Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2006 FBO #1664
SOLICITATION NOTICE

J -- maintenance contract for washers and dryers for the bases in San Diego CA

Notice Date
6/15/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024406R0035
 
Response Due
6/28/2006
 
Archive Date
7/28/2006
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 ?Required Central Contractor Registration? applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small-business manufacturer); all eligible, responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. Solicitation number / RFP N00244-06-R-0035 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09 (5/19/06) and DFAR Change Notices effective through 5/19/06. The standard industrial code is 7629 (NAICS 811412) and the business size standard is $6.5 million. The agency need is for a maintenance / service contract on the washers and dryers in the bachelor?s quarters at the base facilities in San Diego CA. The contract is for a base year and 4 one-year options. The statement of work is as follows: Contractor shall provide supervision, material, labor and transportation to provide Preventive Maintenance and on-call repair services for Government owned clothes washing machines, (washers = 462 each) and gas & electric clothes dryers (dryers = 548 each). These machines have various manufacturers and models; see listing here for specifics. These machines are located at the following bases: Naval Base San Diego, transient personnel unit (32nd Street NAVSTA), NAS North Island, NAB, Subase, and ASW bachelor housing. Preventive maintenance (PM) shall be performed on each machine every six months. Contractor shall provide an annual PM schedule to the Government Technical POC. PM work shall include the following: Grease all fittings Adjust drums for balance / suspension Adjust belts General lint cleaning in dryers and vents Test run each machine, contacting the Government Technical POC if further service is required. This work shall be accomplished at the firm fixed price set forth under the contract line item for services. Attachment 1 to this Statement of Work provides the current list of the quantities, makes and models of the appliances. During the contract year as obsolete appliances are replaced with new appliances or appliances services warranties expire, the Government by contract modification will provide an updated list to the Contractor. It is agreed that the updated lists will not result in an increase to the contract price. The 1050 machines referenced in the historical data below shall be included in the price for preventive maintenance. After the 1050 machines have been repaired the Contractor shall start charging on call repairs to the subclin for On-Call Services at the hourly labor rate. ON -Call Repair Services On- Call Repair services include labor, material, parts and equipment to respond to trouble calls, identify deficiencies, repair and restore washers and dryers to fully operating condition. Contractor shall provide all parts necessary to effect repairs. Parts must meet original manufacturer standards or be of an equivalent quality. After repairs have been accomplished Contractor shall clean around machines, removing any standing water, lint and grease marks on the floor. The contractor shall repair equipment and return within 5 calendar days. Failure to repair and return within 5 calendar days is not acceptable. However, if parts/materials are not available and additional time is required to affect the repair, the Contractor is required to notify the Navy Technical POC for authorization to extend the repair time period and return date. If the Navy Technical Point of contact grants an extension in the repair and return time, the Contractor, at no cost to the Government shall provide and install a loaner machine unit such time as the Government machine is returned. The contractor is to perform On Call Repair services only on units that have been designated by an authorized government representative. Prior to making repairs in excess of $300.00 on any single machine per contract year the Contractor must stop work before exceeding this amount and contact the Government Technical POC for authorization to proceed. The Contractor shall provide a list of parts and labor expended on each machine and an estimate of the repair cost to the Navy Technical POC. The list should also include the machine location, model and serial number for all repairs authorized... Disabled Machines Contractor shall provide labor, parts and material required to restore disabled machines to operation and along with machine repair, each disabled/degraded machine shall be inspected and repaired for the following: Exterior of the washers for physical damage, Missing or loose mechanical devices or hardware, Missing plastic knobs, Damaged or bent door latches, Drums for balance / suspension and Belts for wear. If the disabled unit cannot be thoroughly tested to determine the extent of repair, the Contractor will be authorized to transport the unit to the contractor?s facility for repair. Transportation to the contractor?s facility will be at no cost to the Government. The government representative, coordinating with the service technician shall determine if a unit is beyond economical repair. Preventive Maintenance Parts and Other Repair Parts The contractor shall provide all Preventative Maintenance and Other Repair parts at no increase in the monthly price up to $300.00 for each machine for each contract year. Contractor shall provide all parts necessary to effect repairs. Parts must meet original manufacturer standards or be of an equivalent quality. Prior to providing parts at or above the $300.00 limit, the Contractor must stop work before exceeding the $300.00 threshold and contact Navy Technical POC. The Contractor shall provide the Navy Technical Point of Contact with a list of parts and labor expended on the machines and an estimate of required repairs. These parts, if authorized by the Navy will be reimbursed under the contract line item for Preventative Maintenance and Repair Parts. Contractors will not be reimbursed for parts that are not authorized. Contractor shall provide the parts to the government at cost. No profit shall be applied to the parts provided under the parts contract line item. The government representative, coordinating with the service technician shall determine if a unit is beyond economical repair. Points of Contact (POC) are to be provided at time of award. Contractor shall obtain pass for base admission (point of contact for assistance will be provided at time of award). The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items applies. Clause 52.212-4, Contract Terms and Conditions ? Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications ? Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and past performance. Provision 52.212-2, Evaluation ? Commercial Items, applies with paragraph (a) completed as follows: lowest price with acceptable past performance. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company?s complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company?s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time on 6-28-06, and will only be accepted via e-mail @ (jessica.dunker@navy.mil) or at the following physical address: Fleet & Industrial Supply Center, 937 North Harbor Drive, 7th floor, San Diego CA 92132-0212. Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. See Numbered Note # 1.
 
Web Link
click here to download a hard copy of the RFP
(http://www.neco.navy.mil)
 
Record
SN01071030-W 20060617/060615222119 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.