|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 17,1999 PSA#2284Contracting Office, P.O. Box 1609, Oceanside, Ca 92051-1609 35 -- COMMERCIAL WASHERS AND DRYERS SOL M00681-99-Q-0180 DUE 021999
POC Patty Rico (760) 725-8131 E-MAIL: Click here to contact the
Contract Specialist via, ricog@pendleton.usmc.mil. 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; request for quotation being requested and a
separate written solicitation will not be issued. Solicitation number
M00681-99-Q-0180 applies and is issued as a Request for Quotation. This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-8 and DAC 91-13. This
is an unrestricted procurement. The Standard Industrial Code is 3582
and the business size is 500 employees. This requirement is for a
fixed-price contract. Item 0001: Quantity of 24 each. Item Description:
Commercial Washing Machine. Item 0002: Quantity of 15 each. Item
Description: Commercial Dryer. Wascomat Commercial Washer, 35 lb.,
Model # W125 and Huebsch Commercial Dryer, 30 lb, Model # 0300DFG meet
the Government's minimum needs and the Government will consider other
products that meet these requirements as to height, weight, dimension
and functionality. Salient characteristics of Line Item 0001 (Washer):
Dry Load Capacity: 35 lbs.; Overall Dimensions: 29 5/16" W x 38" D x 47
1/16" H; Drum Dimensions: 24 " Diameter x 20 " Deep/Volume 5.65 cubic
feet; Cylinder Speed / Wash: 52 RPM (Extract 500 RPM); G-Force: Wash --
0.9, Spin (Extract) -- 87; Motor (Single Heavy Duty): Wash -- 0.4 HP,
300 Watt, 208-240/60/3; Spin (Extract) -- 1.8 HP, 1300 Watt,
208-240/60/3; Inner/Outer Cylinder to be heavy duty stainless steel
with counter sunk holes; Drain sump to be one piece stainless steel
with rounded corners; Machine frame to be galvanized metal, rivet
assembled; Drain valve to be (3) inch, accessible from washer front;
Door assembly to have seven attachments on outer cylinders; Door handle
to be spring loaded; Door lock to be fully closed and locked for
machine to operate and unlock at end of wash cycle; Control circuits to
be fusedand mounted on galvanized metal; Timer to have disconnect
plugs; Unit level controls to be non-metallic; Soap box to have
siphon-breaker and to dilute chemicals before washload. Salient
characteristics of Line Item 0002 (Dryer): a. Dry Load Capacity: 30
lbs. per pocket (2 pockets per dryer); Overall Dimensions (maximum): 31
" W x 42 7/8" D x 78 " H; Cylinder Dimensions: 30" diameter x 26" deep.
Volume 10.63 cubic inch; Motors: Drive and Blower: HP, lifetime
lubricated, internal overload protected; Gas Consumption: 88,000 BTU
per hour per pocket (176,000 BTU Total); Gas Connection: inch NPT;
Electric: 208-240/60/1, 4-Wire; Maximum Air Flow: 350 CFM per pocket;
Maximum Static Back Pressure -- 0.9" WC with both cylinders running;
Cylinders: Galvanized Steel; Lint Disposal: Each cylinder shall have an
individual lint trap; Temperature Control: Dryer to have variable
temperature control from 130 degrees Fahrenheit to 190 degrees
Fahrenheit; Manual Timers: Each pocket to have control panel with two
manual timers, one drying timer from 1 to 60 minutes and one cooling
timer from 1 to 15 minutes; Air Flow Switch: Each dryer pocket to have
overheat protection against interrupted air flow; Ignition System:
Shall be instant electronic lighting mechanism. Washers and Dryers
shall be delivered and installed, no later than 5 March 1999, in the
Bachelor Enlisted Quarters, 52 Area, Marine Corps Base Camp Pendleton.
Installation to include raising the washing machines on 10"
prefabricated steel bases (which shall be anchored and grouted to the
existing concrete pad) to allow access to existing drain connections.
Contractor to coordinate delivery and installation with the Base
Property Control Office, Attn: Ms. Shari Shepherd, (760) 725-4209.
Acceptance shall be made at destination. The provision at FAR 52.212-1,
Instructions to Offerors-Commercial Items (Aug 1998) applies to this
acquisition. Offerors are required to complete and include a copy of
the following provisions FAR 52.212-3, Offer Representation and
Certifications-Commercial Items (Jan 1999) with their proposals. The
FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items
(Apr 1998), applies to this acquisition. FAR Clause FAR 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders -- Commercial Items (Jan 1999) applies with the
following applicable clauses from paragraph (b): FAR 52.203-6
Restrictions on Subcontractor Sales to the Government-Alternate I, FAR
52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for
Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36
Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment
Reports on Special Disabled Veterans and Veterans of the Vietnam Era,
FAR 52.225-3 Buy American Act-Supplies, and FAR 52.225-21 Buy American
Act-North American Free Trade Agreement Implementation Act-Balance of
Payments Program. DFARS 252.212-7001, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders Applicable to
Defense Acquisitions of Commercial Items, applies with the following
clauses applicable for paragraph (b): DFARS 252.225-7001 Buy American
Act and Balance of Payment Program, DFARS 252.225-7036 North American
Free Trade Agreement Implementation Act. Any contract awarded, as a
result of this solicitation will be an order certified for national
defense use under the Defense Priorities and Allocations System. The
Government intends to make a single award to the responsible offeror
whose offer is the most advantageous to the Government considering
price and price-related factors. Provision 52.212-2,
Evaluation-Commercial Items, applies with paragraph (a) completed as
follows and the following factors shall be used to evaluate offers: (1)
Equipment's capability to meet the Government's needs, to include 100%
compatibility; (2) Delivery Time and (3) Price. To be determined
technically acceptable, the offeror must furnish product literature
that demonstrates the product offered meets all requirements stated in
the above description of Line Item 0001 and 0002. Mailed or faxed copy
offers must be received no later than 4:00 p.m. PST, on 19 February
1999. Faxed offers should be addressed to Ms. P. Rico 760-725-8445.
Offer sent via US Postal Service should be mailed to the Contracting
Division, P.O. Box 1609, Oceanside, CA 92051-1609, Attn: Ms. P. Rico.
If offer is to be sent via Federal Express, address should read
Contracting Division, Bldg 22180, Camp Pendleton, CA 92055, Attn: Ms.
P. Rico. Posted 02/12/99 (W-SN298226). (0043) Loren Data Corp. http://www.ld.com (SYN# 0239 19990217\35-0001.SOL)
35 - Service and Trade Equipment Index Page
|
|