Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
SOLICITATION NOTICE

W -- leasing of washers and dryers

Notice Date
3/4/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
M67001 Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700104Q0034
 
Response Due
3/18/2004
 
Archive Date
4/17/2004
 
Point of Contact
Mimi Robinson (910)451-3014
 
E-Mail Address
Email your questions to Mimi N. Robinson, Contracting Divsion
(robinsonmn@lejeune.usmc.mil)
 
Description
This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation, Subpart 12.6 and as supplemented with additional information included in this notice. This procurement is restricted to small business participation only. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ) and the solicitation number is M6700104Q0034. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-20. The proposed acquisition is a 100% small business set-aside. The North American Industrial Classification System (NAICS) code for this requirement is 532210. To meet the small business size standard the concern and its affiliates must have averag e annual receipts for the preceding three (3) years that do not exceed $6 M. A firm-fixed price contract with a base period of five (5) months and with three (3) one-year option years will be awarded for the requirement that is described as follows: The Contractor shall provide services to lease and maintain automatic, heavy-duty type washers and dryers for bachelor living quarters located throughout Camp Lejeune and Marine Corps Air Station, New River, North Carolina. The requirement is considered to be a lease of equipment to include ancillary maintenance services. Therefore, the Service Contract Act does not apply to this acquisition. Line Item 0001: Washers, electric (specifications listed in Attachment 1); Estimated Qty = 1225 ea. Line Item 0002: Dryers, electric (specifications listed in Attachment 1); Estimated Qty = 1512 ea. All machines shall be without coin o peration mechanism. The Contractor shall deliver and ensure that all equipment is operational by 01 May 2004. The proposed price shall include lease of equipment, delivery, installation and maintenance throughout the contract period. Contractors shall have the prerogative to propose as follows - Alternative One: provide new equipment that meets the specifications set forth in Attachment 1; or Alternative Two: purchase existing equipment in place from current contracts M67001-04-M-0003 and M67001-04-M-0004 currently performed by Tarheel Specialties, Inc. P.O.C. for Alternative Two is Mimi Robinson, (910) 451-3014. These contracts will be terminated effective 01 May 2004 as a result of GAO Decisions B-292815.3 and B-293439 issued on 20 January 2004. All components and parts provided by the Contractor shall be new or rebuilt and of the same or better quality, type, style, grade, gauge, finish, class, or size as that used by original equipment manufacturer, or as required to obtain specific operating characteristics, or to match other items already in place. The Contractor shall maintain an adequate supply of the most commonly used repair parts to service all makes of equipment/machines on this contract. Additionally, the Contractor must have satisfactory sources of supply for all parts that may be needed in the performance of this contract. Washers/dryers furnished on this contract must withstand the most severe use and will be subjected to what may be considered in the commercial trade as abusive use. The Contractor shall be responsible for replacing control knobs and tubs, regardless of the reason for replacement, at no cost to the Government throughout the contract period, including the basic year period and any option years exercised. Th e Contractor shall be responsible for maintenance and repair of the Contractor-owned equipment listed in this contract. Maintenance and repair service shall consist of inspecting, cleaning, lubricating, adjusting, calibrating (if required) and repairing the equipment to a first-class operating condition. The Contractor shall accomplish repairs on all machines within three (3) days of receipt of service work ticket(s). To ensure that the equipment is maintained in first class operating condition, the contractor shall perform whatever preventive maintenance or remedial maintenance services are necessary. The Government may have additional requirements for new washers and dryers after the initial installation phase. The Contractor shall have 15 working days after notification to have additional new washers and dryers installed. The unit price for additional equipment shall n ot exceed the unit price for each contract period. The Government may have occasional requirements to relocate machines from one building to another or remove machines from the contract. The Contractor shall have three workdays after notification to remove or relocate any machines. Machine relocations/removals do not constitute a change in the monthly rate unless the quantity to be relocated or removed should exceed 5% of total number of machines during each contract period. In such case, an equitable adjustment shall be made upon receipt of claim. As a condition of receipt of this contract, the Service Provider agrees to implement the Department of Defense web-based software application, called Wide Are Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This appli cation allows for complete visibility throughout the acceptance and payment process. The web-site for registration is http://rmb.ogden.disa.mil. WAWF training can be accessed at http://www.wawftraining.com/. The following contract clauses apply to this procurement: Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Addendum: Delete paragraph (h). Insert: The Government intends to award a single contract as a result of this solicitation; FAR 52.212-2 Evaluation ? Commercial Items. Addendum: (a) Award will be based on the quote that offers the Best Value to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Price; (2) Technical Compliance; (3) Management/Transition Approach; (4)Past Performance, in descending order of importance. Price is considered to be s ignificantly more important than the other factors combined. If proposing under Alternative One, offerors shall provide technical literature to demonstrate that proposed equipment meets the specifications located at Attachment 1. The Contractor shall provide a Management/Transition Plan that demonstrates how their offer will be most advantageous to the Government. The Contractor shall complete three separate Past Performance Reference Forms (Attachment 3) to provide adequate information for evaluation of experience in this industry. A minimum of three (3) referrals shall be given to the Government. The Government intends to award a contract that offers the ?best value? to the Government, price and other factors considered. Although price is significantly more important than the other factors combined, the Government may select other than the lowest cost, technically accep table proposal if it is determined in the trade-of analysis that the merit of the other factors outweighs the importance of price. Any proposal that is determined to be unreasonably high or unreasonably low will be considered to demonstrate a lack of understanding of the requirements and will receive no further consideration. Addendum. In order to be considered responsive, the Contractor must propose on option years. FAR 52.212-4 Contract terms and Conditions ? Commercial Items. Addendum: Add ?The Contractor?s standard commercial warranty shall apply.? 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items. The following clauses apply: 52.203-6; 52.219-8; 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.223-9, 52.225-13, 52.225-16, 52.232-33, 52.247-64; 52.217-5 Evaluation of Options; 52.217-9 Option to Exten d the Term of the Contract; FAR 52.219-6 Notice of Total Small Business Set Aside; DFARS 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses are checked: 52.203-3, 252.206-7000, 252.225-7001, 252.225-7012, 252.225-7014, 252.225-7028, 252.227-7015, 252.227-7037, 252.243-7002, 252.247-7023, 252.247-7024. OFFEROR SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 AND DFARS 252.225-7000 WITH THEIR QUOTE. Offeror shall also provide technical literature of equipment to be provided. The Offeror is required to provide their Contractor?s DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. DFARS 252.204-7004 Alternate A (Nov 2003) Offerors are required to be r egistered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.dlsc.dla.mil). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. The successful offeror shall furnish to the Contract Administrator a certificate of insurance as evidence of the existence of insurance coverage not less than the amounts specified as follows:Comprehensive - $500,000 Bodily Injury per occurrence; Automobile - $200,000 per person, $500,000 Bodily Injury per occurrence, $20,000 Property Damage per occurrence. Worker?s Compensation as required by Federal and State Worker?s compensation and occupational disease statutes; Employer?s Liability Coverage - $100,000 except in states where worker?s compensation may not be written by pri vate carriers. Responses to this solicitation are due by 4:00 PM EST on 18 March 2004. Submit offers by mail to Contracting Division, P.O. Box 8368, Marine Corps Base, Camp Lejeune, NC 28542-8368 or courier delivery at Contracting Division, Bldg 1116, Camp Lejeune, NC 28547. For information regarding this solicitation, contact Mimi Robinson at (910) 451-3014. See Numbered Note 1. Attachment 1 includes the specifications for the washers/dryers. Also, Attachment 2 has been added to facilitate submission of quote. Attachments are included in the "solicitation" portion of this announcement.
 
Record
SN00536938-W 20040306/040304223616 (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.