Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2009 FBO #2818
SOLICITATION NOTICE

99 -- Automatic Rollover Carwash with Accessories - Ramstein Carwash SOW

Notice Date
8/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423850 — Service Establishment Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 700 CONS, Ramstein AB, UNIT 3115, APO, 09021
 
ZIP Code
09021
 
Solicitation Number
RAMSF000090062CARWASH
 
Archive Date
9/15/2009
 
Point of Contact
Kateri Warner, Phone: 06315366954
 
E-Mail Address
kateri.warner@us.af.mil
(kateri.warner@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Photo 2 of Car Wash currently on site to be removed. Photo 1 of Car Wash currently on site to be removed. Statement of Work for RAMSF000090062CARWASH 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. Solicitation number, RAMSF000090062, is issued as a Request for Quotation (RFQ) through Federal Acquisition Circular 05-35. The North American Industry Classification Systems (NAICS) is 423850 and the SB size standard is 500 Employees. This is a local vendor set aside for companies in Germany able to provide a compatible car wash system with installation to pre-existing water treatment system on site. The contractor shall perform to the standards in the contract and statement of work and adhere to all local (German) and US regulations. A firm fixed price contract is contemplated using lowest price/technically acceptable (LPTA) evaluation procedures with past performance as a factor. This solicitation is comprised of the following: I. SPECIFICATIONS OF REQUIREMENT II. FORMAT AND SUBMISSION OF QUOTE III. EVALUATION FACTORS IV. CONTRACT CLAUSES V. ADDITIONAL INFORMATION FOR OFFERORS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. SPECIFICATIONS OF REQUIREMENT CLIN 0001: Automatic Rollover Car Wash Unit, 1 EA with accessories. Standard features must include rollover roof brushes, joined side brushes that adjust to fit different vehicle's side contours with high power air drying units for the roof and sides. Unit must have a minimum of 5 wash programs with the fastest program able to wash and dry a vehicle in less than 3 minutes. Unit must accommodate large American made Sport Utility Vehicles (SUV) with weights of 2,581.35 kg, heights of 2.00 meters, and widths of 2.01 meters. All surface wash brushes must be constructed of the most modern foam material designed for use on new vehicles painted finish without damage to paint. Wheel brushes must have a minimal diameter of 19 inches and must include their own separate water jets. Unit must incude a high pressure under chassis wash system. Unit should include LED display system programmable in English. Have a door control for Winter operations. Service terminal mounted for easy access at entrance of car wash unit. Ticket terminal at cash register that generates wash code numbers to operate wash unit with capability of creating programamble wash cards for multiple uses. Include 2000 each programmable cards. Request any trade in value of old unit be deducted from the purchase price of new unit. Extended warranty with quick, reliable services responding unit. CLIN 0002: Removal and Installation Costs (Removal of old car wash includes dump) Refer to attached Statement of Work for more details to include in your technical proposal. Current system in place is a Christ Primus C-150. Delivery date of new unit must be no later than 30 Sep 09. The offeror agrees to hold prices in its offer firm for 60 calendar days from the date specified for receipt of offers. All serious offerors must complete all appropriate blocks in FAR clause 52.212-3, DFARS 252.212-7000 and have DFARS 252.229-7001 Tax Relief completed and turned in with the quote. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. FORMAT AND SUBMISSION OF QUOTE Offeror shall provide a firm fixed unit price for each CLIN and the total amount. Provide the nine-digit DUNS, five-digit CAGE and the nine-digit TIN. DUNS and/or CAGE is used to verify that the vendor is in CCR. The Taxpayer Identification Number is necessary for electronic payment. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the Central Contrator Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. Submit this information along with your proposal to Kateri Warner via email or fax. Email is preferred. If submitting via email, it must not be greater than 3 MB otherwise send multiple emails. Request for Quotations are due to 700 Contracting Squadron no later than 4:30 PM local (German) time on Monday, 31 Aug 2009 (10:30 AM Eastern Standard Time). Put "RAMSF000090062 Car Wash" in the subject line. There are four (4) ways to submit your proposal: 1.) Email to kateri.warner@us.af.mil or kateri.warner@ramstein.af.mil. All email quotes will receive a confirmation email. If you do not receive a confirmation then your quote was not received. 2.) Mail to: 700 Contracting Squadron Kaiserslautern, Attn: Kateri Warner, Am Opelkreisel, Building 164, D-67663 Kaiserslautern, Germany. 3.) Fax your completed documentation to the attention of Kateri Warner, Commercial Int. 0049-(0)631-536-8447. 4.) Hand carry to: 700 Contracting Squadron, Am Opelkreisel at R.O.B. Rhine Ordnance Barracks, Building 164, Room 201, Kaiserslautern, Germany. It is the responsibility of the offeror(s) to ensure the offer is received. The offer must be at 700 Contracting Squadron before closing dtae and time for this solicitation or it will be late and not considered. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. EVALUATION FACTORS All offers meeting technical expectations will be evaluated. Technical information is required to be submitted with the quote at date and time quotes are due and technical capability shall be determined by the offeror's experience as a company or corporation, by its employees or the personnel they have retained in performing and managing of similar, size, scope, and complexity as described in the schedule. Experience may be commercial and/or governmental. The contractor MUST obtain a DUNS number and CAGE code (Commercial And Government Entity Code). Offeror registration must be current in the CCR database. Offerors are required to submit documentation on a minimum of two (2) contracts of similar scope and magnitude as this requirement. Performance information shall have occurred within the previous two (2) years from the date established for receipt of quotes. The offer shall include the following information with each contract/subcontract referenced: a. Name of contracting activity or commercial customer b. Contract identification number c. Type of contract (such as firm fixed price, cost reimbursement, requirements, etc.) d. Total contract value e. Description of the items delivered f. Contracting Officer (Name, phone number, fax number, and e-mail address) Award will be made to the offeror with the lowest evaluated price that meets or exceeds the acceptability standards for non-price factors and past performance. To be technically acceptable, offeror's are required to provide a technical description of the item(s) being offered in sufficient detail to evaluate compliance with the requirement as defined in the specifications and statement of work (SOW) for CLIN 0001 through CLIN 0002 of this solicitation. This includes providing a detailed written technical description, picture(s) and any other information if necessary. The contractor MUST obtain a DUNS number, CAGE code and be registered in the CCR database showing current registration. The standard is met when the descriptive literature in the solicitation proves compliance with the minimum Government requirement as described in the in the specifications (CLIN 0001 & CLIN 0002). Offer shall be evaluated on an acceptable, reasonably suspectible of being made acceptable or unacceptable basis. For award purposes the offeror will be evaluated on the Total amount for CLIN 0001 and CLIN 0002 contained in the schedule. The standard is met when the price is determined fair and reasonable in accordance with FAR clause 15.404-1(b). After evaluation of technical and price, the Government will evaluate the past performance of the lowest offeror with an acceptable technical proposal. Recency, relevancy and quality of past performance will be evaluated based upon performance of two (2) references provided by the contractor on contracts within the previous two (2) years from the date established for receipt of initial offers on contracts of similar scope and magnitude. The Government reserves the right to contact sources other than those submitted by the offeror. Offeror's past performance information will be rated as pass/fail. Offerors with no past performance information will be rated neutral. The standard is met when the contracting officer determines that offeror's past performance is acceptable, recent, relevant and contains no adverse info after evaluating the information provided to or obtained by the government. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawl is received before award. Award will be made based on "all or none" basis. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ IV. CONTRACT CLAUSES The following provisions and/or clauses apply to this acquisition by reference only: FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products. FAR 52.229-6 Taxes Foreign Fixed Price Contracts. FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation. DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. DFARS 252.209-7004 Subcontracting with firms that are owned or controlled by the Government of a Terrorist Country. DFARS 252.222-7002 Compliance with Local Labor Laws (Overseas). DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials. DFARS 252.225-7042 Authorization to Perform. DFARS 252.229-7000 Invoices Exclusive of Taxes or Duties. DFARS 252.229-7002 Customs Exemptions. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.233-7001 Choice of Law (Overseas). The following provisions and/or clauses apply to this acquisition in full text: FAR 52.212-1, Instructions to Offerors-Commercial Items. FAR 52.212-2 Evaluation-Commercial Items. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. A completed copy of this provision shall be submitted with the quote. Quotes without this provision will not be considered for an award. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items include clauses (01), (20), (21), (21), (22), (34), and (39). FAR 52.215-5 Facsimile Proposals (06315368447 is the Fax #). FAR 52.216-1 Type of Contract (Firm Fixed Price Contract). FAR 52.247-34 F.O.B. Destination. FAR 52.237-1 Site Visit. FAR 52.252-1 Solicitation Provisions Incorporated by Reference, provisions may be accessed electronically through http://farsite.hill.af.mil. FAR 52.252-2 Clauses Incorporated by Reference clauses may be accessed electronically through http://farsite.hill.af.mil. 52.252-6 Authorized Deviation in Clauses. DFARS 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A, Required Central Contractor Registration. DFARS 252.212-7000 Offeror Representations and Solicitations Certifications-Commercial Items. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisition of Commercial Items includes clauses 52.203-3, 252.243-7002, 252.247-7023, and 252.247-7024. DFARS 252.225-7002 Qualifying country sources as subcontractors. DFARS 252.225-7041 Correspondence in English. DFARS 252.225-7043 Antiterrorism/Force Protection Policy for Defense Contractors Outside the Untied States is in full text with the following as fill-in (Army in Europe Regulation 715-9 available at: http://www.per.hqusareur.army.mil/cpd/docper/default.htm.) DFARS 252.229-7001 Alt I Tax Relief. DFARS 252.232-7003 Electronic Submission of Payment Requests. AFFARS 5352.201-9101 Ombudsman with the following information: Primary Command Ombudsman: David Jones, dave.jones@ramstein.af.mil, DSN: (314) 480-2209, COMM: 0049-6371-47-2209, FAX: (314)480-2025, MIL: HQ USAFE/A7K, Unit 3050, Box 10, APO AE 09094-5010, COMM: HQ USAFFE/A7K, Geb. 529 Flugplatz, 66877 Ramstein-Miesenbach DE. Alternate Command Ombudsman: Lt Col Paul Marks, paul.marks@ramstein.af.mil, DSN: (314)480-2026, COMM: 0049-6371-47-2026, FAX: (314)48-2025, MIL: HQ USAFE/A7K, Unit 3050, Box 10, APO AE 09094-5010, COMM: HQ USAFE/A7K, Geb. 529 Flugplatz, 66877 Ramstein-Miesenbach DE. AFFARS 5352.223-9001 Health and Safety on Government Installations, AFFARS 5352.225-9004 Submission of Offers in other than United States Currency, AFFARS 5352.242-9000 Contractor Access to Air Force Installations in Paragraph b: Contracting Officer or Eddie Forest at 06371-4855, Passport and a German Report of Good Conduct (less than 91 days old.)~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ V. ADDITIONAL INFORMATION FOR OFFERORS Vendors must be actively registered with 1. Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov 2. Wide Area Work Flow (WAWF). The WAWF website is https://wawf.eb.mil/. Contractors that are not registered with these programs (CCR and WAWF) may have their proposal rejected as non-responsive. Contractors must submit their TAX ID number with their proposal. Offer should be submitted and shall contain the following information: Solicitation number; Time specified for receipt of offers; company name; address telephone number of offeror; estimated delivery time; terms of the expressed warranty; price and any discount terms; and acknowledgement of any and all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Quotes must be valid for a period of 60 days. Offerors that fail to furnish the required information, or reject the terms and conditions of this solicitation may be excluded from consideration. Quotes are due no later than 4:30 PM (1630 hrs) local time (Berlin/Rome) on Monday, 31 Aug 09. Late quotes will not be considered. SITE VISIT: An initial site visit will be conducted at the Auto Skills Center, Bldg 2477, on Ramstein Air Base, Germany on Monday, 17 Aug 09 at 1000 hrs. Attendance is highly encouraged as the proposed car wash must be compatible with the existing water system in place. Contact Kateri Warner if you wish to attend the site visit at 0631-536-6954 or by email at kateri.warner@ramstein.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/ROB/RAMSF000090062CARWASH/listing.html)
 
Place of Performance
Address: Bldg 2477, Ramstein Auto Skills Center, Ramstein Air Base, Non-U.S., Germany
 
Record
SN01906337-W 20090812/090811002517-914d12bf3b625bca327591749965e6a3 (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  © 1994-2020, Loren Data Corp.