Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2003 FBO #0757
SOLICITATION NOTICE

W -- Lease of Washers and Dryers

Notice Date
7/12/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 5 CONS, 211 Missile Ave, Minot AFB, ND, 58705-5027
 
ZIP Code
58705-5027
 
Solicitation Number
F32604-02-T0042
 
Response Due
7/29/2002
 
Point of Contact
Jeffrey Bell, Contract Administrator, Phone 701-723-3480, Fax 701-723-2895 (Pri) or Ext 4173 (Alt), - Mary Meier, Contracting Officer, Phone 701-723-3057, Fax 701-723-4173,
 
E-Mail Address
jeff.bell@minot.af.mil, mary.meier@minot.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined synopsis/solicitation for commercial items prepared IAW Far 12.6 and supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The solicitation number is F32604-02-T042 using Simplified Acquisition Procedures for commercial items. This solicitation document incorporates provisions and clauses in effect through the FAR and DFARS. The clauses may be accessed in full text at this address: hhtp:/farsite.hill.af.mil/vffara.htm. This is a total small business competitive action. Minot Air Force Base request responses from qualified sources capable of providing the following: Estimated quantities will be 102 washers, 102 dryers, and 13 stacked washer/ dryer combos as shown in the Bid Schedule. The contractor shall furnish all personnel, equipment, tools, materials, supervision and other items or services necessary to install and maintain washers and dryers in unaccompanied temporary housing on Minot AFB, North Dakota. This requirement is for a basic year and four (4) option years with period of performance to begin 1 Oct 2002 through 30 Sept 2003. Options are exercised at the sole discretion of the Government and if invoked, the contractor shall comply. Current policy is to exercise options a minimum of 30 calendar days in advance of contract expiration. This will be a Firm Fixed Priced (FFP) contract. Washers shall be heavy duty, commercial type with adjustable water levels. Washers shall have standard hot and cold-water connections and be capable of operating on 110 volt, 20-amp circuit without overloading circuits under normal operation. Washers shall have three cycles for normal, permanent press, and delicate fabrics with three water temperature selections: cold, warm, and hot. Safety lid switch will preclude operation while door is open. Dryers shall be electric 220 volt, with a 16-pound minimum dry weight capacity and have three temperature ranges for all fabrics. Washer/Dryer Combo unit shall be electric, full size; one piece stackable unit with the washer having a 14 lb. Capacity, 110 Volt UL Approved and the dryer having a minimum 10 lb. Capacity, 220 volt UL Approved. Ensure Descriptive Literature is submitted with proposal, reference descriptive literature clause in solicitation for guidance. All washers, dryers, and combo machines shall be in place by 1 Oct 2002. A machine phase in period between current contractor and new contractor will be coordinated between contractors and 5 CES. Machines must contain a drying timer to be selected for desired drying periods of fabric. Machines must be shockproof and have a safety switch to preclude operation while door is open. Exhaust vent is four inches in diameter and maintained by civil Engineers. All equipment will meet specifications established by the U.S. Public health Federation and National Sanitation Foundation ad or/military authority having jurisdiction and is subject to inspection by medical authority and fire prevention authority. The contractor is responsible for installation of all equipment to existing electrical outlets and water supply lines. Electrical outlet, plumbing, and dryer vents will be provided and maintained by the government. Installation will be in accordance with local and national Plumbing and Electrical codes. Connections to dryer vents will allow movement of dryers for the purpose of cleaning behind them. Equipment will be new at the beginning of the contract, and will be installed in accordance with manufacturers specifications and as approved by the Contracting Officer. Operating instructions will be displayed on the machines or on a professionally painted sign. Machines will have some kind of identification code permanently marked, with code easily accessible but not visible, i.e. on inside of door. Contractor will provide two log books for the reporting of status of equipment malfunctions. One log will be maintained by 5th SVS and the other by 5th CES. The logbooks will be annotated upon repair of a machine or with status if immediate repair in not possible. A program of scheduled preventative maintenance will be implemented to include replacement of worn, damaged or malfunctioning equipment. All repairs and preventative maintenance will be accomplished within 72 hours of service call being placed. There are no restrictions on working hours. If machines are not repairable on site a replacement must be installed to ensure at least one washer and dryer are operational in each location at all times. The contractor will be required to request escort service for building 1085 only. There must be a contingency plan in the event of failure of the machine, to insure no disruption of services. Contractor shall be responsible for all transportation necessary to comply with the contract. Any act of theft, vandalism, or apparent willful damage discovered by the contractor, shall be reported immediately to the Installation Security Forces and the Contracting Officer. Losses resulting from such damaged, broken, or stolen equipment will be absorbed by the contractor and should be adequately covered by their normal business insurance policy. Any injuries to personnel, cause by the operation of the equipment due to willful negligence of the Contractor, shall be treated as a normal third party liability claim, and the Contractor shall hold the government blameless for the injuries or claims resulting there from. Required delivery shall be no later than 60 days after receipt of order. Delivery shall be FOB Destination. This announcement will close at 4:30 pm Minot North Dakota time on 26 Jul 02. All responsible small business sources may submit a quotation which shall be considered by the agency. ***** NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (12-JUL-2002). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-DEC-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/5CONS/F32604-02-T0042/listing.html)
 
Place of Performance
Address: Minot AFB, North Dakota
Zip Code: 58705
Country: USA
 
Record
SN00494713-F 20031224/031222213425 (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.