SOLICITATION NOTICE
J -- J073--for Government-Owned Commercial Galley Equipment
- Notice Date
- 8/30/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811412
— Appliance Repair and Maintenance
- Contracting Office
- N68836 NAVSUP Fleet Logistics Center Jacksonville Corpus Christi Office 9035 Ocean Drive Corpus Christi, TX
- ZIP Code
- 00000
- Solicitation Number
- N8344712RC039
- Response Due
- 9/7/2012
- Archive Date
- 10/10/2012
- Point of Contact
- Maria H. Gauntt 361-961-2669
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 N8344712RC039XB applies and is issued for the required services/repairs. The North American Industry Classification System Code is 811412 and the Small Business Size Standard is $14.0. STATEMENT OF WORK 1 INTRODUCTION Moreland Dining Hall requires service/repair/maintenance contract for its facility located at 1506 Burke Avenue onboard Naval Station Fort Worth, Joint Reserve Base, Fort Worth, Texas 76127. Period of Performance is for one year. Anticipated tart date would 10 Sep 2012 to 09 Sep 2013. 1.1 BACKGROUND 1.1.1 Purpose is to have as little down time of equipment as possible as to not impact the mission of the dining facility. 1.1.2 Majority of the mixers, deep fat fryers, reach-in chill boxes and freezers are approximately 7 year old. The dishwasher and ovens are approximately 1 year old and the coppers are about 1 year old. 1.2 SCOPE 1.2.1. Government request the contractor s response time to be within 4 hours in cases involving the walk-in freezers, chill boxes, dairy boxes, reach-in chill boxes, standard freezers, ice makers, and dishwashers. Response time for all other equipment (or non-emergency phone calls) is 8 hours. New parts will be utilized for repairs vice refurbished parts. All material must be covered by the manufacturer s warranty. Contract award will include installation services of any new procured government owned galley equipment in accordance with manufacturer terms and conditions. 1.2.2Daily operating hours for Moreland Dining Facility are 0530 to 1900 excluding holiday hours. Repairs are to be completed during normal duty hours. In case of emergencies, arrangements will be made between Dining Facility Manger and contractor. 1.2.3Contractor shall provide inspection report of faulty equipment. 1.2.4Contractor shall provide status on backorder material. 1.2.5Contractor shall be responsible for removal and disposal of any hazardous material used during the repair procedure. (e.g. freon or mercury). This will include any trash (e.g. packaging material and such). 1.2.6Contractor shall supply all parts and labor. 1.2.7No additional charge for shipping and travel shall be incurred by government. 3.1 TECHNICAL REQUIREMENTS 3.1.1The contractor shall provide qualified technicians who are knowledgeable in repair of above equipment. Proper licensing/certifications must be on-file and available upon request. 3.1.2Contractor is required to maintain a small inventory of repairable parts for quick turn-around. 3.1.3Contractor is required to have valid driver s license with current vehicle registration and insurance in order to obtain base access for the duration of the contract. 4.1 CONTRACT MANAGEMENT 3.2.1 The Contractor shall invoice once monthly in arrears. Payment will be via government purchase card. Equipment Inventory List is attached. This Purchase order is only for labor and trip charges. Replacement parts will be procured by the customer via credit card standalone procurement action. Material will be procured at manufacturer s suggested list price without mark up plus the shipping cost, which is estimated between 5 to 10 percent of the material value. Contractor shall obtain written approval from Government representative before ordering any replacement parts for required repairs. Contractor is instructed to quote as follows: Standard labor rate: Overtime labor rate: Holiday labor rate: Service call: Trip charge: Overtime trip charge: Holiday trip charge: The following FAR and DFAR provisions and clauses are incorporated as follows: Clauses Incorporated By Reference: 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10-Reporting Executive Compensation and First-Tier Subcontract Awards 52.211-17 - Delivery of excess Quantities 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.212-4 Contract Terms and Conditions Commercial Items 52.247-34 FOB Destination 52.252-2-Clauses Incorporated by Reference FAR Clauses 52.212-3 - Offeror Representations and Certifications-Commercial Items 52.212-3 Alt 1- Offeror Representations and Certifications-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items within are the following: 52.219-1 - Small Business Program Representations 52.222-3 -Convict Labor 52.222-19Child Labor-Cooperation with Authorities and Remedies 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 And Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disable Veterans, Veterans of the Vietnam Era and Other Eligible Veterans 52.222-41-Service Contract Act 52.222-42Statement of Equivalent Rates for Federal Hires 52.225-13 Restrictions on Certain Foreign Purchases 52.232.36 Payment by Third Party FAR Clause: Full Text 52.204-99- SYSTEM FOR AWARD MANAGEMENT REGISTRATION (DEV) 52.213-3-Notice to Supplier 52.215-5 - Facsimile Proposals 52.223-6-Drug-Free Workplace DFAR Clause: 252.212-7001 Contractor Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports FOIA - Unit Prices Contractor s unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information (FOIA). The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses include county, 2) Cage Code, 3) Dun and Bradstreet number, 4) Taxpayer ID number, 4) Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items and 252.212-7000 Offeror Representations and Certifications-Commercial Items ( with their offer). Buyer intends to issue award using a purchase order or delivery order. Bids from sellers unable to accept purchase orders or delivery orders will not be considered for award. The Government intends to make a single award to the eligible, responsible Offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price, technical capability and price-related factors. Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions received after Thursday, 6 September 2012, 1000 CST deadline will not be considered. Quotations must be in writing and may be faxed or mailed to the following. Attn: Maria H. Gauntt, Fleet Logistic Center Jacksonville, Corpus Christi, 9035 Ocean Drive, Corpus Christi, TX 78419-5021. Fax 361-961-2394, Telephone 361-961-2669, e-mail maria.gauntt@navy.mil Anticipated award dated 10 Sep 2012. NOTE: INVENTORY LIST IS ATTACHED
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836CorpusChristi/N8344712RC039/listing.html)
- Place of Performance
- Address: Moreland Dining Hall
- Zip Code: 1506 Burke Avenue
- Zip Code: 1506 Burke Avenue
- Record
- SN02861880-W 20120901/120830235951-7c7d038cc76eb9f3c6474db3b9eb053c (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |