Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23,1999 PSA#2415

Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531

W -- LEASE AND MAINTAIN WASHERS AND DRYERS SOL F31610-00-Q0027- DUE 090799 POC Ian Black, Contract Jman, Phone 919-722-5423, Fax 919-722-5424, Email ian.black@seymourjohnson.af.mil -- Elizabeth Hilton, Contract Specialist, Phone 919-722-5422, Fax 919-722-5424, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F31610-00-Q00 27-&LocID=1004. E-MAIL: Ian Black, ian.black@seymourjohnson.af.mil. 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is F31610-99-Q0027- and will be issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12, dated 17 Jun 1999. This acquisition is a 100% small business set-aside for standard industrial classification 3582 with a size standard of 500 personnel. The contractor shall provide washer and dryer service, which includes providing, installing and maintenance of 96 new washers and 95 new dryers at the locations and respective quantities listed herein, within 10 calendar days after commencement of contract period. The anticipated performance period is a base period of 1 Oct 99 through 30 Sep 00, with three subsequent one-year pre-priced option periods. All washers and dryers shall be white in color. All washers shall be heavy duty household or commercial type, with a minimum tub capacity of 14 pounds dry weight, electric, top loading and shall not utilize more than 30 gallons of water per load washed at lowest water level setting. Washers shall have standard hot and cold water connections and be capable of operation on a 20 amp circuit. The washers shall have a minimum of two cycles (normal and permanent press) and three water temperature selections. The electrical power available is 120 volts, 1-phase AC 60 HZ. All dryers shall be white in color. All dryers shall be heavy duty household or commercial type, with a minimum tub capacity of 16 pounds dry weight, electric and be capable of removing 12 pounds of water per hour when loaded with 25 pounds of wet clothing having a moisture retention of 70%. All dryers shall have a minimum of two cycles (regular and permanent press), with timer. All dryers shall be designed for operation on a 30-amp circuit under normal conditions. The electrical power available is 208 volts, 1-phase AC, 60 HZ. The Government shall provide the necessary utilities, electricity, and hot and cold-water connections for washers and dryers, including drain. The contractor shall furnish and maintain hoses, electrical pig tails, and flex ducts to these utility connections. This will include hot and cold water and electricity. The open water drain stand pipe and dry vent trunk will be maintained by the Government and the contractor shall be responsible for maintaining the hose/pipe lines and connections to these lines from the units. The contractor shall provide and install dryer vent kits including the vent hoses. The contractor shall provide each machine with the proper operating instructions and numbered decals in sequence (1, 2, 3, etc.) for each machine in order for the customer to identify any unit in need of repair. Any act of vandalism discovered by the contractor shall be reported immediately to the contracting officer. The contractor shall respond to a service call within 24 hours (1 day) after being notified. If a machine requires parts or servicing that will require more than 24 hours (1 day) to accomplish, then the machine shall be removed and replaced with another workable machine from the contractor_s back-up supply. All washers and dryers shall be in working order by close of business Friday if the service call is received by noon on Friday. If Friday is a holiday, then all machines shall be in working order by close of business Thursday. The contractor shall not be allowed to utilize any equipment, which is bent, or the finish is damaged if it impairs the operations and/or appearance of the machine. Contractor personnel shall confine themselves to only those areas required in performing the work. The contractor shall remove and or replace washers/dryers as needed due to building renovations, building closures, or change in requirements. The contractor shall remove all washers and dryers within 10 calendar days after the end of this contract. The current location and respective quantities of washer and dryer installation are as follows: OFFEROR SCHEDULE BASE PERIOD (01 OCT 99 _ 30 SEP 00) CLIN 0001AA (Washers) Qty Unit Price per Month Total 96 EA $ __________ $ __________ $ _____ per unit CLIN 0001AB (Dryers) Qty Unit Price per Month Total 95 EA $ __________ $ __________ $ _____ per unit CLIN 0001AC (Removal/Installation/Relocation) Qty Unit Price per Service Est. Extended Total 50 EA $ __________ $ __________ ESTIMATED TOTAL AMOUNT (CLINS 0001AA-0001AC) $ __________ OPTION PERIOD I (01 OCT 00 _ 30 SEP 01) CLIN 0002AA (Washers) Qty Unit Price per Month Total 96 EA $ __________ $ __________ $ _____ per unit CLIN 0002AB (Dryers) Qty Unit Price per Month Total 95 EA $ __________ $ __________ $ _____ per unit CLIN 0002AC (Removal/Installation/Relocation) Qty Unit Price per Service Est. Extended Total 50 EA $ __________ $ __________ ESTIMATED TOTAL AMOUNT (CLINS 0002AA-0002AC) $ __________ OFFEROR SCHEDULE OPTION PERIOD II (01 OCT 01 _ 30 SEP 02) CLIN 0003AA (Washers) Qty Unit Price per Month Total 96 EA $ __________ $ __________ $ _____ per unit CLIN 0003AB (Dryers) Qty Unit Price per Month Total 95 EA $ __________ $ __________ $ _____ per unit CLIN 0003AC (Removal/Installation/Relocation) Qty Unit Price per Service Est. Extended Total 50 EA $ __________ $ __________ ESTIMATED TOTAL AMOUNT (CLINS 0003AA-0003AC) $ __________ OPTION PERIOD III (01 OCT 02 _ 30 SEP 03) CLIN 0004AA (Washers) Qty Unit Price per Month Total 96 EA $ __________ $ __________ $ _____ per unit CLIN 0004AB (Dryers) Qty Unit Price per Month Total 95 EA $ __________ $ __________ $ _____ per unit CLIN 0004AC (Removal/Installation/Relocation) Qty Unit Price per Service Est. Extended Total 50 EA $ __________ $ __________ ESTIMATED TOTAL AMOUNT (CLINS 0004AA-0004AC) $ __________ ESTIMATED GRAND TOTAL (CLINS 0001AA _ 0004AC) $ __________ NOTE: These quantities and locations are subject to change. Contractor shall be reimbursed at the rate for removal, installation, and/or relocation for each unit. LOCATION DATA Location # of Washers # of Dryers Bldg #4600 2 1 Bldg $3802 4 4 Bldg #3803 2 2 Bldg #3804 2 2 Bldg #3616 9 9 Bldg #3615 9 9 Bldg #3614 9 9 Bldg #3613 9 9 Bldg #3611 4 4 Bldg #3608 9 9 Bldg #3607 9 9 Bldg #3606 9 9 Bldg #3605 9 9 Bldg #3604 4 4 Bldg #3815 4 4 Bldg #2130 2 2 96 95 The following provisions apply to this acquisition: FAR 52.212-1, Instruction to Offerors _ Commercial; FAR 52.212-2, Evaluation _ Commercial Items, the Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible offer whose proposal, conforming to this synopsis/solicitation, will offer the best value to the Government, price and other factors considered. The listed FAR clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text by reviewing the Federal Acquisition Regulation Table of Contents via the Internet at http://www.arnet.gov/far/current/html/toc.html#52. FAR 52.212-4, Contract Terms and Conditions _ Commercial Items is applicable. FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders _ Commercial Items applies to this acquisition. REQUIREMENTS TO BE PROVIDED: (1) Completed Bid Schedule, (2) Representations and Certifications, and (3) description of units to be furnished. NOTE: Contractor shall provide a detailed description of the units they plan to offer to the Government, i.e., manufacturer, model #, types of cycles, etc. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS _ COMMERCIAL ITEMS, WITH THEIR OFFER. Offerors can obtain the Representations and Certifications Commercial Items FAR 52.212-3 by submitting request via facsimile at 919-722-5424, Attn: Ian Black or via Internet at http://farsite.hill.af.mil./ /FFARa.htm. SUBMIT COMPLETE PACKAGE, BY MAIL TO: 4th Contracting Squadron/LGCV, Attn: Ian Black (F31610-00-Q0027), 1695 Wright Brothers Ave, Seymour Johnson AFB, NC 27531-2459. NO FACSIMILIES ACCEPTED. It is the offerors responsibility to monitor this site for the release of amendments (if any). Interested parties must submit any questions in writing via email (preferred method) to: ian.black@seymourjohnson.af.mil or by the U.S. Postal Service. All quotations are due by 2:30 p.m. on 07 Sep 99. To be eligible for award, Offeror must be Central Contractor Registered (CCR). Information concening CCR registration requirements may be viewed via the Internet at http://ccr.edi.disa.mil or by calling the CCR Registration Centers at Posted 08/19/99 (D-SN369880). (0231)

Loren Data Corp. http://www.ld.com (SYN# 0137 19990823\W-0001.SOL)


W - Lease or Rental of Equipment Index Page