Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 7,1998 PSA#2131

DIRECTORATE OF CONTRACTING, PO DRAWER 3918, BLDG 1944, FORT POLK LA 71459

W -- FURNISH, INSTALL AND MAINTAIN WASHERS, DRYERS AND ASSOCIATED EQUIPMENT SOL DAKF24-98-B-0016 DUE 072098 POC Contract Specialist MARY A. BONNELL (318) 531-2339 (Site Code DAKF24) This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in 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. The Solicitation number is DAKF24-98-B-0016 and is issued as an invitation for bid (IFB). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04 and Defense Acquisition Circular 91-13. This procurement is unrestricted, the SIC Code is 7215 and the Business Size is $5M. SCHEDULE OF SUPPLIES/SERVICES. Item #1: Phase-In Period. QTY=1, U/M=JB, UNIT PRICE=$7.00, AMOUNT=$3,248.00. The Contractor shall provide all plant, labor, materials, equipment and perform all work incidental to installation of all washers, dryers and vending machines within 7 days of the beginning of the performance period. The installation of these machines shall be coordinated with the removal of machines under the old contract in such a manner that no location will be without equipment for more than 72 hours. ITEM #2: Base Period -- 1 Aug 1998 thru 31 Jul 1999. ITEM #3: 1st Option Period -- 1 Aug 1999 thru 31 Jul 2000. ITEM #4: 2nd Option Period -- 1 Aug 2000 thru 31 Jul 2001. ITEM #2AA, ITEM #3AA, ITEM #4AA: QTY=12, U/M=MO, UNIT PRICE=$, AMOUNT=$. The Contractor shall provide all plant, labor, materials, equipment and perform all work incidental to maintaining 236 washers, 144 electric dryers and 84 gas dryers in designated buildings and all dryer lint removal services in accordance with the specifications. ITEM #2AB, ITEM #3AB, ITEM #4AB: ESTIMATED QTY=45, U/M=EA, UNIT PRICE=$, AMOUNT=$. The Contractor shall provide all plant, labor, materials, equipment and perform all work incidental to the removal/ reinstallation/ storage of equipment as necessary throughout the performance period. BID ADDITIVE ITEM #2AC, ITEM #3AC, ITEM #4AC, QTY=40, U/M=EA, UNIT PRICE=$, AMOUNT=$. The Contractor shall provide all plant, labor, materials, equipment and perform all work incidental to maintaining coin-operated, free standing vending machines containing liquid and powder washing detergents, liquid and sheet fabric softeners and powder bleach in accordance with the specifications. ITEM #5: Phase-Out Period. QTY=1, U/M=JB, UNIT PRICE=$0.00, TOTAL= No Cost. The Contractor shall provide all plant, labor, materials, equipment and perform all work incidental to the removal of all contractor provided machines within 7 days after end of performance period. The removal of these machines shall be coordinated with the installation of machines under the new contract in such a manner that no location will be without equipment for more than 72 hours. DESCRIPTION/ SPECS/ WORK STATEMENT. C.1 GENERAL. C.1.1 SCOPE OF WORK. The Contractor shall furnish, install, remove, reinstall, maintain and store washers, dryers and laundry accessory vending machines used in Bachelor's Officers Quarters (BOQ) and troop billets on Fort Polk, Louisiana. FOB is Destination. C.1.2 The equipment provided by the Contractor under this contract shall be new equipment manufactured in 1997 or later, and shall comply with all specifications and be subject to the Contracting Officers inspection as to condition, appearance and serviceability. All equipment provided by the Contractor under this contract shall meet specifications established by the U.S. Public Health Federation and National Sanitation Foundation and/or Military authority having jurisdiction, and is subject to inspection. All electrical equipment provided and the installation of this equipment by the Contractor shall meet the standards of the National Electrical Code and is subject to inspection. All machines shall be properly grounded upon installation. C.1.3 The Contractor, at his/her expense, shall keep all equipment required under this contract in proper mechanical working order. Replacement machines shall be provided by the Contractor for machines that become unserviceable or otherwise fail to comply with the specifications. C.2 RESERVED. C.3 GOVERNMENT FURNISHED PROPERTY AND SERVICES. C.3.1 The Government will provide the buildings in which the equipment under this contract will be installed for usage. C.3.2 The Government will provide all utilities and necessary utility connections for the operation of equipment under this contract. This will include hot and cold water and electrical connections for washers and vent and electrical or gas connections for dryers where required. C.4 CONTRACTOR PROVIDED ITEMS AND SERVICES. C.4.1 The Contractor shall provide all items and services necessary for the performance of this contract other than those identified as Government Furnished. C.4.2 The Contractor shall provide all washers and dryers required under this contract. All machines shall be heavy duty, commercial, free (non-coin) operating, non-stationary type. C.4.2.1 WASHING MACHINES. Washers shall have a minimum load capacity of twelve (12) pounds, dry weight and use less than fifty gallons of water per wash load, shall have standard hot and cold water connections and be capable of operating on 120 volt, 20 amp circuit without overloading the electrical circuit under normal operation. Washers shall have a minimum of two (2) cycles; one for normal wash and one for permanent press fabrics, and one (1) rinse cycle and shall be equipped with automatic shut-off when the lid is opened during the spin cycle. C.4.2.2 DRYERS. Dryers shall be automatic and shall have a minimum load capacity of sixteen (16) pounds, dry weight, contain three (3) heat temperature ranges for all fabrics; delicate/permanent press, normal and air only and shall have three wire, single phase, 120/240 volt, 60 HZ 30 AMP circuit and be equipped with adequate venting and lint screens. Dryers shall be shockproof and contain a safety start-button plus a safety switch to shut off the machine when the door is opened. The Contractor shall provide flexible gas connector on required gas dryers fromthe Government furnished cut off valves. The Contractor shall provide necessary vent piping for connection of dryers to existing vent connections. C.4.3 LINT REMOVAL. The Contractor shall maintain a clear and unobstructed lint collection system for each dryer location under this contract. All lint build-up shall be kept removed starting from the inlet of the dryer continuing the entire length ending at the outlet of the collection system. As these services are rendered they shall be annotated in the Daily Services Register. C.4.4 VENDING MACHINES. Machines shall be industry standard coin-operated, free standing, multiple selection type. Machines will be utilized in areas of multiple machine usage set-ups as directed by the Government. C.4.5 SIGNAGE. The Contractor shall provide necessary signs and decals on each machine to provide the operator with the proper operating instructions and information for reporting equipment failure. The Contractor shall provide "Out of Order" signs, available to personnel to place on inoperative machines. C.4.6 INSTALLATION. The Contractor shall install all washers dryers and vending machines in the locations and quantities to be specified by the Contracting Officer throughout the performance period. C.4.7 MACHINE REMOVAL. The Contractor shall coordinate with the Contracting Officer or Designated Representative prior to the removal of any machines under this contract. The Government may specify machines for removal during the performance period. The Contractor shall remove and relocate or place these machines in storage as directed by the Contracting Officer or Designated Representative. The Government anticipates relocation over storage for vending machines when at all possible. At the end of contract performance the Contractor shall remove all washers, dryers and vending machines in coordination with the Contracting Officer or their Designated Representative and the installation of machines under the new contract. C.4.8 MACHINE STORAGE. The Contractor shall provide off-post storage facilities for the storage of machines as directed by the Government. The estimated storage requirement is a combination of washers and dryers totaling 20 per month. C.4.9 MACHINE REPAIR/ REPLACEMENT. The Contractor shall repair or replace any machine within two (2) days after he receives notification that a machine is inoperable. The Contractor shall replace any machine that malfunctions three (3) times during a seven (7) day period at no additional cost to the Government. C.4.10 DAILY SERVICES. The Contractor shall contact the Contracting Officers Designated Representative daily to obtain a report of machine failures or special servicing requirements. A Contractor Representative shall maintain a Daily Service Register which shall indicate work accomplished and/or corrective actions taken. A copy of the Daily Service Register shall be provided to the Contracting Officer at the end of each week of the performance period. C.4.11 BREAKDOWN REGISTER. The Contractor shall keep a register of all equipment breakdowns, reflecting machine number, location, date/time of notification of the breakdown, nature of failure and date/time of repair or replacement. A copy of this register will be provided to the Contracting Officer upon request. C.5 SPECIFIC TASKS. C.5.1 FOUND PROPERTY. Any personal items of clothing, monies, jewelry, etc., found in or on machines by the Contractor or their representatives shall be logged by location, date and time found. Items and logged information shall then be turned over to the Contracting Officers Designated Representative. C.5.2 VANDALISM. Any act of vandalism discovered by the Contractor shall immediately be reported to the Military Police and the Contracting Officers Representative. The provisions at 52.212-1, 52.214-3, 52.214-4, 52.214-6, 52.214-7, 52.214-10, 52.214-12, 52.214-15, 52.216-1 (firm-fixed-price contract), 252.204-7001, 252.204-7004 RCC Registration, 252.247-7024 and 52.233-2 (Directorate of Contracting, PO Drawer 3918, Fort Polk, LA 71459) apply to this requisition. Offers will be submitted on bidders letterhead stationary in accordance with provision 52.212-1 and shall include unit and total prices for each Item # above. Award will be made on SF26 Award/Contract. The provisions at 52.212-2, 52.217-5 and 252.236-7007 apply to this acquisition. The factors used to evaluate offers will be; responsiveness, responsibility, price and price related. Offerors shall include a completed copy of provision 52.212-3, 252.212-7000 and 252.209-7001 with offer. The clause at 52.212-4 applies to this acquisition. The period of performance of this contract is 1 Aug 1998 or five days after date of award of contract, whichever is later, thru 31 Jul 1999. The performance period of option year, if exercised, shall be stated in the extended terms of the contract. In addition clauses 52.217-8, 52.217-9 (written notice within 10 days, shall not exceed 3.5 years), 52.227-1, 52.227-2, 52.228-5, 52.232- 18, 52.232-18, 52.242-13, 52.247-34, 252.209-7001, 252.232-7006, 252.232- 7009, 252.242-7000, and 252.243-7001 also apply. The clause 52.212-5 and paragraph b clauses at (1) 52.203-6, (3) 52.219-8, (6) 52.222-26, (7) 52.222-35, (8) 53.222-36, and (9) 52.222-37 apply to this acquisition. In addition clauses 252.212-7001, 252.219-7006 Alt I, 252.225-7001, 252.225-7007, 252.225-7012, 252.225-7036, 252.243-7002 and 252.247-7024 also apply. ORIGINAL SEALED OFFERS FOR FURNISHING THE SUPPLIES OR SERVICES IN THE SCHEDULE WILL BE RECEIVED AT THE DIRECTORATE OF CONTRACTING, PO DRAWER 3918, BUILDING 1944, FORT POLK, LA 71459 UNTIL 1:30 P.M. LOCAL TIME ON MONDAY, 20 JUL 1998. All offers shall be clearly marked with the offeror's name and the solicitation number. For information call Mary A. Bonnell at (318)531-2339. Posted 07/02/98. (0183)

Loren Data Corp. http://www.ld.com (SYN# 0128 19980707\W-0005.SOL)


W - Lease or Rental of Equipment Index Page