SOLICITATION NOTICE
72 -- Lease and Maintain Washers/Dryers Bolling AFB, DC - PWS and attachment 1 - Bid Sheets (total of 5)
- Notice Date
- 3/17/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532210
— Consumer Electronics and Appliances Rental
- Contracting Office
- Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue Building 5681, Bolling AFB, DC, 20332-0305
- ZIP Code
- 20332-0305
- Solicitation Number
- F1A3B48232A002
- Archive Date
- 4/9/2009
- Point of Contact
- Shon E. A. Johnson,, Phone: (202) 767-8035, Maria B. Williams,, Phone: (202) 767-8103
- E-Mail Address
-
shon.johnson@afncr.af.mil, maria.williams@afncr.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Bid sheets for Basic PoP, Options 1 through 4 There are 5 separate bid sheets to complete and submit. PWS and attachment 1 This is a combined synopsis/solicitation for lease of commercial items prepared in accordance with the format in FAR subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a written solicitation will not be issued. The solicition document and incorporated provisions and clauses are in efect through Federal Acquisition Circular (FAC) 2005-18. This is a 100% Small Business Set-Aside. The North American Industry Classification System Code (NAICS) is 532210 at $6.5 Million size standard. Requirement is to lease commercial grade washers and dryers (electric and gas) in accordance with the following Performance Work Statement. Contractors shall complete bids utilizing the bid schedules provided at end of PWS. The Government will not pay for any information that is submitted by respondents to this request. The Government will in no way be obligated to purchase all or part of the items described below, and is providing this information as "general" information only. Bids will be accepted via e-mail (PREFERRED) or via FAX (202) 767-7896 prior to 1500 (Eastern) 25 March 2009. Basic Period of Performance is 1 April 2009 - 30 September 2009, Options 1 -1 Oct 2009 through 30 Sep 2010; Option 2 - 1 Oct 2010 through 30 Sep 2011, Option 3 - 1 Oct 2011 through 30 Sep 2012; Option 4 - 1 Oct 2012 through 30 Sep 2013. All options must be priced. EVALUATION OF QUOTES WILL BE BASED SOLELY ON PRICING. Contractors are reminded, they must be registered be active in Central Contractor Registry prior to award of contract. If not registered please visit www.ccr.gov to complete registration. 1. DESCRIPTION OF SERVICES: The contractor shall furnish all personnel, equipment, tools, materials, supervision, transportation and all other items and services necessary to provide and install and fully maintain contractor owned washers and dryers on Bolling AFB, Washington DC as defined in this Performance Work Statement, except where specified as government-furnished property and services. 1.1. Installation and maintenance of washers and dryers shall be in accordance with the procedures established by the respective appliance manufacturer. The appliance requirement and location listings are shown in Appendix 1. 1.2. General Appliance Features 1.2.1. Washing Machines: Washing machines shall be a major manufacturer's standard commercial heavy duty automatic load model type unit which includes, but not be limited to the following: • 14 to 16 pound minimum washing clothing capacity. • Top-loading agitator type with high speed rinse cycle. • Manually operated timer that can be controlled by the user. • Three (3) water temperatures hot, warm, and cold. • Three (3) water levels with a three position control. • Porcelain enameled tub or equal. • Lid safety switch and tub brake that stops the machine during the spin cycle. • 1/3 horse-power (or large) motor wired for 11-120 volts, 60 hertz, AC. • Wash shall operate from a 20 ampere circuit without overload. • Three (3) prong electrical cord and provisions for an external grounding. • Two (2) wash cycles, regular and permanent press. • One rinse cycle with high speed spin cycle. • Recalculating type water filter to remove lint. • Meet Energy Star Standards • Non-coin operated 1.2.2. Dryers shall be a major manufacturer's standard commercial heavy duty automatic model. The dryers shall operate for electric/gas, and shall have, but not be limited to the following capabilities: • 14 pound minimum dry clothing capacity. • Two (2) temperature settings (minimum). • Three (3) 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. • External 4 inch vents from right rear back or bottom. • Electric dryers shall operate on 208/220 volt, 60 hertz, AC. • Dryers operated from a 30 ampere circuit without overload. • Up-front secured lint screens or filters located in the exhaust outlet port. • The filters shall be located for easy/convenient cleaning. • Gas dryers shall have 115 VAC motors. • Meet Energy Star Standards • Non-coin operated 1.3. Signs and Decals: 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. The contractor shall also place on each machine some type of sign or sticker indicating the pertinent business information to whom which the equipment belongs to. This sign/sticker shall also indicate that this equipment is not to be disposed of. 1.4. All appliances initially installed by the contractor shall be new, fully operational, and free of dents and scratches. Chips or dents that are the result of normal usage shall be "touched-up" with a suitable paint to continue the good appearance of the appliance. Washers and dryers shall have a white factory-applied baked finish and be of the same manufacturer. All appliances shall be Underwriters Laboratories (UL) approved or certified by an equivalent-testing laboratory with the appropriate decal attached. All washers and dryers shall meet Energy Star Standards. 1.5. Installation of Machines: The contractor shall provide all materials and labor required, to include furnishing any necessary adapters and hoses to install all washers and dryers to existing electrical outlets, drains, and vents in accordance with the manufacturer's specifications. 1.6. Installation and Removal during Facility Modification: The contractor shall be required to remove and re-install appliances in support of facility modification projects. All electrical operated equipment shall be installed in accordance with manufacturer's instructions and the standards of the National Electric Code. The contractor may be required to provide storage for appliances as changes occur. Below is a partial listing of clauses to be incorporated into contract award document. This listing may not be all inclusive and is subject to change prior to award of contract. CLAUSES INCORPORATED IBR: 52.203-3 Gratuities; 52.203-6 Alt 1 Restrictions on subcontractor Sales to the Government; 52.204-4 Printed or Copied - Double Sided on Recycled Paper; 52.204-7 Central Contractor Registration; 52.204-9 Personal Identity Verification of Contractor Personnel;52.212-4 Contract Terms and Conditions-Commercial Items; 52.217-5 Evaluation of Options; 52.219-6 Notice of Small Business Set-Aside;52.219-8 Utilization of Small Business sConcerns; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies;52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity;52.222-36 Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons; 52.223-5 Pollution Prevention and Right to Know Information; 52.225-13 Restrictions on Certain Foreign Purchases; 52.228-5 Insurance - Work on a Government Installation; 52.232-18 Availabliity of Funds; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2 Protection of Government Buildings, Equipment and Vegetation; 52.237-6 Incremental Payment by52.252-2 Clauses Incorporated by Reference;252.204-7004 Alt A;252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials;252.232-7003 Electronc submission of Payment Requests; 252.247-7023 Alt III; 252.232-7007 Limitation of Government Obligation. CLAUSES TO BE INCLUDED IN AWARD DOCUMENT IN FULL TEXT: 52.211-16 Variation in Quantity; 52.212-5 (Deviation);52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract 52.252-2 Clauses Iincorporated by Reference; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquitition of Commercial Items; 5342.201-9101 Ombudsman. Bids will be accepted via e-mail at shon.johnson@afncr.af.mil (PREFERRED) or via FAX (202) 767-7896 prior to 1500 (Eastern) 25 March 2009.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f4eb5ae11c25b3c303aeb7a9660e8167&tab=core&_cview=1)
- Place of Performance
- Address: Basewide per attachment 1 of PWS, Bolling AFB, District of Columbia, 20032, United States
- Zip Code: 20032
- Zip Code: 20032
- Record
- SN01771124-W 20090319/090317220440-f4eb5ae11c25b3c303aeb7a9660e8167 (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 |