Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 2,1998 PSA#2065

437th 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