Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2012 FBO #3912
SOLICITATION NOTICE

W -- Clothing Washers/dryers rental

Notice Date
8/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
ACC-APG - Installation Division, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-12-T-0341
 
Response Due
8/23/2012
 
Archive Date
10/22/2012
 
Point of Contact
Ginger Babcock, 410-306-1517
 
E-Mail Address
ACC-APG - Installation Division
(virginia.l.babcock4.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
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. The combined synopsis/solicitation number is W91ZLK-12-T-0341 and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. This requirement is 100% Small Business Set-Aside. The associated North America Industry Classification System (NAICS) Code is 532490 and the Business Size Standard is $7.0 Million. The Government contemplates award of a Firm-Fixed Price contract, with a base year and two option periods, for the following requirement. STATEMENT OF WORK Barracks Washer/Dryer Requirement The Contractor shall furnish clothes washers and dryers, transportation (including fuel), delivery, installation, rental, maintenance and repair of electrical clothes washers and dryers according to the terms and conditions of this contract The Contractor shall provide pigtail, flexible hot air hoses (fire retardant), flexible water input and disposable hoses and connectors, and any electrical supplies and equipment required for proper connection of the machines and all machine parts required to restore machines to proper working order. The Contractor shall provide at each machine the necessary signs or decals to provide the operator with the proper operating instructions. Signs and decals shall be replaced when they become faded, soiled, peeled or defaced. The use of handmade or improvised signs is prohibited. Signs not affixed to the machines shall be mounted on the wall after coordination with the Contracting Officer's Representative (COR). Signs shall be placed at designated locations with one week of installation of machines. GOVERNNIENT FURNISHED FACILITIES EQUIPMENT AND SERVICES For the duration of the contact and any options exercised, the Government will furnish, maintain and repair all buildings, building utility systems and will furnish water and electricity for the machines, without cost to the Contractor. PROPERTY RESPONSIBILITY AND LIABILITY Except for reasonable wear and tear determined by consultation between the contractor and the COR, the Government agrees to return the rental property in good condition to the Contractor upon expiration of the contract and of any options exercised. If, however, the rented property sustains damage while being operated by a contractor employee, the Government will not be liable for such damage. The Contractor shall be liable for all damages to property of the Government, and shall not hold the Government responsible for damage claims arising from the contractor providing of defective rental property; the Contractor's defective maintenance of rented property; or the negligent operation of the rented property by the contractor or Contractor employee. Contractor shall make a written list of suspected abuse/misuse and immediately report such to the COR. The contractor shall not make repairs or replacements that would require reimbursement from the government due to abuse unless the Contracting Officer has made prior approval. PREPARATION FOR DELIVERY AND INSTALLATION Prior to installation, the Contractor shall visit each job site to verity the type of electrical connections and other equipment required. Any deficiencies found in Government facilities which, in the Contractor's opinion, would adversely affect washer or dryer performance shall be reported, in writing by the Contractor to the COR no later than two weeks prior to machine installation. The Government will provide parking space to accommodate a tractor-trailer for a 24 (twenty four) hour period during delivery and installation of the new equipment Contractor shall coordinate parking space accommodations with the COR. The Government will not be responsible for the security of the truck or its contents. No Government facilities will be available for protection of the machines from weather, after off-loading and before installation. Any disassembly and/or re-assembly required for the machines to pass through building doorways shall be the responsibility of the contractor. As an alternative, doors to laundry areas may be removed by the Contractor in order to allow machines to pass through. Contractor shall coordinate removal and reinstallation with the COR. INSTALLATION The Contractor shall deliver and install rental properly listed in quantities to Buildings 4507 and 4509 in the Aberdeen area of Aberdeen Proving Ground, MD. Installation of the washers and dryers will be inspected by the Contracting Officer's Representative (COR). The contractor shall correct any deficiencies detected within 24 hours after notification of the deficiencies. The Contractor shall immediately after notification, correct all deficiencies which would, in the COR's opinion, jeopardize the health or safety of personnel. The washers and dryers delivered and installed shall be brand NEW condition. During any option period exercised, the Contractor may continue to furnish equipment originally installed as long as the washers and dryers are in top operating condition. At the beginning of any option period exercised and at no additional cost to the Government, the contractor shall replace any machine which the government identified and notifies the contractor as having a "history" of repeated calls for repair (excluding those calls which resulted from machine abuse by Government personnel. The Contractor shall install all washers and dryers and insure that all are in operation no later than thirty days from the effective date of the contract. The Contractor shall remove all packing and crating materials DAILY during installation period. During the term of the contract, Contractor may be required to relocate machines either within a building or from one building to another. COR will notify the Contractor at least five days prior to actual relocation requirement. DETAILED EQUIPMENT REQUIREMENTS WASHERS Washers The Contractor shall furnish ten (10) to Building 4507 and ten (10) to Building 4509, eighteen pound capacity (dry weight), top loading, heavy and continuous duty, commercial grade, automatic self-service laundry type clothes washers. Color white. An example of the make and model washer meeting the government's requirements is Speed Queen, Model LWN311SP111TW01, or an approved equal. Each washer shall be equipped with connections for two water supplies: one hot and one cold. Each washer shall be equipped with a push to start mechanism or blank slide box for automatic operation. If washers are equipped with automatic slide boxes or similar devices for coins, the coin slots shall be plugged before machine installation. All control knobs shall be secured so that special tools are required for removal. Each washer shall be equipped with an interlocking safety device which will shut the machine off when the door is opened during the spin cycle. Each machine must be capable of full cycle operations without movement of the washer's feet. All wiring cords, plugs, and grounding shall be in accordance with UL-560 or UL-1206 or ANSI 221.5.1. Cords shall have an attachment plug and minimum free length of five feet measuring from the point entry into the cabinet. All washers shall have a minimum of three wash cycles, Regular, permanent press and delicate. DRYERS The Contractor shall furnish ten (10) to Building 4507 and ten (10) to Building 4509, eighteen pound capacity (dry weight), heavy and continuous duty, commercial grade clothes dryers. Dryers shall be stand alone units. Color white. An example of the make and model dryer meeting the government's requirements is Speed Queen, Model LES17 or an approved equal. Each dryer shall be equipped with a push to start mechanism or blank slide box for automatic operation. If dryers are equipped with automatic slide boxes or similar devices for coins, the coin slots shall be plugged before machine installation. All control knobs shall be secured so that special tools are required for removal. Dryers shall be capable of being turned off at any time during the drying cycle. Dryers shall have cross vane tumbler action and a 220 volt, 5000 to 6000 watt heating element, and a 110 volt fan. Bolting to the floor is not required, but machines must complete full cycle operation without moving on the floor. Cords shall have an attachment plug and minimum free length of five feet measuring from the point of entry into the cabinet. All dryers shall have a minimum of three temperature settings: one temperature setting for regular fabrics, one for permanent press fabrics, and one for delicate fabrics. MACHINE INSPECTION The Contractor shall conduct a MONTHLY INSPECTION, as a minimum, of all furnished machines to determine their condition. Contractor shall clean the exterior and interior of each machine of soap, lint, dirt and other foreign matters. Contractor shall run washers through cycle with hot water to remove detergent build-up and to ensure complete operation. Contractor shall remove bleach dispenser and clean detergent build-up from interior surface of washing machine. During this monthly inspection the Contractor will reattach any dryer vent hoses that have become disconnected. Contractor shall repair or replace any broken or missing parts. The Contractor shall on a QUARTERLY BASIS, as a minimum, thoroughly clean floor, walls, vent hoses, water hoses, etc. This is to include beneath and beside machine. The area cleaned around each machine must be large enough to insure that there is no need for Government personnel to move any machine during routine housekeeping. This may be scheduled with Monthly inspections. ONCE A YEAR, as a minimum, the Contractor is required to remove the front of each dryer and clean the inside around the drum to remove accumulated lint and ensure safe operation. The Contractor is required to remove the dryer exhaust vent hose and clamp and clean out vent hose and wall vent connection removing all lint, dust and dirt. The wall vent connection shall be cleaned to a depth of l2 inches. The Contractor will notify the COR if the wall vent connection is noted to be impacted further down with lint/and or dust so that the COR can place a work request through Directorate of Installation Operations to have the vent connection cleaned out. The Contractor shall move dryer as necessary to clean around and under to remove lint, dust and dirt. The Contractor shall re-attach vent hose and clamp to wall vent connection after all cleaning is accomplished. This may be scheduled with Monthly or Quarterly Inspections. The contractor shall notify the COR of the date and time of inspection. Upon arriving at Aberdeen Proving Ground, the Contractor shall report to the COR prior to performing inspections. Written results of the inspection shall be forwarded to the COR within l0 calendar days after completion of inspection. REPAIRS The Contractor shall be required to service each unit within twenty-four (24) hours (Monday through Friday, excluding Federal holidays) after a problem is reported by the COR. If the Contractor does not repair the problem unit within 48 hours after the unit is reported in need of repair, the Contractor shall replace the machine with one in good operating condition, without notification from the COR to do so, and without additional cost, IMMEDIATELY FOLLOWING THE 48 HOUR DOWN TIME. EXTRAORDINARY REPAIRS: The Contractor shall be required to make repairs during weekends and holidays (9:00 a.m. to 4:30 p.m.) in the event more than 20% of either washers or dryers are inoperable at any building location. Units shall be serviced within 24 hours of notification by the COR, or machines shall be replaced as stated above. The Government, at its discretion, may reduce the amount of payment to the Contractor by pro-rating the rental amount for each machine that remains in a malfunctioning or inoperative condition after the 24 hour notification period by the COR to the Contractor. The Contractor shall report to the COR upon arriving at Aberdeen Proving Ground. COR will furnish the Contractor a written list detailing machine location, serial number, nature of problem for repair purposes, date and time notification for repair was given to Contractor. After completion of the work, the Contractor shall again physically report to the COR and obtain a signature on the listing from the COR. To insure that Contractor can be contacted, a local or toll free telephone number shall be provided to the COR within ten (I0) days after the effective date of contract. If the Contractor fails to repair or replace the malfunctioning or inoperative machines, or to perform other contract requirement, the Government may terminate the contract for default as provided in the clause of the contract entitled DEFAULT. Contractor shall report immediately to COR any repairs that, in the Contractor's opinion, are necessary because of Government loss or abuse. If in the determination of the Contracting Officer, such repairs are necessary because of government loss or abuse, Contractor may be reimbursed for cost of replacement parts. Actual costs shall be negotiated between the Contractor and the Contracting Officer. Contractor shall immediately notify the COR and the Contracting Officer of any machines as reported as requiring repairs, that in Contractor's opinion are operable, are duplicate service calls, repairs that are the responsibility of the Government (i.e. lack of power, drainage problems). Contractor may be reimbursed for responding to inaccurate service calls. ADDITIONS AND DELETIONS Washers and Dryers may be added or deleted during the term of the contract. COR will notify Contractor at least ten days prior to actual delivery and installation requirement for additional machines AND for actual disconnect and removal requirement of machines. It will be the government's responsibility to ensure that all necessary wiring for proper installation of additional machines is in place prior to delivery and installation date. EXPIRATION OF CONTRACT The Contractor shall remove all machines within 30 days after the contract expiration at no additional cost to the government. The Contractor shall provide a schedule of machine removal no later than fifteen (15) calendar day prior to contract expiration date. After the removal of the machines, the contractor shall insure the facilities are clean and orderly. CLAUSES MAY BE INCLUDED IN THE CONTRACT REGARDING ANTITERRORISM/OPERATIONS SECURITY REVIEW: All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 10 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 15 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: https://atlevel1.dtic.mil/at. iWATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 10 calendar days of contract award and within 10 calendar days of new employees commencing performance with the results reported to the COR NLT 15 calendar days after contract award. CLIN 0001, Base year, billed quarterly Rental of 10 Washers and 10 Dryers for Permanent Party barracks, Buildings 4507 and 4509 in the Aberdeen area of Aberdeen Proving Ground, MD CLIN 0002, Base year, Estimated Contractor shall propose a flat fee for each inaccurate service call, as described in the Statement of Work, estimated to be four (4) per year. This CLIN will also include the cost to relocate machines, estimated to be one (1) per year. CLIN 0003, Option Year 1, billed quarterly Rental of 10 Washers and 10 Dryers for Permanent Party barracks, Buildings 4507 and 4509 in the Aberdeen area of Aberdeen Proving Ground, MD CLIN 0004, Option Year 1, Estimated Contractor shall propose a flat fee for each inaccurate service call, as described in the Statement of Work, estimated to be four (4) per year. This CLIN will also include the cost to relocate machines, estimated to be one (1) per year. CLIN 0005, Option Year 2, billed quarterly Rental of 10 Washers and 10 Dryers for Permanent Party barracks, Buildings 4507 and 4509 in the Aberdeen area of Aberdeen Proving Ground, MD CLIN 0006, Option Year 2, Estimated Contractor shall propose a flat fee for each inaccurate service call, as described in the Statement of Work, estimated to be four (4) per year. This CLIN will also include the cost to relocate machines, estimated to be one (1) per year. The following provisions and clauses, available in full text at http://farsite.hill.af.mil/vffara.htm, will be incorporated by reference: 52.204-7 Central Contractor Registration: Contractor must have an active registration prior to due date of quote. 52.204-10 Reporting Executive Compensation 52.209-5 Certification Regarding Responsibility Matters 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.209-7 Information Regarding Responsibility Matters 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. Basis of Award: Award will be made to the offeror who provides the lowest price to the Government with a technically acceptable quote. 52.212-3, Offerors Representations and Certifications Commercial Items All offerors shall have a current record in the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. 52.217.8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.219-6 Notice of Total Small Business Set-Aside 52.233-4 Applicable Law for Breach of Contract Claim 52.237-3 Continuity of Services 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items ADDENDUM to 52.212-4 52.223-11 Ozone Depleting Substances 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) 52.219-8, Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchase 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.211-7003 Item Identification and Valuation 252.211-7006 Radio Frequency Identification 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007). The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.209-7001 Disclosure of Ownership or Control by the government of a Terrorist Country 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.225-7021 Trade Agreements 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments AC 5252.232-7006 Wide Area Workflow (WAWF) Information & Instructions Employees performing under this requirement are subject to the U.S. Department of Labor Wage Determination No.: 2005-2247, Rev. 13, 06/13/2012. EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx, UPS, or other delivery service should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. QUESTIONS regarding this Combined Synopsis/Solicitation can be directed via email to: Ginger Babcock, virginia.l.babcock4.civ@mail.mil. All questions must be submitted by 10:00 am on 16 August 2012. No questions will be accepted after that time and date. All submitted questions will be answered by amendment to this notice. Quotes are due by 10 am, 23 August 2012 and shall be emailed to Ginger Babcock, virginia.l.babcock4.civ@mail.mil NO QUESTIONS WILL BE ANSWERED VIA TELEPHONE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f446f632f519f63854090df067d97e38)
 
Place of Performance
Address: ACC-APG - Installation Division Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02830966-W 20120810/120808235821-f446f632f519f63854090df067d97e38 (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.