Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2002 FBO #0090
SOLICITATION NOTICE

W -- W - Lease, Installation, and Maintenance of Clothes Washers and Dryers

Notice Date
2/28/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Procurement Center CNRNE Code N411P Box 500 BDLG 84/1 Naval SUBASE NLON Groton, CT 06349
 
ZIP Code
06349
 
Solicitation Number
N4939902T0069
 
Response Due
3/8/2002
 
Archive Date
4/7/2002
 
Point of Contact
JOAN SALLEY 860-694-2805
 
Description
This is a Combined synopsis/solicitation for commercial items prepared in accordance with the information in FAR Subpart 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The RFQ number is N49399-01-T-0069 using Simplified Acquisition Procedures for commercial items. This solicitation document incorporates provisions and clauses in effect through FAR and DFARS. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov and www.acq.osd.mil. This is a total small business competitive action. The Naval Submarine Base New London requests responses from qualified sources capable of providing the following: Item 0001?LEASE, INSTALLATION & MAINTENA NCE OF CLOTHES WASHERS & DRYERS 1. Requirement - The U.S. Navy Submarine Base NLON requires the lease, installation & maintenance of 109 Clothes Washers, 44 Clothes Dryers & 37 sets of stackable Clothes Dryers**. Installation locations are listed in paragraph # 9. 2. Option Provisions ? The Government requires a contract with a base period and a minimum of three 1-year option lease/maintenance periods, however the Government reserves the right to issue the contract for a lesser period. Options are exercised at sole discretion of the Government and if invoked, the KTR shall comply. Current policy is to exercise options a minimum of 60 calendar days in advance of the actual date. At the time options are exercised, the Navy Contracting Office may identify specific machines to be replaced with new units before the option period begins. 3. Machine Installation ? The successful contractor shall be responsible for installation of all equipment. All washer hoses, dryer cords & dryer vent hoses required for equipment installation shall be provided at no additional charge. 4. Machine Relocation ? If necessary, KTR shall relocate machines upon written request of the Contracting Officer, at no additional cost to the Government. 5. All Leased Equipment shall: Be brand new when installed; Be electric; Have a minimum 14 pound capacity; Be capable of heavy usage 24 hour/day, 7 days/week. 6. Washing Machines shall: Have a minimum 3.0 cu. ft. capacity; Use a maximum of 45 gallons in operation; Use a maximum 18 kWh; Have a maximum Total Cycle of 25 minutes; Have a minimum Wash Cycle of 10 minutes; Have a minimum Spin Cycle speed of 600 RPM; Have min. Load Selection Controls of S, M & L; Have min. Temp. Controls C/C, W/C, H/C, W/W, H/W; Have a steel frame w/ zinc coating, a porcelain enamel top and leveling legs; Have a porcelain enamel or polypropylene tub and a polypropylene agitator; Have a minimum 1/3 HP motor; Have tripod suspension. 7. Dryers shall: Be Front-Loading with a min. 15 ? diameter door opening; Have a minimum drum capacity of 6.5 cu. ft.; Have a steel frame with zinc coating; Have a lint filter inside door (Top Filter Not Acceptable); Have the following minimum clothing cycles: Delicate; Perm. Press; Regular (W &C); Have a minimum ? HP motor; Be a minimum 3-wire 208/240 V, 60HZ A.C. 8. **Stackable Dryers shall: Be Front-Loading with a min 20" diameter door opening; Bldgs. 534& 560 Have a minimum drum capacity of 7.0 cu. ft.; Have steel frame with zinc coating; Have lint filter inside door (Top Filter Not Acceptable) Have minimum clothing cycles of : Delicate Perm. Press: Regular (W& C) 9. Equipment Locations & Quantities are: Bldg. 379 - 7 Washers & 8 Dryers; Bldg. 534 - 21 Washers & 21 S. Dryers; ** Bldg. 442 - 6 Washers & 6 Dryers; Bldg. 560 - 16 Washers & 16 S. Dryers; ** Bldg. 447 - 10 Washers & 10 Dryers; Bldg. 429 - 5 Washers & 7 Dryers; Bldg. 430 - 5 Washers & 7 Dryers; Bldg. 434 - 7 Washers & 9 Dryers; Bldg. 435 - 7 Washers & 9 Dryers; Bldg. 455 - 13 Washers & 13 Dryers; Bldg. 488 - 12 Washers & 12 Dryers; 10. Maintenance - Shall include all labor, travel expenses (including vehicle costs), and replacement parts, except in the case of vandalism. 11. Maintenance Call Procedure: A Government Technical Representative (GTR) (to be identified in the contract award document) shall be responsible for notifying the Contractor (KTR) of any equipment malfunction and be responsible for placing oral/telephonic requests (trouble calls) for repairs. The designated Government Technical Representative is Byron Puzon MS1/SS or Sean Langworthy MM2 at CBQ Maintenance who may be reached at 694-5040 or 694-4956. KTR shall respond to each trouble call within 8 working hours of the GTR?s request. KTR shall sign-in and sign-out of each location when making a repair visit. 12. Notification of Equipment Vandalism ? The KTR shall promptly notify the GTR, in writing, of each claim against the Government for equipment damaged by vandalism and will await notification by the Government Contracting Officer, prior to making any repairs to the equipment. 13. Credit to Government for Machine Downtime - If any machine is non-operational due to malfunction through no fault or negligence of the Government, for a period in excess of 5 working days, KTR shall provide an invoice credit to the Government in an amount equal to or exceeding 1/30th of the monthly unit charge for the equipment, for each calendar day the machine remains inoperable, beginning on the 6th day of non-operation. This amount shall be deducted by the GTR on the following mont h?s invoice. 14. Equipment Replacement - If any machine remains inoperable for a period in excess of 14 calendar days, KTR shall be required to replace the unit entirely on the 15th day. If an entirely new unit must replace malfunctioning equipment, the new unit shall be brand new or equal to the original condition of the unit being replaced. 15. Security Provisions ? The successful contractor shall be solely responsible for obtaining from the Base Security Department all necessary vehicle pass and personnel identification documents needed to perform under the contract. Non-Government vehicles are subject to random and detailed searches when attempting to enter Naval Submarine Base NLON. The functional equipment is required F.O.B. Destination by 01 APR 2002. Inspection and Acceptance will be at Destination. Place of Delivery is as listed in statement of work ab ove, Naval Submarine Base NLON, Groton, CT. 06349. Quotation shall include as a minimum: Monthly Price FOB Destination, a point of contact name and phone number, payment terms, and all provision information called for in 52.212-3. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors ? Commercial Items. 52.212-3 Offeror Representations and Certifications-commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items. 52.212.5 ALT Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Clauses checked under 52.212-5 are: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33. All clauses shall be incorporated by reference in the resultant order. Additional contract terms and conditions applicable to this procurement are: FAR 52.217-3 Evaluation Exclusiv e of Options, 52.217-5 Evaluation of Options, 52.217-8 Option to Extend Services' 52.217-9 Optin to Extend the Term of the Contract, DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commerical Items (no clauses checked) 252.204-7001 Commcercial and Government Entity (CAGE) Code, 252.204-7004 Required Central Contractor Registration, DOD will no longer award contracts to contractors not registered in the Central Contractor Registration (CCR) database. Registration may de done by accessing the CCR Web site at http://www.ccr2000.com. A paper registration form may be obtained from the DOD Electronic Commerce Information Center at 800-334-3414. No numbered notes apply. This announcement will close at 3:00 P.M. Connecticut time on 8 March 2002. All responsible small business sources may submi t a quotation which shall be considered by the agency.
 
Record
SN00034079-W 20020302/020301082802 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.