SOLICITATION NOTICE
72 -- Commercial Washing Machine
- Notice Date
- 1/18/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333312
— Commercial Laundry, Drycleaning, and Pressing Machine Manufacturing
- Contracting Office
- Department of Justice, Bureau of Prisons, USP Pollock, PO Box 1000 1000 Airbase Road, Pollock, LA, 71467, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- RFQ51904-0016-7
- Response Due
- 2/5/2007
- Archive Date
- 6/1/2007
- Small Business Set-Aside
- Total Small Business
- Description
- DESCRIPTION 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; quotes are being requested and a written solicitation will not be issued. The Federal Bureau of Prisons, United States Penitentiary (USP) , located in Pollock, Louisiana intends to make a single award of a firm-fixed unit price type contract to a responsible small business entity for the provision under RFQ-51904-0016-7 for Equipment and Installation of one commercial grade washing machine. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. OVERVIEW / SCHEDULE: Provide and Install one (1) commercial grade minimum four hundred fifty (450) pound capacity top/side loading washer/extractor in existing correctional laundry facility. New equipment and installation shall conform with the following specifications. Due to security reasons, all work shall be performed Monday thru Friday, during the hours of 7:30 am to 3:00 pm only. No work shall be performed on-site during federal holidays. SPECIFICATIONS Equipment New Washer/Extractor shall, as a minimum, be furnished with the following features: 450 pound loading capacity minimum Top and Front loading All electric operation; 480v-3ph. Microprocessor Controls 10 hp extractor motor ; 612 rpm extractor speed minimum 3 hp. wash motor; 35 rpm wash speed minimum Manufacturers standard finish and accessories. Automatic supply dispensers. Unit shall maintain balance regardless of load 5-year all inclusive parts and labor warranty Soft/Suspended Mount. Installation Contractor shall connect to existing 480v-3ph electrical service, domestic hot and cold water, sanitary sewer, and chemical dispensing systems. Contractor shall verify location of existing services (electrical, plumbing, etc.) and modify as required to accomplish new work. New electrical disconnect, and appropriate system valve shall be installed at each point of connection and shall be comparable to that installed on existing system. Unit shall be anchored to existing structure as required to comply with manufacturers recommendations. Contractor shall provide all labor and materials required for a complete and working system. PERFORMANCE PERIOD Contract Performance Period shall be 180 days from date indicated on Contractor?s Notice to Proceed. GENERAL REQUIREMENTS Contractor shall be required to visit the site a minimum of one time prior to bid with BOP personnel present. All dimensions shall be verified in field prior to bid to ensure adequate space available for proposed equipment. Contractor shall be required to complete security clearance forms (NCIC and OF612) and submit to the institution for approval prior to work on site. Form must be submitted to institution minimum 36 hours prior to arrival on site. Contractor shall closely coordinate all work with the Laundry Plant Supervisor, in order to minimize interruption of existing laundry operations. CONTRACT PRICING Contract pricing must include all cost or price associated charges or fee?s and delivery cost (FOB Destination) to USP Pollock, Pollock, Louisiana. The offer should be in this format: Washer $ __________ plus Installation $ _________ = ____________Total Price. The government reserves the right to award without discussion; therefore, the initial quote should contain the quoters best terms from a price standpoint. Quoters are hereby notified that an offer of contract award shall be extended to the responsive/responsible quoter submitting the lowest price, technically acceptable quote. PLACE OF PERFORMANCE: USP Pollock 1000 Airbase Road Pollock LA71467 CONTRACT CLAUSES: The following provisions and clauses will apply to this solicitation in accordance with Commercial Items: 52.252-2, Clauses Incorporated By Reference (FEB 1998); 52.212-1 Instruction to Offerors (JAN 2006) 52.212-4, Contract Terms and Conditions, Commercial Items (SEPT 2005) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial items (JUNE 2006) 52.222-3, Convict Labor (E.O. 11755) 52-233-3, Protest after Award (31 U.S.C. 3553); (iii) Alternate II to 52.219-5 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.O.11246) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. (38 U.S.C. 4212) 52-222-36, Affirmative Action for Workers with disabilities (29 U.S.C. 793). 52.222-19, Child Labor Cooperation with Authorities and Remedies (E.O. 13126). 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722,12724, 13059, 13067, 13121, and 13129) 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) In accordance with FAR 52.232-18 AVAILABILITY OF FUNDS (APR 1984). The full text provision or clause may be accessed electronically at www.arnet.gov/far JAR 2852.201-70 (JAN 1985) - Contracting Officer?s Technical Representative (COTR) BOP Clause HSPD-12 (OCT 20005) - Notice of Contractor Personnel Security Requirements BOP Clause G-7 (DEC 2006) - Security of Personal Data BOP Clause H-8 (JUNE 2004) - Department of Justice (DOJ) Residency Requirement 52.252-2 -- Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov . Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer. OTHER CONTRACT TERMS AND CONDITIONS: A resultant contract will be a firm fixed price type contract. It is anticipated that contract award resulting from this solicitation will be made approximately March 1, 2007. The Government will make award to the responsible offeror whose offer conforms to this solicitation and is most advantageous to the Government. Contractor must deliver these trailers within thirty (30) days from date of award. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. SOLICITATION CLAUSES AND PROVISIONS: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.212-1 Instructions to Offerors - Commercial Items (JAN 2006) tailored to delete paragraphs at c, d, h, and i as they have been determined to be non-applicable to this solicitation. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. 52.212-3 Offeror Representations and Certifications - Commercial Items (JUNE 2006) 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Items (NOV 2006) 52.233-2 Service of Protest (AUG 1996) (a) Procurement Executive, BOP, 320 First Street, NW, Room 5006, Washington, D.C. 20534 Protests Filed Directly with the Department of Justice (JAR 2852.233-70) Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. Quoters are advised that the Contracting Officer will verify registration in the Central Contractors Registration database (www.ccr.gov) and the Online Representations and Certifications Application (orca.bpn.gov) prior to award of any contract, by entering the potential awardee DUNS number into each database. Failure to complete the registration may result in elimination from consideration for award. The North American Industrial Classification System (NAICS) code is 333312. Quoters are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. SUBMISSION OF QUOTATIONS: On letterhead or business stationary, the following information is required: (1) Contractors DUNS Number (2) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications, Commercial Items (JUNE 2006) if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov (3) Proof of contractors ability to meet insurance requirements. (4) Point of Contact information for professional references. All Quotes must be received at the Federal Bureau of Prisons, USP Pollock, 1000 Airbase Road Pollock, LA 71467 no later than 2:00pm local time on Tuesday, February 5, 2007. Offers should be faxed to Delbert Grigsby, Contracting Officer, at (318) 561-5325. Offers received after this date will not be considered. Please ensure with your bid offer you include a complete copy of the provisions at 52.212-3, Offeror Representations and Certifications -Commercial Items Offers.
- Place of Performance
- Address: USP POLLOCK, 1000 AIR BASE RD, POLLOCK, LA 71467
- Zip Code: 71467
- Country: UNITED STATES
- Zip Code: 71467
- Record
- SN01214450-W 20070120/070119092550 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |