Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
SOLICITATION NOTICE

J -- Car Wash Maintenance

Notice Date
3/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811192 — Car Washes
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z1522053AQ01
 
Point of Contact
Josiah Littrell, Phone: 707-816-3897
 
E-Mail Address
josiah.littrell@us.af.mil
(josiah.littrell@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is F3Z152132AQ01; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-57 effective March 7, 2012; Defense DCN 20120312 effective March 12, 2012, and AFAC 2012-0104 effective 04 January 2012. This acquisition is unrestricted; The North American Industry Classification System (NAICS) code is 811192 The business size standard is 500 employees. The Federal Supply Class (FSC) is J099. The Standard Industrial Classification (SIC) is 7542. Travis AFB has a requirement for Car Wash Maintenance IAW SOW. • 0001-AA- Performance of regular maintenance of 60LRS car wash. IAW SOW. The 60th Logistics Readiness Squadron, Travis Air Force Base, California, requests the procurement of a Services and Maintenance contract for the Automatic Car Wash (430 Hangar Avenue) still under current warranty. Vendor awarded must be able to maintain all applicable warranties. Vendor must be a certified maintenance and service provider for both InterClean and ESD Waste2Water equipment. Certification is required due to the warranted equipment being manufactured by these companies. Vendor is required to provide proof of this certification in their bid proposal. The certification must be in writing from InterClean and ESD Waste2Water in order to be accepted by this agency. A valid certificate or written certification on InterClean or ESD Waste2Water company letterhead is acceptable. All required services are listed in the attached Statement of Work (SOW) and Checklists. The expected start date will be March 2012, and awarded vendor will be informed of exact start date by requester. Performance Period will be from start date until 30 Sep 2012 (approximately seven (7) months). Primary point of contact (name, e-mail, and phone number) will be provided to Vendor within 24 to 48 hours after award of contract. Be advised, in this document the word "system" will be meant as all components associated with the car wash to include chemicals, building, and all wash system components within and attached to the building. Vender will utilize customer-provided system/facility checklist for all servicing. The requesting agency requires two bid proposals; one with vendor providing all primary chemical resupply, and a second that consists of performance of monthly maintenance service only without vendor providing all primary chemical resupply. Vendor should utilize planning factor of one 250-gallon tote of Stage 1 chemical and one 250-gallon tote of Stage 2 chemical for a six (6) month period in their cost estimate. Requesting Agency will provide: • Document(s) or access to the following 24 to 48 hours after award of contract to vendor. • Copies of warranty certificates for items under warranty. • A checklist for all items requiring service/inspection. • Point of contact information. • List of authorized personnel to request routine and emergency service. • Access to power. • Access code to building doors. • Log on for wash system access. • Provide all MSDSs for chemicals utilized throughout system. • Base access pass (coordinated by 60th Contracting Office for contract performance period). • The recommended levels of all chemicals to be maintained at (indicated on their holding tank). • Remove or provide for the removal of all hazardous waste generated by the wash system. • Requesting Agency Resource Advisor will accept all billed monthly invoices submitted by vendor in the DoD WAWF billing system; vendor should be familiar with WAWF invoicing procedures. The Vendor will: • If required, provide and maintain the levels of all chemicals (see chemical listing in attachments files); all chemical tanks will have a maximum/minimum and will need to be maintained within that range. The requesting agency reserves the right to purchase any/all chemicals on their own, however, if authorization is granted for vendor to purchase/provide any/all chemicals it will be billed to this service contract. • Provide a list of all company personnel authorized to perform maintenance and service. This information will be required for documenting completion of all checklist items, as well as for 60th Security Forces Squadron background investigations for base access passes. • Provide a completed checklist to POC after every inspection/service with all sections correctly annotated/documented. A checklist item not required to be performed will be indicated as N/A this service, all items serviced and required will have the initials of who performed the service/inspection on each line item. The completed checklist will be signed and dated by the technician performing the service. • Provide a written estimate of any parts requiring replacement or repair that are not covered by warranty with justification for repair or replacement. Estimates are to include all costs associated with part(s), to include but not limited to, the cost of the part, installation, labor, and shipping. The requesting agency reserves the right to purchase the parts on their own, however, if authorization is granted for Vendor to purchase/repair a part not under warranty it will be billed to this service contract. • Perform inspection and service as per attached checklist at intervals listed on checklist. The first inspection/service will be scheduled with POC. All subsequent inspections/service dates will be based off initial service date for routine service/inspections. o At a minimum, checklist includes inspection and service of:  Equipment Room  Wash Control System  Chemical Arch  High pressure Arch  Rinse Arch  Reclaim System  Overflow Tanks  Wash Bay  Lubrication of equipment • Compressor oil level • Injector gearbox oil level  Chemical levels  Hoses/reels/nozzles/drains • Provide for emergency calls - vendor must respond within 24 hours of notification to an emergency call. An emergency call is described as the period when the system is in an inoperative state (to include activation of critical warning indicators) and the requesting agency's personnel cannot correct internally. • Perform routine service calls - a routine service call is described as the period when the system is operational but requires attention, either due to a chemical imbalance, not enough chemicals in tank(s), leaks, non-critical system warning indicators, or an adjustment to system is needed to perform at optimal level. Vendor must acknowledge receipt of this type of service call within 24 hours, but response must be no later than 72 hours of notification. • Response to call(s) requires certified technician to report on site to perform necessary inspection, repair, and/or adjustments to system. • A one-year warranty on all parts and labor. • Provide itemized invoices to requesting agency each month (via WAWF) for all maintenance actions performed, any major chemicals (Stage 1 & Stage 2) and minor chemicals (Pail Hcl, Pail NaOH, Salt, PH5, PH7, or concentrated defoamer) provided, and associated price per unit. • Chemicals required are (but not limited to): Pail Hcl, Pail NaOH, Salt, PH5, PH7, concentrated defoamer, Stage 1 Vehicle Pre-Wash, Stage 2 Vehicle Final Wash, etc. Monthly Maintenance Service - InterClean Wash System Includes: Salt refill for water softener tank, hydraulic oil, greasing lubricant & chemicals (as listed below) required to perform service maintenance duties. Damaged equipment repair will be at customer's expense. - Bio-Digester System Includes: Microbe supply & chemicals (as listed) required to balance pH for correct operation of system. (Stage 1 Chemical, Stage 2 Chemical, Salt (water softening), Pail Hcl, Pail NaOH) - Building Maintenance Includes: N/A Maintenance Services to be performed - InterClean System 1. Equipment Room - Inspect per procedure checklist 2. Chemical Arch - Inspect per procedure checklist 3. High Pressure Arch - Inspect per procedure checklist 4. Rinse Arch - Inspect per procedure checklist 5. Reclaim System - Inspect per procedure checklist 6. Wash Bay - Inspect per procedure checklist 7. Lubrication of equipment locations as outlined in checklist 8. Check oil level in chemical injector gearbox; fill as required 9. Check oil level in compressor; fill as required ESD Bio-Digester System 1. General Inspection - Inspect per procedure checklist 2. Controls Inspection - Inspect per procedure checklist 3. Tank Cleaning - Inspect per procedure checklist 4. Blower Inspection - Inspect per procedure checklist 5. Pump Inspection - Inspect per procedure checklist 6. Collection Sump Pump - Inspect per procedure checklist Building Maintenance 1. N/A Factory Authorized Maintenance Both InterClean Equipment, Inc. & ESD Waste2Water, Inc. recommend that all warranty and after market maintenance and service be provided by a factory authorized representative. Appropriate MFG certification and documentation will be required of vendor. Notes 1. Service will be automatically scheduled every month and invoiced after it has been performed. 2. Emergency & troubleshooting type service calls are in addition to services above this Services and Maintenance contract and subject to higher rates. 3. Service agreement work shall be performed during normal business hours; Monday - Friday, between 8:00 AM and 5:00 PM. 4. All service work performed while this service agreement is in effect shall carry a one-year parts and labor warranty as long as the following conditions are met: A. Units are operated in accordance with manufacturers recommendations. B. Scheduled maintenance work must be performed on time and not delayed by customer. C. All problems that occur between scheduled maintenance work will be reported to contractor immediately. 5. Disposal of hazardous material and waste generated during service duties is the responsibility of the customer. In the course of routine service, used filters and clarifier tank mud will be removed from the system by the vendor. It is the responsibility of the customer to dispose of materials in accordance with local codes. 6. Chemical & salt consumption is based on estimated use per month and will be monitored by customer. Delivery of chemicals and salt is to be provided with 72-hour customer notification to contractor of low levels in chemical tote. Upon notification, contractor will arrange delivery of additional totes of chemicals, pails of chemicals, and bags of salt to facility site. Chemical usage beyond the base estimate included in this agreement will be invoiced at applicable rates for each chemical. 7. Maintenance Service will be provided at the following frequency and under the following terms: A. Contracted service & maintenance will be provided NLT every 30 days. B. Chemical delivery is based on estimated use per month and additional chemicals will be provided on an as-needed basis and will be arranged in response to 72-hour customer notification of low levels in chemical totes. C. This agreement to perform the preventative maintenance on the High Pressure Wash & Bio-Digester Systems installed at the location listed for seven (7) months from the date of this agreement. 0002-AA- Replenish wash chemical supply as needed. IAW SOW. Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the service offered to meet the Government requirement IAW individual qualifications outlined in part 4 of the SOW; (ii) lowest price FAR 52.222-3 Convict Labor; FAR 52.233-3 Protest after award; FAR 52.233-4 Applicable Law for Breach of Contracts; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-50 Combating Trafficking in Persons; DFARS 252.225-7001 Buy American Act and Balance of Payment Programs; DFARS 252.225-7002 Qualifying country sources as subcontractors; DFARS 252.204-7003 Control of Government Personnel Work Products; DFARS 252.204-7010 Levies on Contract Payments; DFARS 252-232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III; FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive rders-Commercial Items (Deviation); FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil; FAR 52.252-6 Authorized Deviation in Clauses, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2; DFARS 252.204-7006 Billing Instructions; DFARS 252.212-7001 Contract Terms and Conditions (Deviation); AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance; AFFARS 5352.201-9101 Ombudsman. FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-41 FAR52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires As prescribed in 22.1006(b), Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 23370 - General Maintenance Worker $22.50 $36.45 FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards; Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions to josiah.littrell@us.af.mil or fax to 707-424-5189. NO LATER THAN 26 March 2012, 08:30 AM, PST and offers NO LATER THAN 29 March 2012, 09:00 AM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. If a fax was sent, please email josiah.littrell@us.af.mil to confirm the quote was received. Point of contact is SSgt. Josiah Littrell telephone 707-816-3897. Alternate POC is TSgt. Bell, telephone 707-816-3899.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z1522053AQ01/listing.html)
 
Place of Performance
Address: 60thLRS/LGRV, TRAVIS AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02700848-W 20120322/120320235418-635181d6f75f8913b091d12fb66d43ac (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.