SOLICITATION NOTICE
W -- Rental/Maintenance washer dryers
- Notice Date
- 10/16/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- N00244 Fleet & Industrial Supply Center Seal Beach Det, 800 Seal Beach Blvd , S.B. CA
- ZIP Code
- 00000
- Solicitation Number
- N0024408T008
- Response Due
- 11/2/2007
- Archive Date
- 12/2/2007
- Point of Contact
- Rachel McFarland 562-626-7319
- E-Mail Address
-
Email your questions to click here to Email the Contract Specialist
(Rachel.McFarland@navy.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR subpart 12.6, This announcement constitutes the solicitation; quotations are being requested. A written solicitation will not be issued. The Request for Quotation (RFQ) number is N00244-08-T-0008. The solicitation document and provisions incorporates clauses of the Federal Acquisition Regulation and Defense Federal Acquisition Regulation. The SIC code is 7359. The FISC Code is W072 and the North American Industry Classification System Code is 532210 and the Size standard in number of dollars is $5.0 million. This solicitation is set aside for small business. The requirement is for the rental maintenance services of Washers and Dryers for the Naval Base Bachelor Housing at Point Hueneme, CA 93043, and Naval Base Bachelor Housing at Point Mugu, CA. The specifications and requirements are provided as follows: 0001. Rental/Maintenance washer dryers for Bachelor Housing at Naval Base, Point Mugu Ca, and Point Hueneme, CA 93043. The contractor shall furnish all personnel, equipment, tools, materials, supervision, transportation and all other items and services necessary to provide and install contractor?s washers and dryers. Installation and maintenance of washers and dryers shall be in accordance with the procedures established by the respective appliance manufacturer. Prices include 24-hour service. The appliance requirement and location listings are shown in Appendix A. UNIT UNIT PRICE AMOUNT MO. 0001AA 156EA Washers 0001AB 40EA Gas Dryer Single 0001AC 6EA Electric Dryer Single 0001AD 76EA Gas Dryer Stackable Units (Dryer/Dryer) 0001AE 71EA Washer Dryer Stackable Units (Washer/Gas Dryer Combo) 0001AF 10EA Stackable Electric Dryer Units (Dryer/Dryer) Period of Performance: 01 January 2008 to 30 September 2008. 0002. Option Year 1 0002AA Same as Item 0001AA 0002AB Same as Item 0001AB 0002AC Same as Item 0001AC 0002AD Same as Item 0001AD 0002AE Same as Item 0001AE 0002AF Same as Item 0001AF Period of Performance: 1 October 2008 to 30 September 2009 0003 Option Year 2 0003AA Same as Item 0001AA 0003AB Same as Item 0001AB 0003AC Same as Item 0001AC 0003AD Same as Item 0001AD 0003AE Same as Item 0001AE 0003AF Same as Item 0001AF Period of Performance: 1 October 2009 to 30 September 2010 Statement of Work Washing machines shall be a major manufacturer?s standard commercial heavy duty automatic load model type. Top-loading agitator type with one rinse cycle and a high speed spin cycle. Washers must be the largest size commercially available with a 3.0 Cu. Ft or larger porcelain enameled tub capacity. Machines must fit in the same locations as existing machines. Width cannot be larger than 27 inches and Height cannot be more than 76 inches. Washers must have a minimum of delicate and normal cycles; use-operated and serviceman-regulated permanent press cycle; regular cycle, hot, warm and cold water temperatures; 3 water-level controls with a three position control. Lid safety switch and tub bake that stops the machine during the spin cycle. Washer shall have a recalculating type water filter to remove lint, leveling legs, sound insulation, 120Volt motor and horsepower rating standard with the manufacturer; and time-operated accessible to the user. Contractor must furnish all parts and accessories and connect hot/cold water hoses, drain hose, etc., to make equipment operational. The hot and cold water lines and drain hoses are not cost reimbursable. Washers must be equipped with a UL listed; molded 3 prong 110 male plug. Non-Coin operated. Color Preference: White. Dryers shall be the largest size commercially available that can fit in the same locations as existing machines The dryers shall operate for (electric/gas, and shall have the following capabilities: A 5.7 Cu Ft. Tub Capacity or larger, a minimum of 3 temperature settings, three cycles normal, permanent press, and delicate, thermostatic controlled temperatures, 150 degrees maximum for electric dryers and 130 degrees for gas dryers, timer operated, front loading with safety switch to stop operations when door is opened and external vents. Up-front secured lint screens or filters located in the exhaust outlet port. The filters shall be located for easy/convenient cleaning. Non-Coin operated. Color Preference: White The contractor must inspect and clean all permanent exhaust ducts, including both horizontal and vertical ducting, where accessible once a quarter. A ductwork cleaning/maintenance schedule is required within 10 days after the contract period begins and as information changes. All Washers and dryers for each facility must be Energy Efficient Compliant. The contractor must provide catalogs, brochures, or other written literature and specifications on washer and dryer equipment the contractor proposes to furnish under this contract for approval. Literature must be provided with submission of offeror?s proposal. The contractor shall place at each washer and dryer instructions for users on how to safely operate the machine. The contractor shall also place at the front of each washer and dryer a number identifying each unit for service call purposes. Washers and Dryers are expected to operate an estimated 20 hours per day, 365 days a year. Washers and dryers must not have any coin or token slot attachments. Response time should be within 24 hours of request. If machine cannot be repaired within 48 hours of request, contractor will furnish replacement machine at no cost to the government. SEE Enclosure APPENDIX A- Washer and Dryer Listing The provision at FAR 52.212-1, Instructions To Offerors-Commercial Items applies. Clause 52.212-4 Contract Terms and Conditions-Commercial Items applies as well as the following FAR clauses: 52.217-9, Option to Extend the Term Of The Contract, Variation; 52.219-1, Small Business Program Representations; 52.219-14, Limitations on Subcontracting; 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; 52.247-34, F.O.B.Destination; 52.232-33, Payment by Electronic Funds Transfer; The clause 52.212-5,. Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items applies. DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies as well as the following DFARS clauses 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Offerors are required to complete and include a copy of the following provision with their quotation: Far 52.212-3, Offeror Representation and Certifications-Commercial Items Alt I. Provision 52.212-2, Evaluation-Commercial Items, applies with paragraph(a)completed as follows: Failure to provide adequate information, which will allow the requesting activity to properly evaluate the proposal, will deem the proposal unacceptable, and no longer eligible for award. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.2212-4, Contract Terms and Conditions-Commercial Items applies as well as the following addendum clauses: FAR 52.211-5, Material Requirements. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-41, Service contract Act of 1965. AWARD CRITERIA: Award will be made to the technically acceptable,low cost offeror, the determination of a fair and reasonable price, the successful contractor determined responsible within the meaning of FAR, Part 9 and conformance of the requirements set forth herein. Please specify compliance with the specifications or list any deviations when submitting your quote. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.). E-mail response is requested. Email: Rachel.McFarland@navy.mil, Fax# 562-626-7877. Anticipated award date is 02 November 2007 14:00 p.m. The full text of the Federal acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov.far and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet www.dtic.mil/dfars. Offerors are also reminded to comply with DFARS 252.204-7004, Required Central Contractor Registration (Mar 1998). LACK OF REGISTRATION IN THE CCR WILL MAKE AN OFFEROR INELIGIBLE FOR AWARD. OFFERORS MAY REGISTER VIA THE INTERNET AT http://www.ccr.gov/.
- Web Link
-
click here to learn more about FISC San Diego
(http://www.sd.fisc.navy.mil)
- Record
- SN01435165-W 20071018/071016223805 (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 |