|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 2,1998 PSA#2065437th Contracting Squadron, 102 Long Street, Charleston AFB, SC
29404-4829 J -- J-PROVIDE/INSTALL/MAINTAIN WASHERS, DRYERS, STACKABLE MACHINES IN
VARIOUS BUILDINGS SOL F38610-98-R0001 DUE 042098 POC Contact Frances C.
Jenkins, 843-963-5155 Ext 236. This is a combined synopsis/solicitation
for commercial items prepared in accordance with the format in FAR
Subpart 12.6, as supplemented with additional information included in
this notice. This announcement constitutes the only solicitation.
Proposals are being requested and a written solicitation will not be
issued. Solicitation documents and incorporated provisions and clauses
are those in effect through Federal Acquisition Circular 90-46. This
procurement is a 100% small business set-aside. The Standard Industrial
Code is 7359 and the small business size standard is $5.0 million.
SCOPE: The contractor shall provide, install/remove, and maintain
washing, drying, and stackable or combination washing/drying machines
in various facilities on Charleston Air Force base, South Carolina. The
contractor furnished machines will be subject to heavy usage 24 hours
a day, 365 days a year. Equipment Specifications: Machines furnished
under this contract, by the contractor, shall be in conformance with
the following specifications (as a minimum): A. Washing Machines-(1)
Heavy duty, top loading, fully automatic, (2) 110-120 volt,
UL-Approved, (3) 60 cycle, (4) White in color, (5) Two wash cycles, one
preset water level, two water temperature selections, (6) Each unit
shall be numbered and clearly visible on the front of the unit, and (7)
Each unit furnished at the beginning of the basic contract shall be
new. B. Drying Machines-(1) Heavy duty, (2) 120-240 volt, UL-Approved,
(3) White in color, (4) One normal and one permanent press drying
cycle, (5) Each unit shall be numbered and clearly visible on the front
of the unit, and (6) Each unit furnished at the beginning of the basic
contract shall be new. C. Stackable or Combination Machines-(1) Heavy
duty, (2) 120-240 volt, UL-Approved, (3) White in color, (4) Washer
portion shall have two wash cycles, one preset water level, two water
temperature selections, (5) Dryer portion shall have one normal and one
permanent press drying cycle, (6) Unibody construction or securely
bolted together to prevent movement, (7) Each unit shall be numbered
and clearly visible on the front of the unit, and (8) Each unit
furnished at the beginning of the basic contract shall be new. D.
Submittal-The contractor shall provide (4) copies of the manufacturer's
brochure for the washers, dryers, and combination machines for the
approval of the contracting officer. All machines shall be subject to
the Contracting Officer's inspection and approval as to condition,
appearance, and serviceability. INSTALLATION/REMOVAL OF MACHINES: The
contractor shall install and remove machines as specified: A. All units
shall be delivered, installed, and operational within three calendar
days (72 hours) after contract start date. The contractor is
responsible for connection of the machines to existing electrical
outlets, drains, vents, etc., to include supplying any necessary
adapters, hoses, etc. Installation schedule will be provided and
changes to the schedule must be coordinated with the Quality Assurance
Evaluator (QAE). B. Upon completion of the contract period, the
contractor shall remove all units within three calendar days (72 hours)
after the contract completion date. Removal schedule should be
coordinated with the QAE at completion of the contract. The Government
shall not be liable for any payments for machines beyond the end of
the contract. C. Contractor agrees to cooperate with the predecessor
and successor contractor to maintain a minimum disruption in service
during installation and removal. MAINTENANCE REPAIR AND/OR REPLACEMENT
OF MACHINES-The contractor shall maintain all machines. To accomplish
this the contractor shall perform the following tasks: A. Contractor
shall provide all parts, including replacement machines as necessary,
and labor to maintain all machines in an operable condition at no
additional cost to the Government. B. At anytime it becomes necessary,
the contractor shall be notified two weeks in advance, for the removal
or installation of the machines. C. If the contractor responds to acall
to repair a broken appliance and suspects that government abuse is the
cause, he shall promptly notify the contracting officer in writing,
with a detailed estimate for repair, prior to repair. The contractor is
responsible for replacing missing hoses, control knobs, or any other
parts valued at less than $100.00, regardless of cause, at no
additional cost to the Government. The government will review all
detailed estimates for repairs greater than $100.00. Prior to any
repairs made, the Government and the Contractor will negotiate the
final cost for repairs in accordance with the Changes Clause. The
Contracting Officer will then direct the Contractor to make repairs and
bill the government against the appropriate line item in the contract.
D. Service calls will be issued to the contractor by the QAE or
alternate, the contract administrator, or the civil engineer service
call desk. The contractor shall maintain local telephone service to
receive service calls. E. Routine service calls placed prior to 0900 on
a normal duty day (Monday through Friday, excluding Federal Holidays)
shall be completed the same day. Calls issued after 0900 shall be
completed prior to 1700 the following normal duty day. F. Emergency
service calls-At least one washer and one dryer shall be operable in
each building. Emergency call may be issued to fulfill this requirement
at any time (including nights, weekends and Federal holidays). Response
time on emergency calls shall be four hours from the time the call was
received by the contractor. At no time shall any building be without
an operable washer and dryer. G. Service Tickets-The contractor shall
deliver to the QAE a service ticket for each service call. The ticket
will be delivered not later than 1600 on the day the service is
completed. (1600 of the next duty day if a repair is made on a weekend,
a holiday, or at night). The service ticket will contain the following
information as a minimum: (1) Call number, (2) Location of the Machine
(building number), (3) Type of machine, (4) Date and time service
completed (repaired or replaced), (5) Nature of problem, and (6) Action
taken to return machine to service. [Currently, the requirement is for
48 washing machines, 47 drying machines, and 45 stackables. An
increase of 15 stackables is anticipated for October 1998 and another
increase of 15 stackables is anticipated for February 1999.] The
following FAR provisions apply to this acquisition: 52.212-1
Instructions to Offerors-Commercial Items, no addenda included,
52.212-2 Evaluation-Commercial Items, the following factors shall be
used to evaluate offers: (1) Technical capability of item offered to
meet government requirements and above-referenced maintenance.
Descriptive literature must be submitted with offerors proposal, (2)
Past performance, and (3) Price (technical and past performance when
combined are greater in relative importance when compared to price),
offerors shall provide with their proposals a list of no less than 5 of
the most recent and relevant past and present contracts performed for
federal agencies and commercial customers within the last 5 years.
Government will evaluate offers for award purposes by adding total
price for all options to basic price, Offerors shall complete FAR
52.212-3 Offerors Representations and certifications-Commercial Items,
and submit it with their offer,eted copy of this provision, 52-212-4
-- Contract Terms and Conditions-Commercial Items, 52.212-5 Contract
Terms and Conditions Required to Implement Statutes or Executive
Orders-Commercial Items, for paragraph (b), the following clauses apply
(6), (7), (8), and (9), for paragraph (c ), the following clauses
apply: (1) and (2), 52.217-8, Option to Extend Services, 52.217-9
Option to Extend the Term of the Contract, 52.222-26, Equal
Opportunity, 52.222-35, Affirmative Actions for Special Disabled and
Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped
Workers, 52.222-37 Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era, 52.222-41, Service Contract Act of 1965,
as amended, 52.222-42, Statement of Equivalent Rates for Federal
Hires, 52.232-18, Availability of Funds. Full text of these provisions
and clauses may be obtained by accessing any of the following Internet
Web Sites: http://acqnet.sarda.army.mil/ (click on library), --
-or-http://www.gsa.gov/far/current/html/toc.html#top -or-
http://farsite.hill.af.mil/. Proposals shall be submitted in writing to
437 CONS/LGCV, Attn: SrA Jacqueline Dent, 102 Long Street, Charleston
AFB, SC 29404-4829 with reference made to solicitation number
F38610-98-R0001 no later than 4:30 PM (EST) on 20 April 1998. Minimum
allowable wages can be found in U.S. Dept. of Labor Wage Determination
No.: 94-2473, Revision No.12, Dated 01 Sep 97. The government may hold
discussions with offerors if the Contracting Officer determines it
necessary, but the government also reserves the right to evaluate
proposals and award a contract without discussions. Therefore, the
offeror's initial proposal should contain the offeror's best terms
including technical factors and price. Basic Period 1 AUG 98 -- 30 SEP
98, First Option Period 1 OCT 98 -- 30 SEP 99, Second Option Period 1
OCT 99 -- 30 SEP 00, Third Option Period 1 OCT 00 -- 30 SEP 01. Basic
Period and First Option Period will be awarded simultaneously.
Contractors interested in submitting a proposal should contact Frances
C. Jenkins for information regarding a site visit and for a copy of
the Bid Schedule and SOW, fax your request to (843) 963-5183 or via
e-mail to jenkinf@charleston.af.mil. (0090) Loren Data Corp. http://www.ld.com (SYN# 0062 19980402\J-0013.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|