Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2007 FBO #2040
SOLICITATION NOTICE

72 -- UniMac Washer-Extractors and Dryers

Notice Date
6/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
333312 — Commercial Laundry, Drycleaning, and Pressing Machine Manufacturing
 
Contracting Office
US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-07-T-0032
 
Response Due
7/3/2007
 
Archive Date
9/1/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. RFQ W912EP-07-T-0032 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. This acquisition is unrestricted. The NAICS code for this requ irement is 333312; the small business size standard is 500 employees. OVERVIEW / SCHEDULE: Provide and Install Eight (8) each UniMac Model UX55PV Industrial Soft Mount Washer-Extractors and Seven (7) each UniMac Model UTF75LRM/NRM Industrial Gas Heated Tumbler Dryers in existing laundry facility, located in a secure area. Disconnect, Remove and Dispose of eight (8) existing washers and seven (7) existing dryers. New equipment delivery & installation and disposal of existing equipment shall conform to the following specifications. Due to security reasons, all work shall be performed Monday thru Friday, during the hours of 7:30AM to 3:30PM only. No work shall be performed on-site during federal holidays. SPECIFICATIONS Equipment Washer-Extractors shall be brand name or equivalent to UniMac Model UX55PV Industrial Soft Mount Washer-Extractors with the following features: 55 lb Capacity Heavy Duty Suspension System Soft Mount Programmable Microprocessor Controls A.C. Inverter Drive Water Reuse Capability Stainless Steel Construction Temperature Controlled Fill Thermal Cool Down Multiple Extract Speeds up to 418 G-Force Dimensions of 35.4 width, 40 depth, and 60.8 height Water Inlet Connection of 3 x .75 .38 Steam Inlet Connection 3 Drain Connection 4 HP Motor 200-240 Voltage/50-60 Hz/3 Phase/20 Amp Dryers shall be brand name or equivalent to UniMac Model UTF75LRM/NRM Industrial Gas Heated Tumbler Dryers with the following features: 75 lb Capacity Tumbler Dryer LP Gas Heat (Fast Dry) Programmable Microprocessor Controls Reversing Cylinder Instant Spark Ignition All-Belt Drive System Reversible Steel Doors 10 Exhaust Vents 1100 cfm Airflow ? NPT Gas Connection Dimensions of 38 5/8 width, 53 depth, and 76 5/8 height 1 HP Motor 200-208/240 Voltage/60 Hz/3 Phase/6.3 Amp Installation Contractor shall connect to existing electrical service, domestic hot and cold water, sanitary sewer, and chemical dispensing systems. Contractor shall verify location of existing services (electrical, plumbing, etc.) and modify as required to accomplish new work. New electrical disconnect, appropriate system and isolation valves shall be installed at each point of connection and shall be comparable to that installed on existing system. Units shall be anchored to existing structure as required to comply with manufacturers recommendations. Contractor shall provide all labor and materials required for a complete and working system. Disposal Contractor shall disconnect, remove and properly dispose of, off site, eight (8) existing washers and seven (7) existing dryers, which are similar to new equipment being installed. Contractor shall provide all labor and materials required to disconnect, r emove and properly dispose of (off-site) all existing equipment. Disconnection, removal and off-site disposal of existing equipment are required prior to installation of new equipment. PERFORMANCE PERIOD Installation is required within 45 days of award. GENERAL REQUIREMENTS The contractor shall be required to complete security clearance forms, including photograph identification, and submit to the facility for approval prior to work on the site. From must be submitted to the facility a minimum of 72 hours prior to arrival on site. Contract Pricing Contract pricing must include all costs or pric e associated fees and delivery cost to Krome SPC, Miami, Florida. The offer should be in this format: Washers 8 each Unit Price $________ Amount $__________ Washer Installation 8 each Unit Price $________ Amount $__________ Dryers 7 each Unit Price $________ Amount $__________ Dryer Installation 7 each Unit Price $________ Amount $__________ Disposal of Existing Washers 8 each Unit Price $________ Amount $_________ Disposal of Existing Dryers 7 each Unit Price $________ Amount $_________ Total Proposed Price Amount $_________ Note: Disposal price shall include any remaining value that exists for the washers and dryers being removed. Place of Performance Address: Krome Service Processing Center (SPC), 18201 SW 12th Street, Miami, FL 33194 Postal Code: 33194 Country: UNITED STATES The government reserves the right to award without discussion; therefore, the initial quote should contain the quoters best terms from a price standpoint. The government intends to award on a line-by-line basis or all-or-none basis at the governments dis cretion to the lowest-priced technically acceptable offer. Quotations for like items will not be considered. CONTRACT CLAUSES AND SOLICITATION PROVISIONS: The full text of clauses may be accessed electronically at http://farsite.hill.af.mil. The following clauses and provisions apply to this solicitation: 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.212-1, Instructions to OfferorsCommercial Items (Sep 2006); 52.212-3, Offeror Representations and CertificationsCommercial Items (Nov 2006); 52.214-4, Contract Terms and ConditionsCommercial Items (Feb 2007); 52.212-5, Contract Terms and Conditions R equired to Implement Statutes or Executive OrdersCommercial Items (Deviation) (Mar 2007); 52.211/6, Brand Name or Equal (Aug 1999); 252.232-7010, Levies on Contract Payments (Dec 2006) SUBMISSION OF QUOTATIONS: Vendors will be required to submit the following information on company letterhead or business stationary directly to the contracting officer: 1. The Request for Quotation Number (W912EP-07-T-0032); 2. Schedule of Items with Pric ing; 3. Contractor DUNS Number and Taxpayer Identification Number, and 4. A complete copy of the certifications at 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2006). Any contractor interested in obtaining a contract award with the US Army Corps of Engineers must be registered in the Central Contractor Registration (CCR) Database at www.ccr.gov. Offers are due no later than July 3, 2007 at 2:00PM local time. Offers received after this date and time will not be considered for award. The postal mailing address is: US Army Corps of Engineers, Jacksonville District, ATTN: CESAJ-CT-S (Brenda Martin ), 701 San Marco Blvd., Jacksonville, FL 32207-8175. Offers may also be faxed to 904-232-2748 (but please acknowledge receipt by contacting Brenda Martin at 904-232-3820) or e-mailed to Brenda.l.martin@saj02.usace.army.mil. The anticipated date of award is on or about July 10, 2007. This solicitation is distributed solely through the General Services Administrations Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. All future information about this acquisit ion, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. Point of Contact Brenda Martin, USACE, Phone 904-232-3820, Fax 904-232-2748, email Brenda.l.martin@saj02.usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
Country: US
 
Record
SN01328185-W 20070628/070626221242 (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.