Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2009 FBO #2734
SOLICITATION NOTICE

W -- RENTAL AND MAINTENANCE OF WASHERS AND DRYERS WITH 2 OPTION YEARS

Notice Date
5/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532210 — Consumer Electronics and Appliances Rental
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Jacksonville, Corpus Christi Detachment, N68836 FISC JACKSONVILLE, CORPUS CHRISTI DET 9035 Ocean Drive Corpus Christi, TX
 
ZIP Code
00000
 
Solicitation Number
N6883609T0160
 
Response Due
6/8/2009
 
Archive Date
6/23/2009
 
Point of Contact
Krista Slezinsky 361-961-2998
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number N68836-09-T-0160 applies and is issued as a Request for Quotation. This announcement constitutes the request to provide RENTAL AND MAINTENANCE OF COMMERCIAL WASHERS AND DRYERS FOR THE BACHELORS QUARTERS AT NAS JOINT RESERVE BASE IN FORT WORTH TX FOR THE PERIOD JULY 1, 2009 through JUNE 30, 2010 with (2) two option years. The North American Industry Classification System (NAICS) Code is 532210 and the Small Business Size Standard is $7.0 million. This procurement will be awarded using the Simplified Acquisition Procedures Test Program outlined in FAR part 13.5, and is Set Aside 100% for Small business. Statement of Work - 1. SCOPE: This Contract is for the rental, repair and preventative maintenance of 67 stacked dryer units and 67 single washers for the Navy Gateway Inns & Suites, NAS JRB Fort Worth TX. 2. Preventative Maintenance: Preventative maintenance checks shall be conducted every 30 to 40 days on each machine. Worn or damaged parts shall be replaced within 24 hours after the inspection is conducted. Any repairs required will be at no additional charge to the government. A status report on each unit to include any discrepancies noted and corrective measures taken will be initiated by the contractor and a copy of the report turned over to the Navy Gateway Inns & Suites Maintenance staff. 3. Remedial Maintenance: Remedial maintenance shall be required on an as needed basis. The contractor shall respond to remedial maintenance calls within 24 hours. If the unit cannot be repaired on site within 24 hours, the unit must be replaced with a comparable unit. If a! unit is not usable for any reason more than two times during a service year, that unit shall be permanently replaced with a comparable unit. 4. Reduction Criteria: Failure to respond to a remedial maintenance call or failure to replace an unusable unit as required by paragraph 3, shall result in reduction criteria. 5. Reduction Schedule: Should the criteria in paragraph 4 occur; the contractor's monthly invoice will be reduced by $10.00 per unit every day that the Navy Gateway Inns & Suites does not have a working unit. 6. Washers, Single, Automatic: All machines are to be commercial type. Features: Minimum tub capacity of 2.7 cubic feet, 3 cycle, (regular, permanent press, and knit/delicate; wash/rinse temperature shall be hot/cold, and cold/cold; with variable water level; lid instructions; leveling legs; minimum hp motor, and porcelain tub. Electrical requirements: 120 volts, 60 hertz, dimensions of unit: Height 40" to 43", width: 24" to 28", depth: 25" to 29"!. 7. Dryers, Stackable Electric: All machines are to be commercial type, minimum drum capacity: 5.9 cubic feet, minimum 1/3 hp motor. Cycles: Regular, permanent press, knit/delicate, and cool down. Electrical requirements: 240 volts, 30 amps, 60 hertz. Dimensions of units: Height 73" to 76", width 24" to 28", depth 25" to 29". 8. Removal Schedule: The contractor is required to submit a removal schedule indicating the order in which the washers and dryers will be removed from the government premises upon the expiration of the contract. This contract will provide the government with a smooth transition period and will also provide continuity of services by allowing the contractor to install his equipment ion a timely basis. 9. During the course of the contract, remodeling maybe done on the Navy Gateway Inns & Suites and will require the contractor to remove washer/dryers from quarters while the work is being performed, charges for rental of the affected units will be suspended. Upon completion of Remodeling the contractor will reinstall ! the washer/dryers as they were before and rental costs will resume. Additional charges for the movement of units will not be billed under this purchase order. 10. Breakdown of Line items including Location of Machines: ITEM 0001 PERIOD OF PERFORMANCE JULY 1, 2009 THROUGH JUNE 30, 2010 (UNPRICED), Item 0001AA - 67 Stackable Electric Dryers: Bldgs, 1326 7 ea, 1520 7 ea, 1521 8ea, 1522 8 ea, 1523 8 ea, 1524 7 ea, 1565 7 ea, 1566 7 each and 1567 8 ea. Item 0001AB - 67 Automatic Washers: Bldgs 1326 7 ea, 1520 7 ea, 1521 8 ea, 1522 8 ea, 1523 8 ea, 1524 7 ea, 1565 7 ea, 1566 7 each and 1567 8 ea. ITEM 0002 PERIOD OF PERFORMANCE JULY 1, 2010 THROUGH JUNE 30, 2011 (UNPRICED) Item 0002AA - 67 Stackable Electric Dryers: Bldgs, 1326 7 ea, 1520 7 ea, 1521 8ea, 1522 8 ea, 1523 8 ea, 1524 7 ea, 1565 7 ea, 1566 7 each and 1567 8 ea. Item 0002AB - 67 Automatic Washers: Bldgs 1326 7 ea, 1520 7 ea, 1521 8 ea, 1522 8 ea, 1523 8 ea, 1524 7 ea, 1565 7 ea, 1566 7 each and 1567 8 ea. ITEM 0003 PERIOD OF PERFORMANCE JULY 1, 2011 THROUGH JUNE 30, 2012 (UNPRICED)Item 0003AA - 67 Stackable Electric Dryers: Bldgs, 1326 7 ea, 1520 7 ea, 1521 8ea, 1522 8 ea, 1523 8 ea, 1524 7 ea, 1565 7 ea, 1566 7 each and 1567 8 ea. Item 0003AB - 67 Automatic Washers: Bldgs 1326 7 ea, 1520 7 ea, 1521 8 ea, 1522 8 ea, 1523 8 ea, 1524 7 ea, 1565 7 ea, 1566 7 each and 1567 8 ea. The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.204-7 Central Contractor Registration, 52.204-9 Personal Identity of Contractor Personnel, 52.211-17 Delivery of excess Quantities, 52.212-1 Instructions to Offers-Commercial, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.217-8 Option to Extend Services, 52.217-9 Option to extend the term of the Contract (MAR 2000), 52.225-13 Restrictions on Certain Foreign Purchases, 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, 52.247-34 FOB Destination, 52.252-1 Solicitation Provisions Incorporated by Reference. The following FAR and DFAR provisions and clauses are incorporated by FULL TEXT: 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items Alt 1, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items!. Within 52.212-5, the following clauses apply 52.219-6 Notice of Total Small Business Set-Aside, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans (38 U.S.C. 4212), 52.222-36 Affirmative Action for workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans (38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332), 52.222-41 Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hires. 52.215-5 Facsimile Proposals, 52.219-1 Small Business Program Representations Alt 1, 52.222-22 Previous Contracts and Compliance Reports, 52.223-6-Drug Free Workplace, 52.232-18 Availability Of Funds, DFAR 252.204-7004-Central Contractor Registration (52.204-7) Alt A, 252.211-7003 Item Identification and Valuation, 252.212-7001 Contract ! Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Within DFAR 252.212-7001, the following clauses apply: 252.225-7001 Buy American Act, and 252.232-7003 Electronic Submission of Payment Requests. 5252.232-9402 Invoicing and Payment (WAWF) Instructions, NAVSUP H25-SPS CONSOLIDATED SERVER TIME ZONE (NAVSUP) All interested parties are hereby advised that the date and time for the Contracting Officer signature and the release of this contractual document are based on US Central Time Zone. All other dates and times are based on local time. To calculate your time in relation to US Central Time Zone, vendors may visit the following url: http://www.timeanddate.com/worldclock/converter.html Disclaimer: this site is not owned or maintained by the U.S. Government and therefore isn't warranted to be correct. This URL is provided as a convenience only and is not intended to preclude use of other time conversion devices. Freedom of Information Act (FOIA). INVOICE NUMBER-In accorda! nce with Title 5 of the Code of Federal Regulation (CFR), Part 1315, Prompt Payment, Final Rule, a vendor's invoice number (account number and/or any other identifying number agreed to by contract) is now required for a proper invoice. INVOICING INSTRUCTIONS - Contractor may invoice on a monthly, quarterly or semi-annual basis. Invoices shall show period billed and the prorated amount for the period. The Government will authorize payment at the end of the month, quarter or semi-annual period being billed. No payment will be made in advance of the ending of a period being billed. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses include county, 2) ! discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number, 6) Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items and 252.212-7000 Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible Offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. Quotations must be received no later than 10:00 A.M., 08 Jun 2009 CST. Quotations must be in writing and may be emailed, faxed, or mailed to the following. Attn: Krista Slezinsky, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX 78419-5021. Fax 361-961-2394, Telephone 361-961-2998, EMAIL: krista.slezinsky@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836CorpusChristi/N6883609T0160/listing.html)
 
Place of Performance
Address: NAVY GATEWAY INNS AND SUITESBLDG 1324 MILITARY PARKWAY, NAS FORT WORTH, TX<br />
Zip Code: 76127<br />
 
Record
SN01823630-W 20090522/090521003331-f868555b43a910afa3357f2f92b33e2b (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.