauses: FAR 52.247-34 FOB Destination; 52.217-9, Option to Extend the Term of the Contract (Mar 2000): (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the con tract 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 t he exercise of any options under this clause, shall not exceed September 30, 2006. 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984). Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications ???? ?? Commercial Items (May 2001) and DFARS 252.212-7000, Offeror Representations and Certifications ?????? Commercial Items (Nov 1995) with its offer. APPLICABLE DFARS CLAUSES: 252.204-7004, Required Central Contractor Registration (Mar 2000); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisition of Commercial Items (Dec 2000), to include; 252.225-7001 Buy American Act and Balance of Payments Program , 252.225-7007 Buy American Ac t-Trade Agreements-Balance of Payment Program (Sep 1999), Additional DFARS applicable clauses: 52.225-7002, Qualifying Country Sources as Subcontractors (Dec 1991) and DFARS 25-225-7031, Secondary Arab Boycott of Israel (June 1992). Full text of thes e provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil. The Service Contract Act is applicable and must conform to WAGE DETERMINATION NO: 94-2299 REV (22) for Forrest County, Mississippi and can be accessed at http:// www.wdol.gov/. This announcement is the solicitation. Due to the urgent need of this requirement, the proposal is due no later than May 19, 2004 to USPFO-MS, Attn: Nancy Munroe, P & C, 144 Military Drive, Jackson, MS 39232-8860. Proposals may be emailed to nancy.munroe@ms.ngb.army.mil and must be valid for an acceptance period of 30 days. Proposal must be accompanied with at least 3 references/reference letters demonstrating your relevant, past performance. Price and performance are approximately equal. CCR is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. To register on line go to http://www.ccr.gov/. The Contracting Office??????s web site is located at http://www.ngms .state.ms.us/uspfo/.
- Place of Performance
- Address: USPFO for Mississippi 144 Military Drive, Jackson MS
- Zip Code: 39208-8860
- Country: US
- Zip Code: 39208-8860
- Record
- SN00583936-W 20040513/040511212305 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |