Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 16,1999 PSA#2410

FISC 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