Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 22, 2001 PSA #2920
SOLICITATIONS

W -- LEASE/MAINTENANCE OF WASHERS AND DRYERS

Notice Date
August 20, 2001
Contracting Office
Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 555 Seventh Street Suite 113, Columbus AFB, MS, 39710-1006
ZIP Code
39710-1006
Solicitation Number
Reference-Number-F7CEH1119701
Response Due
September 10, 2001
Point of Contact
David Miller, Contract Specialist, Phone (662)434-3525, Fax (662)434-7764, Email david.a.miller@columbus.af.mi -- Waimon Hendrix, Contract Specialist, Phone (662)434-7796, Fax (662)434-7764, Email waimon.hendrix@columbus.af.mil
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Period of performance is 01 Oct 01 ? 30 Sep 02 together with four (4) one-year option periods for a total performance period not to exceed 60 months. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. (ii) This notice is issued as a Request for Proposal. (iii) Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. (iv) This RFP is set-aside for small business, North American Industry Classification System (NAICS) code 532210, business size standard is $5,000,000.00. (v) There is one line item in this solicitation and cost is requested for lump sum annual price for lease and maintenance as follows: Line Item 0001, The contractor shall provide lease and maintenance of 51 washers and dryers sets plus 14 additional gas dryers IAW Statement of Need. Base Period ? 1 Oct 01 through 30 Sep 02, Monthly Price________ Total _________. Option Period 1, Monthly Price________ Total _________. Option Period 2, Monthly Price________ Total _________. Option Period 3, Monthly Price ________ Total _________. Option Period 4, Monthly Price________ Total _________. Contract Total __________. (vi) Statement of Need: 1. DESCRIPTION OF SERVICES: The contractor shall provide supervision, personnel, supplies, equipment, parts, and services necessary to furnish, install and maintain all washers and dryers as required within the Statement Of Need (SON). The contractor must comply with Columbus AFB Fire and Safety Regulations. 1.2. CONTRACTOR PERSONNEL: 1.2.1. A complete list of contractor personnel shall be forwarded to the Contracting Officer by the contractor prior to the contract start date and be updated within one (1) workday of any personnel changes. Contractor personnel shall present a neat appearance and be easily recognized. This shall be accomplished by wearing appropriate badges which contain company name and personnel name. The contractor shall designate, in writing to the Contracting Officer a representative who shall be in charge of all service calls and who can be contacted during normal duty hours (0730-1615, Monday through Friday). 1.2.2. The contractor shall be licensed by the State of Mississippi to perform repairs on the washers and dryers. 1.2.3. Any damage caused by the contractor to utilities, drains, structures or machines, will be completely repaired to at least original condition at no additional cost to the Government. 1.3. WASHER/DRYER PURCHASE, INSTALLATION, REPAIR AND REPLACEMENT: The contractor shall purchase, install, service and maintain all the washers and dryers in the unaccompanied officer, unaccompanied enlisted dormitories, Lodging facilities and other designated facilities listed within the SON until the machine is beyond economical repair. 1.3.1. Machines determined in need of repair shall be repaired and/or replaced by the contractor within three (3) workdays. Machines requiring removal from the facility to be repaired shall be replaced with another like machine. The contractor shall repair the machine and use it as a repaired machine on a future service call. 1.3.2. Machines determined non-repairable shall be replaced with a repaired or new machine by the contractor within three (3) workdays. 1.3.3. Replacement washer and dryers shall be like or equal to the existing appliances and fit in the same location as the ones removed. EQUIPMENT: Machines shall be available without charge to building occupants. Operating instructions shall be readily visible on each machine. Each machine shall have a safety door switch. Equipment exterior color shall be approved by the contracting officer prior to installation. 1.4.1. All washing machines shall be standard nominal 110 voltage, commercial heavy duty, top loading; 19 pound dry weight capacity. Washers shall have three wash and two rinse water temperatures. Each machine shall have readily accessible controls to obtain normal and permanent press cycles. 1.4.2. All clothes dryers shall be (standard nominal 220 voltage or gas) commercial heavy duty, front loading, 19 pound dry weight capacity. Each machine shall have variable temperature timed cycle controls for normal and permanent press materials. Contractor shall provide manufactures specification sheet of equipment offered. 1.5. INSTALLATION: Washers/Dryers shall be installed within the first ten (10) workdays of the contract and shall be removed at the end of the contract period by the contractor at no cost to the government. Utilities will be furnished at no expense to the contractor. Electrical outlets and plumbing required for installation of machines will be provided and repaired by the Government. Contractor shall be responsible for connections to plumbing, electrical outlets, gas lines, and dryer vents. The Government retains the right to disconnect utilities from any machine to protect Government property. 1.5.1. All replacement machines installed due to breakdown of original equipment shall be serviceable and shall match other machines with respect to color, design, make and appearance. 1.5.2. No later than five (3) days after initial installation, the contractor shall furnish the Contracting Officer a complete typewritten listing of all machines in the format below: Facility No., Machine No., Mfg. Name, Model No., Serial No., Year and Date Installed. 1.5.3. HOSE INSTALLATION: The contractor is required to furnish and install the flexible vent hose for each dryer from the back of the machine to the metal wall vent. The contractor is required to furnish and install flexible water hoses, gas line and drainage hoses for washers from the back of the machines to the water supply and sewage drains. All hoses shall be of appropriate lengths to permit cleaning behind the machines and avoid disconnection when the equipment is moved. 1.5.3.1. The contractor shall check and clean all lint from dryer vent hoses/motors quarterly. Inspections shall be conducted during the months of December, March, June and September. 1.6. MACHINES UPKEEP/REPAIR: The contractor shall be responsible for upkeep and maintenance of all machines and shall provide repair service not later than the next workday, Monday through Friday, after proper notification. Equipment that cannot be repaired during the service call shall be repaired/replaced within three (3) workdays with a serviceable machine which shall match the other machines with respect to color, design, make and appearance. It is the responsibility of the contractor to coordinate the scheduled service call with the Government Contract Monitor prior to beginning any work. Warehouse space for storage and repair of machines is not available from the Government. 1.7. PROCEDURES FOR SERVICE/REPAIR CALLS: The Government Contract Monitor, Alternate Contract Monitor, Contracting Officer, Contract Administrator and the Functional Area Chief (FAC) are the only personnel authorized to place service calls. The date and time of the original call shall govern the required completion date. The Government Contract Monitor shall inspect repaired equipment and work site for cleanliness prior to equipment being released back to the Government. Upon completion, the contractor shall sign the Government Service/Repair Log located in the Government Contract Monitor Office. When repair deficiencies are recorded, the contractor shall enter comments regarding corrective action taken to correct the deficiencies. 1.8. VANDALISM: Any act of vandalism discovered by the contractor shall be reported immediately to the Security Police, 434-7128 or 7129 and the Contracting Officer, 434-7796. 1.9. MACHINE IDENTIFICATION: The contractor shall attach a decal for each machine with the following information: Machine Number, Duty Hour Service Call Reporting Number, 434-7280/7279 and Off-Duty hours Service Call Number 434-7423 or 7429. 1.10. REQUIRED SETS OF MACHINES: The contractor shall submit his schedule for installation to the Contracting Officer for approval at least ten (10) days prior to the contract start date. The Government Contract Monitor or Alternate Government Contract Monitor will provide installation location of each unit. 1.10.1. There will be total of 51 washer/dryer sets (51 electric washer; 29 electric dryers and 22 gas dryers) plus fourteen additional gas dryers. 1.11. WORK SCHEDULE: Normal working hours shall be from 0730 a.m. to 4:15 p.m. Monday through Friday, federal holidays excluded. The contractor shall be limited to performing work only during those hours. 1.12. SAFETY: The contractor shall comply with all local, state, and federal safety requirements. (vii) Place of delivery is Columbus AFB, MS 39710 and FOB Point is Destination. The following FAR clauses apply to this acquisition: (viii) FAR Clause 52.212-1, Instruction to Offerors. (ix) 52.212-2, Evaluation-Commercial Items. Evaluation criteria to be included in paragraph (a) is price and past performance and are equally important. Past performance information of this type or similar service within the past five years shall be submitted with offer. Information required is as follows: Contract number, location, point of contact and phone numbers. (x) 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition and shall be completed and submitted with offer. (xi) 52.212-4, Contract Terms and Conditions; (xii) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items. The following clauses are checked and incorporated in this acquisition: (a) (b) (1) (12) (24) (26) (c) (1) (2) (3). (xiii) The additional FAR clauses also apply to this acquisition: 52.232-18, Availability of Funds, 52.217-8, Option to Extend Service. 52.219-19 -- Small Business Concern Representation for the Small Business Competitiveness Demonstration Program. 52.217-9, Option to Extend the Term of the Contract. 5352.237-9000, Site Visit. The blanks are filled in as follows: 2:00 p.m., 24 August, 2001, at 14th Contracting Squadron, 555 Seventh Street, Room 113, Columbus AFB, MS 39710. 5328.306, Insurance under fixed-price contracts. 52.252-2, Clauses Incorporated by Reference. Clauses may be accessed electronically in full text at the following web address: http://farsite.hill.af.mil/.? or upon request to the Contracting Officer. Wage Determination Number 94-2295, Dated 05/31/2001, revision (18) is incorporated. A copy will be provided upon request. (xvi) All offers are due NLT 1600 CST on 10 Sep 2001, to 14th Contracting Squadron, 555 Seventh Street, Room 113, Columbus AFB, MS 39710-1006. Fax quotes will not be accepted. (xvii) Comments, questions, and suggestions regarding this RFP may be directed to David Miller 662/434-7775 or Waimon Hendrix 662/434-7796.=20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AETC/ColAFBCS/Reference-Number-F7CEH111 9701/listing.html)
Record
Loren Data Corp. 20010822/WSOL002.HTM (D-232 SN50V4A2)

W - Lease or Rental of Equipment Index  |  Issue Index |
Created on August 20, 2001 by Loren Data Corp. -- info@ld.com