Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2025 SAM #8450
SOLICITATION NOTICE

J -- SUBASE Kings Bay Car Wash Equipment Replacement

Notice Date
1/13/2025 1:51:26 PM
 
Notice Type
Solicitation
 
NAICS
811192 — Car Washes
 
Contracting Office
COMMANDER NAVY INSTALLATIONS CMD MILLINGTON TN 38055-6500 USA
 
ZIP Code
38055-6500
 
Solicitation Number
NAVMWR-25-Q-0018
 
Response Due
1/23/2025 1:00:00 PM
 
Archive Date
02/07/2025
 
Point of Contact
Nika Maldonado, Phone: 9019307728
 
E-Mail Address
nika.n.maldonado.naf@us.navy.mil
(nika.n.maldonado.naf@us.navy.mil)
 
Description
The Contractor shall provide all services, including materials, labor and installation required for the complete removal and replacement of a four (4) bay self-service car wash system located at SUBASE Kings Bay. Work shall include but is not limited to the following: 1. Site Investigation: The Contractor shall provide and perform all necessary site investigation and utility locates (including, but not limited to, sub-surface utility �pot holing�) as required to complete the project. All site investigation activities shall be coordinated with appropriate Installation personnel through the Point of Contact (POC). 2. Materials: The Contractor shall provide all materials, equipment and fixtures, including all required accessories, necessary to produce a complete and useable facility. Additionally, the Contractor is responsible for all material handling, staging, delivery/transportation, receipt confirmation, loading/unloading of all materials, including any lifting equipment required, during all phases of work. 3. Disposal: The Contractor is responsible for the disposal of all waste materials generated as part of this project and shall remove all waste and equipment to an offsite area. All and laydown area will be designated for the new equipment and disposal containers. Also, the Contractor shall clean up the work site daily to the satisfaction of the POC. 4. Demolition: The Contractor shall remove all materials not required for the operation of the proposed systems within all four (4) existing car wash bays and supporting spaces, while retaining all code required items. The existing Self-Service Multi-Pressure Car Wash system including water hoses and plumbing lines, all existing bay controls and meters, and all existing 360 degree and 180 degree pressure booms. The Contractor shall remove the existing bill changer and dispose of as stated above. The Contractor shall also remove and dispose of all existing operational wall signage, and all wall accessories typical for all four (4) bays. 5. Renovation: The Contractor shall furnish install a new Self-Service Multi-Pressure Car Wash System. The new Self-Service Car Wash System shall include all new hoses and plumbing lines to support the new system. The system shall include the minimum of the following functions: Tire Cleaner Presoak High Pressure Soap Wax Rinse Spot-Free Rinse Bug Off Foam Brush Foam Conditioner 6. The Contractor shall provide all the chemicals and detergents for the duration of start-up testing and inspections to ensure the Self-Service Car Wash System is fully operational. 7. The Contractor shall furnish and install four (4) new 360-degree Pressure Spray Wand Booms and any attachments needed to connect to the existing system supply piping within each wash bay as required. The Contactor shall install four (4) new 180- degree Foam Conditioner Booms and any attachments needed to connect to the existing system supply piping within each wash bay as required. 8. Renovation: The Contractor shall furnish and install in all four (4) bays the following accessories: Foam Brush Buckets High Pressure Wand Holders Bay Hooks Matt Clamps Menu Board and Operational Signage 9. Renovation: The Contractor shall furnish and install four (4) new Self-Serve Car Wash POS Control Meters. The new Bay Control Meters shall have a coin and credit card option. The individual credit card reader must be compatible with NAYAX payment and management system. The Contractor shall insure that the Point of Sale (POS) system is compatible with the Installation Morale Welfare and Recreation (MWR) department�s existing NAYAX system. The Government will provide 3rd party encryption and process separately from this contract. 10. Renovation: The Contractor shall install a new weatherproof electrical vending machine that will be compatible with the same payment option as line item ten (10) above. The vending machine options shall include items such as: Towels Wipes Protectants Shines Cleaners Deodorizers Air Fresheners 11. The Contractor shall furnish and install a new bill changer matching existing unit configurations at the same location as existing. 12. Renovation: The Contractor shall install all new equipment and related accessories, as per manufacturer�s installation guidelines. If the Contractor is quoting an �equal� to the listed product herein, the Contractor shall submit complete specifications on the �equal� product with the response to this RFQ. The specifications will be reviewed by the POC and Contracting Officer (KO) for possible use on this project. 13. Submittal: The Contractor shall submit a Signage Graphics package to the POC for approval fifteen (15) days prior to fabrication. All new merchandising and operational signage must comply with the MWR Brand Standards. 14. Preservation: The Contractor shall protect existing adjacent materials, especially wall and floor surfaces, from any and all damage during the work, by utilizing walk pads, construction screens and other industry best practices protection methods. 15. Restoration: The Contractor shall repair and/or replace all facility elements impacted and/or damaged by work, to the satisfaction of the POC. The Contractor shall patch, paint and/or otherwise restore all building materials, including but not limited to, wall and floor surfaces damaged by work; to the satisfaction of the POC. 16. Warranties: The Contractor shall provide a warranty on all materials i.e chemicals and detergents/equipment and labor for a period of one (1) year, or longer if standard for materials/equipment, from the date of acceptance by the KO. The Contractor shall refer to Section H and I for additional information regarding warranties and extended warranties. 17. The Contractor shall provide an Operations and Maintenance (O&M) Manual to the POC and KO, as instructed. Also, the Contractor shall provide instruction and training to the POC, MWR facility staff and PWD representatives on the care and maintenance of all installed equipment and systems, using the O&M Manual as the training basis. Site Inspection The Contractor shall examine the site and determine for themselves the existing conditions and general character of the site. Claims for additional costs due to conditions that could have been verified by site investigation will not be authorized. Contractor shall contact the POC to schedule the Site Inspection.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1362801666dc4e8bad9174006f5280f9/view)
 
Place of Performance
Address: Kings Bay, GA 31547, USA
Zip Code: 31547
Country: USA
 
Record
SN07310736-F 20250115/250113230055 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.