Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2007 FBO #2089
MODIFICATION

W -- Lease of Washers and Dryers

Notice Date
8/14/2007
 
Notice Type
Modification
 
NAICS
532210 — Consumer Electronics and Appliances Rental
 
Contracting Office
Department of the Air Force, Air Force Space Command, 460 CONS / LGC, 460 CONS / LGC, 510 S. Aspen St. (MS 92) Bldg 1030, Buckley AFB, CO, 80011-9551, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA2543-07-T-0013
 
Response Due
8/24/2007
 
Archive Date
9/8/2007
 
Point of Contact
Shemika Young, Contracting Specialist, Phone 720-847-6448, Fax 720-847-6443, - Julie Linton, Contracting Specialist, Phone 720-847-7175, Fax 720-847-6443,
 
E-Mail Address
shemika.young@buckley.af.mil, julie.linton@buckley.af.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. This combined synopsis/solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 and DFARS Change Notice (DCN) 20070802. This acquisition is subject to the North American Industry Classification System (NAICS) code of 532210 and the Standard Industry Classification (SIC) code of 7359, with a size standard of $6,500,000. THIS PROCUREMENT IS BEING ISSUED AS A 100% SMALL BUSINESS SET-ASIDE ONLY. It is anticipated that the contract will have one basic year period with four one year options. The option years will be exercised at the unilateral right of the Government. The following provisions and clauses apply to this acquisition: 52.207-5 Option to purchase equipment, 52.212-1 Instructions to offerors commercial items, 52.212-2 Evaluation commercial items. Quotes will be evaluated on price related factors only. 52.212-3 Offeror representations and certifications commercial items, 52.212-4 Contract terms and conditions commercial items, 52.212-5 Contract terms and conditions required to implement statutes or executive orders commercial items, 52.212-5 (DEV) Contract terms and conditions required to implement statutes or executive orders?commercial items (Deviation), 52.217-8 Option to extend services, 52.217-9 Option to extend the term of the contract, 52.219-8 Utilization of small business concerns, 52.219-28 Post-award small business program representation, 52.222-3 Convict labor, 52.222-19 Child labor cooperation with authorities and remedies, 52.222-21 Prohibition of segregated facilities, 52.222-25 Affirmative action compliance, 52.222-26 Equal opportunity, 52.222-36 Affirmative action for workers with disabilities, 52.228-5 Insurance work on a government installation, 52.232.33 Payment by electronic funds transfer central contractor registration, 52.252-1 Solicitation provisions incorporated by reference, 52.252-2 Clauses incorporated by reference, 252.204-7004 Alt A Central contractor registration (52.204-7) Alternate A, 252.212-7001 (Dev) Contract terms and conditions required to implement statues or executives orders applicable to defense acquisitions of commercial items (Deviation), 252.225-7001 Buy American Act and balance of payments program, 252.232-7003 Electronic submission of payment requests, 5352.201-9101 Ombudsman: AFSPC ombudsmen, A7K, 150 Vandenberg St., Ste 1105, Peterson AFB, CO 80914-4350, (719) 554-5250, fax (719) 554-5299, a7k.wf@afspc.af.mil, 5352.242-9000 Contractor access to air force installations, To be eligible for contract award or payment from any DoD activity, offerors must be registered in the DoD Central Contractor Registration (CCR) at http://www.ccr.gov/ and Wide Area Work Flow at https://wawf.eb.mil/ Contractors must also submit their representations and certifications at the online Representations and Certifications Application (ORCA) website at https://orca.bpn.gov/. The Government will not reimburse any interested parties for monies spent to provide a response to the subsequent solicitation notice. Questions need to be submitted in writing by 20 Aug 07 to Ms. Shemika Young at Shemika.young@buckley.af.mil. Answers will be posted by 22 Aug 07. All quotes must be sent to Shemika Young at Shemika.young@buckley.af.mil or fax (720) 847-9228; 460 CONS/LGCA, attn: Shemika Young, 510 S. Aspen St (MS 92), Buckley AFB CO 80011-9551. QUOTES ARE REQUIRED TO BE RECEIVED BY 24 AUG 07, 3:00 PM MDT. The line items are: 0001 Lease of Washers Quantity 36, each, 1 Oct 07 to 30 Sep 08, 0002 Lease of Dryers Quantity 48, each, 1 Oct 07 to 30 Sep 08, 1001 Lease of Washers Quantity 36, each, 1 Oct 08 to 30 Sep 09, 1002 Lease of Dryers Quantity 48, each, 1 Oct 08 to 30 Sep 09, 2001 Lease of Washers Quantity 36, each, 1 Oct 09 to 30 Sep 10, 2002 Lease of Dryers Quantity 48, each, 1 Oct 09 to 30 Sep 10, 3001 Lease of Washers Quantity 36, each, 1 Oct 10 to 30 Sep 11, 3002 Lease of Dryers Quantity 48, each, 1 Oct 10 to 30 Sep 11, 4001 Lease of Washers Quantity 36, each, 1 Oct 11 to 30 Sep 12, 4002 Lease of Dryers Quantity 48, each, 1 Oct 11 to 30 Sep 12, Description of requirements: Lease of washers to include set-up, installation, maintenance and delivery per statement of work. Lease of dryer to include set-up, installation, maintenance and delivery per statement of work. Items will be delivered to FOB destination 18101 E. Steamboat Ave. Bldg 28, Buckley AFB, CO 80011 and 129 N. Telluride St. Bldg 205, Buckley AFB, CO 80011. This is a combined synopsis/solicitation for the following item: The contractor shall provide nonpersonnal labor, equipment, transportation and supervision necessary to install and maintain leased washers and dryers at Buckley AFB. Scope of Work: 1. DESCRIPTION OF SERVICES. The Contractor shall provide all personnel, equipment, tools, materials, supplies, transportation, supervision, and other items and services necessary to furnish, install and maintain washers and dryers at Buckley AFB as listed in Appendix A. All necessary repairs and/or replacements of all machines furnished under this contract shall be performed within 48 hours of notification. 1.1. WASHERS. All washers initially installed must be new and without defects. All washers will have a new appearance and be free of dents, rust, chips, etc, and be maintained in such appearance for the life of the contract. Any chips or dents shall be touched-up with suitable paint to ensure a continuous good appearance of all machines. 1.1.1. All washers shall meet the following minimum requirements. Type: Commercial non coin. Each washer will be electric, with a 1/3 horsepower (or larger) motor, 115-120 volt, 60-cycle alternating current, equipped with a three-prong cord or provisions to externally ground the machine. Washers shall be white. Washers will be approved by Underwriters Laboratories (UL) or any equivalent testing laboratory, and so certified by decal or other label. 1.1.2. Each washer shall be extra large. Washers will be automatic with a minimum of two (2) wash cycles, REGULAR and PERMANENT PRESS, one (1) rinse cycle, a high-speed spin cycle, and water temperatures of HOT, WARM, and COLD. Each washer will be equipped with a re-circulating type water filter to remove lint. 1.2. DRYERS. All dryers initially installed shall be new and without defects. All dryers will have a good appearance and be free of dents, rust, chips, etc., and be maintained in such appearance for the life of the contract. Any chips or dents shall be touched-up with suitable paint to ensure a continuous good appearance of all machines. 1.2.1. All dryers shall meet the following requirements. Type: Commercial non coin. Each dryer will be electric with a 1/6 (or longer) horsepower motor, 208-volt 60-cycle alternating current, and will be equipped with a three-prong cord, or provisions to externally ground the machine. Color shall be white. Dryers will be approved by Underwriters Laboratories (UL), or any equivalent testing laboratory, and so certified by decal or other label. 1.2.2. Each dryer shall be extra large. Dryers will be automatic, with a minimum of two (2) temperature settings. Heat settings shall include PERMANENT PRESS and REGULAR. Dryers must incorporate a drying timer. Lint screens or filters must be at exhaust outlet for convenient cleaning, as necessary to provide effective drying. 1.3. INSTALLATION AND REMOVAL OF MACHINES. 1.3.1. The contractor shall be responsible for installing all washers and dryers furnished under this contract in accordance with the manufacturers specifications and this contract. The Contractor is responsible for connection of all washers and dryers to existing electric outlets, drains, vents, etc., to include supplying any necessary adapters, hoses, etc. 1.3.2. All washers and dryers will be anchored in such a manner to minimize noise, vibration and odor. Each machine shall have a safety switch, which automatically shuts off the machine when the charging door is open. 1.3.3. At the end of this contract, should the current Contractors services be terminated, all washers and dryers furnished under this contract shall be removed from the base within ten (10) days. The government will not be liable for any payments for any washers or dryers beyond the end of this contract. 1.4. OPERATING INSTRUCTIONS. The contractor shall provide, and prominently display on or adjacent to each machine, complete operating instructions. Such instructions will include the name and telephone number of the Quality Assurance Personnel (QAP) to be notified should the machine require servicing, or should the users articles of clothing be damaged by machine malfunction. 1.5. FACILITIES AND STRUCTURES. All space, lighted areas, utilities, fixtures, hot or cold water, drains, vents, etc., necessary for operation of the machines furnished will be provided by the Government at no expense to the contractor. Additions or alternations to existing outlets will not be permitted without prior written approval of the Contracting Officer. The Contractor will conserve utilities at all times, but not to the extent proper rinsing of clothing is impaired. Should the Contractor discover that any Government utility or facility is in need of repair or alteration shall immediately notify the QAP. 1.6. LIABILITIES FOR LOSS OR DAMAGE. The Contractor shall be liable for damages to articles being cleaned in all instances wherein such loss or damage is the result of machine malfunction. The Contractor shall not be held liable if damage is the result of improper use of the machine. 2. SERVICE DELIVERY SUMMARY (SDS). Performance Objective SOW Para. Performance Threshold Method of Surveillance Repairs/Replacement of Washers/Dryers. All repairs/replacements shall be performed within 48 hours of notification and IAW this PWS. 1. to 1.6., 95% percent of the time, Periodic Review of Contractors Service or Maintenance Logs/Reports and Review of Customer Complaints. 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. None. 3.1. REFUSE COLLECTION. The Contractor shall be responsible for proper disposal of all rubbish, tools, and materials, that are not the property of the Government, generated during installation, maintenance and removal of washers and dryers. Hazardous materials will not be disposed of in Government containers. 3.2. SECURITY FORCES (SF) AND FIRE PROTECTION. The Government will provide Security Forces (SF) and Fire Protection services. SF desk number is 847-9256; Fire Department will respond to 911. 3.3. EMERGENCY MEDICAL SITUATIONS. Call 911. The base hospital no longer provides emergency services. 4. GENERAL INFORMATION: 4.1. HOURS OF OPERATION. The Government reserves the right to establish specific days and times for performance of any work under this contract. 4.1.1. Normal Hours. The Contractor shall perform all of the required services under this contract during normal duty hours, 7:00 a.m. ? 4:00 p.m., Monday through Friday. The Contractor shall coordinate the specific date/time for maintenance with QAP. 4.1.2. Recognized Holidays. The Contractor is not required to work on the following holidays. New Year's Day Independence Day Veterans Day Memorial Day Martin Luther King's Birthday Labor Day Thanksgiving Presidents Day Columbus Day Christmas Note: Any of the above holidays falling on a Saturday will be observed on the following Monday. Holidays falling on a Sunday will be observed on the following Monday. 4.2. CONTRACTOR PERSONNEL. The contractor shall provide a point of contact (POC), to include a local or toll-free phone number, for all contractual matters during all hours of operations. 4.2.1. Contractor personnel shall present a neat appearance and be easily recognized. 4.2.2. Qualifications. All maintenance/repair personnel shall be qualified mechanics with a minimum of one (1) year experience in washer and dryer maintenance and repair. 4.3. PROJECT SECURITY/SAFETY. All work shall be accomplished in accordance with all federal, state, local, and base safety laws or instructions, and any other measures as deemed applicable by the Base Ground Safety Office and base security requirements. 4.4. QUALITY ASSURANCE. The Government will periodically evaluate the Contractors performance in accordance with the Quality Assurance Surveillance Plan (QASP). 4.4.1. Performance Evaluation Meetings. The Contract Manager may be required to meet at least weekly with the Contract Specialist (CS) and QAP during the first month of the contract. Meetings will be as often as necessary thereafter as determined by the CS. 4.5. CHANGE REQUIREMENTS. The Government reserves the right to increase or decrease the number of units required during the life of this contract. The QAP will provide the contractor with 14 days notice when actual quantities differ from those originally provided by the Government. The Contractor shall invoice for only those units in service during the billing period. On occasion, the Contractor?s services may not be required. When stopping service is in the best interest of the Government, the Contracting Officer or QAP shall notify the Contractor to stop service. The Contractor shall resume service upon notification by the CO or QAP. Addition to Line Items. Please price the following: 4003 Purchase price of washers, 30 Sep 2012 4004 Purchase price of dryers, 30 Sep 2012
 
Place of Performance
Address: 460 CONS/LGCA, 510 S. Aspen St (MS 92), Buckley AFB CO
Zip Code: 80011-9551
Country: UNITED STATES
 
Record
SN01372092-W 20070816/070814221337 (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.