Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1999 PSA#2408

Directorate of Contracting, Attn: AFRC-FM-DC, 2103 South 8th Avenue, Fort McCoy, WI 54656-5153

W -- LEASE OF WASHERS AND DRYERS SOL DAKF61-99-Q-0150 DUE 083099 POC Linda Marten, Contract Specialist, (608) 388-2705 or Brenda Heuer, Contracting Officer, (608) 388-3203. E-MAIL: Click here to e-mail Contract Specialist, linda.marten@emh2.mccoy.army.mil. This is a COMBINED SYNOPSIS/SOLICITATION for a Commercial Item prepared in accordance with the Simplified Acquisition Procedures in FAR 13 and the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and a written solicitation WILL NOT be issued. This solicitation is issued as a request for quotations (RFQ) under DAKF6199Q0150. This request for quotations and incorporated provisions and clauses are those in effect through Federal Acquisitions Circular 97-11. This action is Set Aside for 100% Small Business, the Standard Industrial Classification (SIC) code is 7359 with a size of $5.0 Mil. A firm-fixed contract is anticipated for two (2)line items. CLIN 0001, LEASE -- 43 each Automatic Washing Machines to be located in various buildings at Fort Hunter Liggett, Jolon, CA for a period 1 Oct 1999 through 30 Sept 2000. SPECIFICATIONS: Washing machines shall have a capacity of not less than eighteen (18) pounds dry weight or 2.6 cubic feet and shall have a full cycle of approximately twenty (20) minutes exclusive of fill time. Washer shall be equipped with a lint filter or automatic lint flush system and will automatically shut off when lid is opened. Machines shall be able to be shut off manually. The machines shall as a minimum, a horsepower motor to drive the units and operate on three-(3) wire (with ground) 110 volt, 60 cycle, 20-amp circuit without overloading the electrical circuit under normal operation. Hot, medium and cold water temperature selections and fabric selectors are required on the machines. Machines with coin slots must be fixed to allow for free-operation of machines to assure prevention of misinterpretation by user that coins may be required. The washing machines shall have a minimum of two cycles: One for normal wash and one for permanent press fabrics. CLIN 0002, LEASE 43 each Automatic Dyers to be located in various buildings at Fort Hunter Ligget, Jolon, CA for the period 1 Oct 1999 through 30 Sept 2000. SPECIFICATIONS: Dryers shall have a capacity of not less than eighteen-(18) pounds dry weight load capacity of 5.5 cubic feet. Dryers shall be three (3) wire, 120/240 volts AC, 60 HZ, single phase, 300-amp circuit, and 5200-watts (5600-watts total). The contractor upon installation shall properly ground machine. Dryers must contain four heat temperature ranges for all fabrics: Permanent Press, Normal, Delicate, and Air Only. Machines must contain a drying time which can be selected in indicate the drying period for the desired fabric. Machines must be shock proof and contain a safety start-button plus a switch to shut off the machine when the door is open. Lint screens will be in place on all machines when in use. Interested bidders may contact the Contract Specialist for complete Technical Provisions and Building Locations. The full text of provisions and clauses incorporated herein can be accessed electronically at the following site: http://farsite.af.mil. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial (no addenda), and FAR 52.212-3, Offeror Representations and Certifications-Commercial Items apply to this acquisition. The provision at FAR 52.212-2 Evaluation-Commercial Items is included. Paragraph (a) is completed as follows: The factors to be used in the evaluation of offers are (i) technical capability of the item to meet stated requirements, (ii) price, and (iii) past performance paragraph (b) is completed as follows: Technical and Price factors are similar in value and are significantly higher in value than past performance. To evaluate technical capability of item offered, offeror must submit literature demonstrating product's physical and performance features. FAR 52.212-4, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies with the following applicable clauses in paragraph (b) 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for workers with Disabilities; 52. 222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer-Central Contract Registration. The clause at FAR 52.219-6, A Notice of Total Small Business Set-Aside applies. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (b) 252.225-7001, Buy American Act and Balance Payments Program. Also included are the following DFARS Provisions and Clauses: 252.204-7004, Required Central Contracting Registration; 252.225-7000, Buy American Act-Balance of Payments Program Certificate. In accordance with FAR 39.106, the contractor shall ensure the offered product and all Information Technology (IT) contained therein shall be Year 2000 Compliant; PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation Number (DAKF61-99-Q-0150), offeror's complete mailing address and remittance address, discount terms, unit price, anticipated delivery time after award, terms of any express warranty, literature demonstrating physical and performance features of offered product, DUNS number, and COMPLETE FAR 52.212-3. Quotes and applicable literature must be received at DBS, Contracting, 2103 South 8th Ave, Fort McCoy, WI, 54656-5153, NO LATER THAN 1630 Hours (CST) 30 August 1999. Person to contact for additional information regarding the RFQ is LINDA MARTEN, Contract Specialist, (608) 388-2705, FAX: (608) 388-7080, e-mail: linda.marten@emh2.mccoy.army.mil Numbered Notes None. Posted 08/10/99 (W-SN365953). (0222)

Loren Data Corp. http://www.ld.com (SYN# 0170 19990812\W-0002.SOL)


W - Lease or Rental of Equipment Index Page