|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 16,1999 PSA#2410FISC Norfolk Detachment Philadelphia, 700 Robbins Ave. Bldg. 2B,
Philadelphia, PA 19111-5083 W -- LEASE AND MAINTENANCE OF WASHERS AND DRYERS SOL N00140-99-Q-4635
DUE 082099 POC Point of Contact-Mary Ann Bell, Contract Specialist,
215-697-9684, Contracting Officer, J. O'Sullivan, 215-697-9680 E-MAIL:
Click here to contact the Bid Officer, synopsis@phil.fisc.navy.mil.
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared
in accordance with the information in FAR Subpart 12.6 as supplemented
with the additional information included in this notice and using the
simplified Acquisition Procedures under the test program for commercial
items found at FAR 13.5.. This announcement constitutes the only
solicitation; a written solicitation will not be issued. PAPER COPIES
OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is
N00140-99-Q-4635. This solicitation documents and incorporates
provisions and clauses in effect through FAC 97-11 and DFARS 19990503.
It is the contractor's responsibility to be familiar wit the
applicable caluses and provisions. The clauses may be accessed in full
text at these addresses www.arnet.gov/far and www.dtic.mil/dfars. the
SIC is 7359 and the Small Business Standard is $5 million. This a 100%
Small Business Set Aside action. FISC Norfolk Det Philadelphia requests
responses from qualified sources capable of providing theLease and
Maintenance of 107 Wahsers and 102 Dryers for the Naval Station
Newport, Rhode Island for the period 01 Oct 1999 through 30 Sep 2000
with three (1) year options. It is requested that pricing be provided
on a monthly basis for the base and option years. The following
description (paragraphs 1 through 9 below) applies to the Washers and
Dryers. 1 . The equipment (107 washers and 102 dryers) musb be
electric, have a fourteen (14) pound capacity and will be subject to
heavy usage on a twenty-four (24) hour basis seven (7) days a week. 2.
All washer hoses, dryer cords, and dryer vent hoses which are required
for installation of the equipment shall be provided at no additional
cost to the Government. Contractor is responsible for the installation
of washers and dryers. 3. All equipment shall be brand new upon
commencement of the contract. If such equipment must be replaced by an
entirely new unit, the new unit must be brand new or equal to the
original condition of the equipment. 4. Washing Machines mustbe : a)
Cubic Ft. Capacity 2.4 or greater; b) Total Water Use 37 or less
gallons; c) Power Use KWH 18 or less; d) Time Cycle (w/o fill) Less
than or Equal to 25 minutes; e) Wash Time 10 minuters or greater; f)
Spin Speed 600 or greater RPM; g) Temperature Selection Cold/Cold,
Warm/Cold, Hot/Cold, Warm/Warm, Hot/Warm; h) Load Selection Small,
Medium, Large, (Ex-Large optional); i) Washer Frame Steel with Zinc
Coating. Porcelain Enamel Top, Leveling Legs; j) Tub Porcelain Enamel
or Polypropylene Tub; k) Agitator Polypropylene; l) Motor 1.3 HP or
Greater. Tripod Suspension. 5. Dryers must be: a) Front Loading; b)
Drum Capacity 5.9 cu or greater; c) Dryer Frame Steel with Zinc
coating; d) Door Opening 15 inch diameter or greater; e) Lint FIlter
Inside Door (Top Filter NOT Acceptable); f) Cycles Delicate or Gentle,
Permanent Press, Regular (White/Color); g) Motor 1/4 or Greater HP; h)
Elec. Requirements 3 Wire Nominal 120/240 Volts, 60 hz A.C. 6 .
Location of Equipment: Bldg #442 BOQ 4 washers and 4 dryers; Bldg #444
BOQ 4 washers and 4 dryers; Bldg #447 BEQ 12 washers and 12 dryers;
Bldg #291 King Hall 32 washers and 32 dryers; Bldg #172 BOQ 2 washers
and 2 dryers; Bldg #443 BOQ 4 wahsers and 4 dryers; Bldg #678 BOQ 15
washers and 10 dryers; Bldg #688 BEQ 8 washers and 8 dryers; Bldg #197
Nimitz Hall 20 washers and 20 dryers; Bldg #1269 Sea Hall 6 washers
and 6 dryers. 7. Maintenance shall include all labor, travel expenses,
and replacement parts except in the case of vandalism. The Government
Technical Representative will be notified by the Contractor, in
writing, of any claims against the Government for equipment damaged by
vandalism and will await notification by the Contracting Officer prior
to making any repairs to the equipment. All work orders that document
claims damage will be forwarded to the Government Technical
Representative within 24 hours of alleged damage. A Government
Technical Representative will be responsible for notifying the
Contractor of any equipment malfunction and will be responsible for
placing oral requests for repair (Trouble Call) fo the equipment. The
designated Government Technical Representative for this requirment is
Mr. Edward Kazan who may be reached at (401) 841-1335. The Contractor
shall respond to the Trouble Call within eight (8) working hours after
the request for repairs is made by the Government Technical
Representative. The Contractor shall sign in and sign out of each
location when making a repair visit. If any machine (washer or dryer)
is not operational due to malfunction through no fault or negligence of
the Government, for a period in excess of five (5) working days, the
Contractor shall reimburse the Government in the amount equal to 1/30th
of the monthly unit charge for the equipment for each day the machine
is inoperable beginning on the sixth (6th) day of inoperation. This
amount will be deducted by the technical representative on the
following months invoice. For example, if the monthly charge for all
the equipment is $2,090.00 (209 units @ $10.00 per unit) and 2 units
were inoperable for 11 days each, the amount to be deducted from the
next invoice would be calculated as follows: .2 (period inoperable in
excess of 5 days/30days) X $10.00 (monthly charge per unit) = $2.00 X2
(inoperable units) = $4.00 (deduction to be taken from invoice. If any
machine remains inoperable for a period in excess of fourteen (14)
days, the Contractor shall replace the unit, as specified in para. 3
above on the fifteenth day. Based on useage requirements the Contractor
may be directed by the Technical Representative to replace a unit prior
to the fifteenth (15th) day. 8. At the time Options are exercised, the
Contractng Officer may identify specific washers and/or dryers that
must be replaced with new machines for the option period. 9. If
necessary, the Contractor will relocate washers and/or dryers upon
written request by the Contracting Officer, at no additional cost to
the Government. Responsibility and Inspection: unless otherwise
specified in the order, the supplier is responsible for the performance
of all inspection requirements and quality control. A firm fixed price
purchase order is anticipated. The following FAR provisions and
clauses are applicable to this procurement: 52.212-1 Instructions to
Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items;
52.212-3 ALT 1 Offeror Representations and Certifications-Commercial
Items; 52.212-4 Contract Terms and Conditions-Comm ercial Items; and
52.212-5 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders-Commercial Items including 52.203-6, 52.219-8,
52.219-14, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37,
52.225-18, 52.232-33. All clauses shall be incorporated by reference in
the order. Additional contract terms and conditions applicable to this
procurement are: 252.212-7000 Offeror Representations and
Certifications-Commercial Items and 252.212-7001 Contract Terms and
Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items including
252.225-7012, 252.225-7036, 252.243-7002. Offerors are reminded to
include a copy of 52.212-3 ALT 1 and 252.212-7000 with quotes. While
price will be a factor in the evaluation of quotes, the final contrct
award will be based on a combination of price and past performance. The
offer shal submit, as part of its quote, information on previously
performed contracts within the past three years or the last three such
contracts performed, whichever is fewer, and shall be limited to the
name and address of the organization for which the product was supplied
and services were performed and the phone number, FAX number or E-Mail
address for a point of contact for the contracts listed. Addenda to
FAR 52.212-1 is DFARS 252.204-7004 entitled "Required Central
Contractor Regristration(CCR)." Offers must be registered in the CCR
database to be considered for award. The provisions at FAR 52.212-2
entitled "Evalua tion-Commercial Items" is applicable to this
acquisition. The following factors shall be used to evaluate quotes (1)
Past Performance (2) Price. Past Performance will be considered more
important than price. Quotes are requested by Close of Business on 20
Aug 1999 to Mary Ann Bell, Code 02P32F, 700 Robbins Ave . Bldg. 2B
Philadelphia, PA 19111-5083. FAX Quotes are acceptable to Mary Ann Bell
at (215) 697-9579. All responsible sources may submit a quote which
shall be considered by FISC Norfolk Det Phila. Posted 08/12/99
(D-SN367138). (0224) Loren Data Corp. http://www.ld.com (SYN# 0127 19990816\W-0001.SOL)
W - Lease or Rental of Equipment Index Page
|
|