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