Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2010 FBO #2986
SOLICITATION NOTICE

35 -- WASHERS AND DRYERS

Notice Date
1/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532210 — Consumer Electronics and Appliances Rental
 
Contracting Office
N00189 FISC NORFOLK, PHILADELPHIA OFFICE 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018910QZ058
 
Response Due
2/19/2010
 
Archive Date
3/6/2010
 
Point of Contact
Jacquelyn Armes (215) 697-9681 James O'Sullivan (215) 697-9680
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-10-Q-Z058. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-38 and DFARS Change Notice 20091229. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 532210 and the Small Business Standard is $7M. The FISCN Contracting Department Philadelphia Office requests responses from qualified sources capable of providing a lease for Washers and Dryers for Recruit Training Command (RTC), Permanent Party (PP), Transient Personnel, Training School Command (TSC), Navy Hospital Corps School (NHCS) and Navy Gateway Inn and Suites (NGIS) at Naval Station Great Lakes (NAVSTA GL), Great Lakes, Illinois. Specifications for this requirement are as follows: C.1The Contractor shall furnish all washers and dryers, labor, supervision, material, repair parts, supplies and equipment, and repair of washers and dryers as specified herein. C.2 All individual washers furnished by the contractor shall meet or exceed the following requirements: commercial, multi-housing electric (120 Volt), fully automatic clothes washers with a capacity of fourteen (14) pounds. The washers shall be capable of washing, rinsing, spin drying, and shutting off automatically when the door is opened during the spin cycle. They will be top loading. Washers shall be top loading, have a temperature selector, be UL approved, and be Energy Star compliant. Washers included as part of stacked unit may be front loading. C.3 All dryers furnished by the contractor shall meet or exceed the following requirements: dryer, electric (3 wire nominal 120/240 volts, 60 cycle A.C.), commercial motor and cabinet construction, minimum 5.75 cubic foot drum capacity, 3 selections for drying temperature, and a minimum of 60 minutes of timed drying. Dryer shall have overload protection, push button starting switch, a door switch to stop tumbling and heat when door is open, heating elements which shut off when motors stops, removable lint screen and a setting for permanent press fabrics. Dryers shall be UL approved. C. 4All washers and dryers shall be new machines without coin devices. All washers and dryers shall be white in color. C. 5The washers and dryers shall be installed by the contractor in accordance with Attachment I at no expense to the Government within seven (7) days of the specified start date unless specified otherwise. The Government will supply hot and cold water connections, electrical outlets, exhaust vents, and drainage for the rental units within ten feet of the proposed locations of washers and dryers. Contractor shall provide and install washers and dryers, plus hook-ups, and shall furnish and attach lint troughs to the venting hose. Contractor shall ensure the space and all connections are appropriate for machines that will be installed. Discrepancies must be identified to designated government agent prior to delivery and installation of machines. Contractor shall contact Larry Buldak (847) 688-4582 to arrange installation schedule for all washers, with the exception of those going into NHCS buildings. For Naval Hospital washers and dryers, contractor shall contact Gail Kennemore at (847)688-5749 to arrange installation schedule. C. 6Contractor shall assume all cost and expense to transportation and cartage for the delivery to the Government and removal of and return to the contractor of the washers and dryers. The Contractor is responsible for removal and clean-up of any waste caused by installation or removal of equipment. C. 7No alteration in, or attachments to the equipment, parts or hoses thereof shall be made without consent, in writing, of the contractor. C. 8The contractor shall post operating instructions for the washer and dryers at each location. The use of hand made or improvised signs is prohibited. C. 9The Government will not assume liability from fire, theft, accident, or any other cause resulting in damage or loss of contractor's washers and/or dryers (or any part of them), supplies, materials, or equipment, or of personal property or belongings of his employees. Losses in damaged, broken, or stolen equipment will be absorbed by the contractor. C. 10The contractor shall assume full responsibility for any and all damages or claims for damage or injury to persons, property, or equipment which may result from any service performed under this contract. The contractor shall be held liable by the Government for any damage caused by his employees to any equipment, apparatus, or installed property in Government buildings in which work is performed under this contract. Surfaces, fixtures, or furnishings damaged by contractor's personnel shall be replaced or repaired by the contractor to the satisfaction of the Contracting Officer's Representative (COR) at no cost to the Government. C. 11The contractor shall be liable for all damages to property of the Government caused by, and shall hold the Government harmless for all claims for damages caused by third persons or property arising out of (i) the contractor's providing of defective rented property (ii) the contractor's defective maintenance of rented property (iii) the negligent operation of the rented property by the contractor or its employees. C. 12UtilitiesThe utilities required for operation of the washers and dryers will be provided by the Government at Government expense. This will include hot and cold water and electricity. C. 13Removal at End of the ContractThe contractor shall remove all washer and dryer equipment within seven (7) calendar days after the end of the contract period of performance. The removal will be coordinated with the installation of the new contract. No one building will be without washers and dryers more than 24 hours. Hours to be coordinated with Larry Buldak at BOQ 62 for NAVSTA, Navy Gateway Inn & Suites, TSC, TPU and RTC washers and dryers and Gail Kennemore for Naval Hospital washers and dryers. C. 14Equipment SpecificationAll equipment shall meet specifications established by the U.S. Public Health Federation and National Sanitation Foundation and/or military authority having jurisdiction, and is subject to inspection by the installation medical authority. All electrically operated equipment shall be installed in accordance with the standards of the National Electrical Code and in compliance with all safety and security measures. C. 15Standards of PerformanceThe contractor shall at his expense perform all necessary maintenance and repair to keep equipment in proper working order in accordance with sound commercial practice. This applies not only to the contractor provided machines, but those machines specified in exhibit and identified as government owned but maintained by vendor. The contractor shall obtain a report of machine failure or special servicing requirements from Larry Buldak at building 62 for all machines except those belonging to NHCS. For Naval Hospital washers and dryers, the contractor shall obtain a report of machine failure or special servicing requirements from the General Services or Barracks Divs. Of the Operating Management Department, Naval Hospital, Great Lakes. The contractor shall maintain a service call / job order record form of all equipment breakdown, reflecting machine number, location and time breakdown is discovered or reported, nature of failure and time and date of repair. Upon completion of work, the contractor shall give a copy of the form to Larry Buldak for Naval Station and RTC washers and dryers. For Naval Hospital washers and dryers, machine status will be made known to the Barracks Petty Officer (BPO) or the General Services Office on the day that the machine is first found to be non-operational. (a)Services shall be provided Monday through Friday from 7:30 AM to 4:00 PM. (b)The contractor shall service all strainers or screens on each machine as required for proper operation of the equipment. (c)The contractor shall clean and wipe down each machine(including the rim under the lid of the washing machine) on a regular basis to ensure machines are free of dirt, grime, and build-up, clean the immediate area and remove all debris or trash each time a machine is serviced. (d)The contractor shall pick up work orders, weekends and holiday excluded, at building 62 for Naval Station. The contractor shall pick up work orders daily, weekends and holidays excluded at the Barracks Office (847) 688-4582 or the General Services Office (847)688-5749 for Naval Hospital washers and dryers. (e)Service and repair response time is 72 hours from notification. No more than 5% of the rental units in any building shall be out of service at any one time. Replacement machines shall be no older than machines being replaced(f)Contractor shall maintain a stock of repair parts sufficient to allow quick repair (72 hours) of all washer and dryer equipment in the contract. (g)Contractor shall replace all missing parts (i.e. knobs, buttons, lint trap covers, doors/handles/vent hoses/dispenser cups, washer hoses, and electrical cords) for the duration of the contract. C. 16Contractor's RepresentativeThe contractor shall designate in writing to the Contracting Officer a representative who will be in charge of the work during normal working hours. The contractor's representative shall be empowered with sufficient authority to enable to meet conditions which arise in the operation of the contract without undue delay. C. 17IdentificationThe contractor shall provide a distinctive nameplate, emblem, insignia, or other approved method of identification for each of his employees. This mark of identification shall be attached to an item of wearing apparel and shall be worn at all times while performing work under this contract so as to distinguish contractor's workers from Government employees. The contractor shall all furnish suitable identification for all his property, by marking or tagging to distinguish from Government-owned property. C. 18Employee PassesThe contractor shall furnish the Mr. Patrick Brown, Bachelor Housing trusted agent for the contractor verification system at 847-688-6601, or his designated representative, the names of all personnel who will be doing work on the rental equipment and also prove that each person is 18 years of age, and a U.S. citizen, if an alien, that his residence in the United States is legal. The Trusted Agent will determine the suitability of each employee for security approval and issue identification passes to those considered qualified. The contractor shall collect and account for all identification passes issued to his personnel at the expiration of the contract or when no longer required. The contractor shall comply with all security regulations currently in force at Naval Station, Great Lakes. C. 19Movement of MachinesContractor will be responsible for two (2) movements of a machine per year. The contractor shall provide notification of movement of any machine from one building to another building or the exchange, replacement, or discontinued use of any machine in order to keep control of costs and machines onboard Naval Station, Great Lakes. The contractor provides notification on movement in writing within 24 hours of exchange, or replacement of any machine to Larry Buldak, 847-688-4582 for NAVSTA and RTC Requirements or Gail Kennemore (847) 688-5749 for Naval Hospital Requirements. CLIN Structure is as follows: CLIN 0001: Permanent PartyCLIN 0002: Navy Gateway Inns & Suites (NGIS)CLIN 0003: Transient Personnel Unit (TPU)CLIN 0004: TSC DormitoriesCLIN 0005: RTC BarracksCLIN 0006: Naval Hospital Corps School (NHCS) Dormitories Delivery is WITHIN SEVEN (7) DAYS OF CONTRACT AWARD. SEE SOLICITATION ATTACHMENT FOR MORE DETAILED DELIVERY INFORMATION FOR FEDBIZOPPS USERS, PLEASE GO TO WWW.NECO.NAVY.MIL TO DOWNLOAD ATTACHMENT. Delivery Location is NAVAL STATION GREAT LAKES (NAVSTA GL), GREAT LAKES, ILLINOIS 60088. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement:52.212-1, Instructions to Offerors - Commercial Items52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items52.212-4, Contract Terms and Conditions - Commercial Items52.212-5 Class Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.217-5 Evaluation Of Options (July 1990)52.217-6 Option for Increased Quantity (March 1989)52.217-9 Option to Extend the Term of the contract (March 2000)52.219-6 Notice of Total Small Business Set-Aside (June 2003)52.222-21 Prohibition of Segregated Facilities (February 1999)52.222-26 Equal Opportunity (March 2007)52.222-36 Affirmative Action for Workers With Disabilities (June 1998)52.222-50 Combating Trafficking in Persons (February 2009)52.223-15 Energy Efficiency in Energy-Consuming Products (December 2007)52.225-1 Buy American Act (February 2009) 52.232-18 Availability of Funds (April 1984)52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (May 1999)52.233-3 Protest after Award (August 1996)52.233-4 Applicable Law for Breach of Contract Claim (October 2004)52.247-34 F.O.B. Destination Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001 Class Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including (April 2009)DFARS 252.232-7003 Electronic Submission of Payment RequestsDFARS 252.232-7010 Levies on Contract Payments (December 2006)NAVSUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008) This announcement will close at 04:00PM on 19 February 2010. Contact Ms. Jacquelyn Armes, who can be reached at (215) 697-9681, or email jacquelyn.armes@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and past performance. The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter's past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over ten (10) pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements..The proposed contract is 100% set aside for small business concerns.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018910QZ058/listing.html)
 
Record
SN02049338-W 20100127/100125234950-5d9cb50976201716b3d7fc5919e4643b (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.