SOLICITATION NOTICE
J -- WASHER/DRYER MAINTENANCE AND REPAIR SERVICE
- Notice Date
- 9/27/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811412
— Appliance Repair and Maintenance
- Contracting Office
- N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024410T0365
- Response Due
- 10/12/2010
- Archive Date
- 10/27/2010
- Point of Contact
- Juana Perez 619 532-2556
- E-Mail Address
-
WASHER/DRYER MAINTENANCE AND REPAIR SERVICE
(juana.perez@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-10-T-0365. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 11. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 811412 and the Small Business Standard is $6.5. The proposed contract is 100% set aside for small business concerns. A firm-fixed price contract with a base plus three option years is anticipated. FISC San Diego requests responses from qualified sources capable of providing washer and dryer maintenance/repair services in accordance with the performance work statement referenced below: 1.0GENERAL: The PWS covers the requirement for the maintenance and repair of Government owned washer machines and dryer machines (hereafter referred to as Appliances ) located at the following bases: Naval Base San Diego, Transient Personnel Unit, NAS NAB Coronado, ASW, Subase, ACU5 Camp Pendleton Bachelor Housing. 2.0DESCRIPTION OF SERVICES: The Contractor shall provide all management, personnel, facilities, equipment, tools, material, transportation, supervision, labor and other items, and services necessary to perform maintenance/repair of gas, electric, stackable and combo appliances Services shall be performed in accordance with this PWS as well as specific procedures described in the manufacturers repair/maintenance/operating manuals and all applicable federal regulations and laws. 3.0WORK REQUIREMENTS 3.1.Contractor employees utilized to perform the work shall be trained in all applicable areas of washer and dryer repair. Contractor employees shall be courteous, professional, present a neat appearance and be easily recognized. This includes wearing distinctive clothing bearing the name of the company or by wearing appropriate badges that contain the company name and employee name. 3.2.Materials & Repair Parts: The materials and parts to be furnished shall be original manufacturer equipment (OME) or be of an equivalent quality. The Contractor shall not use refurbished/secondhand repair parts. The Contractor shall provide the materials and repair parts at cost. The Contractor shall provide the invoices of the materials and repair parts to the Site Representative. 3.3.All appliances are maintained to original working condition IAW OME guidelines and schedules. 3.4.Occupied Bachelor Housing Facilities: During installation, maintenance, or removal of machines associated with this contract, work shall be performed with minimum disturbance to occupants. Contractor employees shall limit their activity to only those areas requiring access to perform requested services. 3.5.Repair/Installation/Removal: Site Representative will contact the Contractor to repair machine once it has been determined it is economical to repair vice replace machine. Contractor shall then establish day and time to repair machine. 3.6.After the Contractor repairs appliance, it will be tested to ensure it is properly working and Contractor shall demonstrate this to the Site Representative prior to leaving. Contractor shall obtain signature of Site Representative on the service invoice in order to be paid for the visit. 3.7.Equipment Record: The Contractor shall maintain individual records for the machines including manufacture, model, serial number and repair cost. The record shall be listed in Installation and annotate that maintenance has been performed. 3.8.Contractor will clean up area where maintenance/repair has taken place and leave in a clean and orderly manner. 4.0SERVICE CALL PROCEDURES 4.1.Contractor shall perform on-call repair service for all machines during duty hours between 0800-1600 hours, Monday thru Friday. The Government will issue a service request to the Contractor via email or phone. The Contractor shall contact the Government upon receipt of the service request within 24 hours of receipt and schedule a service call appointment with the Site Representative within 48 hours of receipt. 4.2.The contractor is to perform on call repair services only on units that have been designed by an authorized Government representative. Prior to making repairs in excess of $300.00 on any single appliance per contract year the Contractor must stop work before exceeding this amount and contact the site representative for authorization to processed. 4.3.Site Locations and Representatives: Naval Base Coronado, Naval base San Diego,ACU5 Camp Pendleton,Point Loma, ASW, and TPU 4.4.Contractor shall provide the COR with a monthly status report on any repairs completed, maintenance conducted with Machine ID clearly indicating all machines approaching $300 yearly limit. 4.5.The contractor shall provide the COR with an annual Preventive Maintenance Schedule for all appliances. 4.6.Contractor will submit monthly invoices electronically via Wide Area Work Flow (WAWF) for services receive under this contract. Replacement parts will be paid via Government Purchase Card by prior approval. 5.0MANUFACTURERS: Appliance manufacturers vary but commonly used manufacturers are Frigidaire, Amana, GE, Whirlpool, Speed Queen, Kenmore and Maytag. See Attachment # 1 - List of Machines, Model Numbers, and Location. Attachment (1) will be updated once a year to reflect a current and accurate accounting of all appliances being serviced under this contract. Responsibility and Inspection unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.203-11 Certification and Disclosure Regarding Payments to influence certain Federal Transactions, 52.204-7, Central Contractor Registration, 52.204-9, Personal Identity Verification of Contractor Personnel, 52.209-6, Protecting the Government s Interest when Subcontracting w/ Debarred, Suspended, or proposed Debarment, 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation Commercial Item, 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items, 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5(DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders(Deviation) 52.217-5 Evaluation of Options, 52.217-8 Option to Extend Services,52.217-9 Option to Extend the term of the contract, 52.219-9 Notice of Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-35 Equal Opportunity for Special Disables Veterans of Veterans of the Vietnam Era and others, 52.222-37 Employment Reports on Special Disabled Veterans, 52.222-41 Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.225-13 Restrictions on certain Foreign Purchases, 52.232-19 Availability of Funds for the next fiscal year, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim 52.237-1 Site Visit, 52.237-2Protection of Government Buildings, Equipment and Vegetation 52.237-3 Continuity of Services, 52.242-13 Bankruptcy, 52.242-15 Stop-Work Order, 52.246-25 Limitation of Liability Services, 52.247-34 F.O.B Destination, 52.249-1 Termination for Convenience of the Government Short Form, 52.252-1 Solicitation Provisions incorporated by Reference, 52.252-2 Clauses incorporated by Reference, 52.252-6 Authorized Deviations, All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.201-7000 Contracting Officer s Representative, DFARS 212.212-7001Contract Terms and Conditions required implementing statues or executive orders applicable to Defense Acquisitions of Commercial Items, DFARS 252.204-7003, Control of Government Personnel Work Product, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required Implementing Statutes or Executive, DFARS 252.225-700,1 Buy American Act and Balance of Payments Program, DFARS 252-225-7002, Qualifying Country Sources as Subcontractors, DFARS 252-232-7003, Electronic Submission of Payments, DFARS 252-243-7001, Pricing of Contract Modifications, Orders Applicable to Defense Acquisitions of Commercial Items including: SUP 5252.232-9404, Wide Area Work Flow invoicing and payment NDZ L-332, Unit Prices. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to further evaluate those offers which the contracting officer has determined to be responsible: (i) PAST PERFORMANCE (ii) PRICE PAST PERFORMANCE Factor 1 The Government intends to evaluate the quality of the offeror s past performance. This evaluation of past performance is separate and distinct from the Contracting Officer s responsibility determination. The assessment of the offeror s past performance will be used as a means of evaluating the capability of the offeror to successfully meet the requirements of the solicitation and as measurement of performance risk for contract award. Offerors who are rated unsatisfactory will not be evaluated for price as they will not be eligible for award. However, for those offerors who received satisfactory past performance factor (i), PAST PERFORMANCE, is equal to Factor (ii), PRICE. (b) The Government s assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of an offeror s performance on a list of contracts, but rather the product of subjective judgment of the Government after it considers all available, relevant, and recent information. (c) Offerors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years. PAST PERFORMANCE information should be provided on the form provided as an attachment to this solicitation (see Clause N00244L335). Information utilized will be obtained from these references as well as any other sources who may have relevant information. Offerors are encouraged to provide information on prior contracts that are highly relevant to the scope, complexity, widely distributed geographical area, and dollar value of the washer/dryer maintenance service acquisition. This includes certification of any personnel who will be at the sites to perform repairs services on all washers and dryers makes and models. Offers which lack relevant past performance history will receive a neutral rating for this factor. Any Offeror's proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other offerors. The Contracting Officer will evaluate Offeror's PAST PERFORMANCE as follows: NEUTRAL: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the offeror's past performance. UNSATISFACTORY: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offeror's past performance. PRICE Factor 2 (a) The Government will evaluate offers annual preventive maintenance costs and proposed hourly rate for repairs. Evaluation will be based on review of the CLINS by adding the total price for all options. Evaluation of options shall not obligate the Government to exercise the options(s). Failure to propose on the base and all options years will render the offeror ineligible for award. For evaluation purposes only, offerors are instructed to cost out a six-month option at the end of the last options period. This cost will be added to the total cost to determine the overall cost for the effort for EVALUATION PURPOSES ONLY. The six-month option can be submitted as a separate sheet. The contract will be awarded at the total cost for a base period and three one-year options. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussion with Offerors. Each initial offer should, therefore contain the Offeror s best terms. (f) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (g) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. INSTRUCTIONS FOR THE SUBMISSION OF QUOTES Interested vendors may send quotation by U.S mail, FEDEX, UPS to the following address: Hard Copy Submission: (a) By commercial courier (i.e. FEDEX or UPS) or U.S Postal Service to the following address: Naval Supply Systems Command Fleet and Industrial Supply Center San Diego Attention: Juana Perez (619) 532-2556 Broadway Complex, Building 1, 7th Floor 937 North Harbor Drive, Suite 60 San Diego, CA 92132-0200 (b) Electronic Submission: By e-mail to juana.perez@navy.mil By Facsimile to 619-532-2347 The quotation shall consist of three parts: (1) Signed SF1449 (2) Past Performance Data Sheets, and (3) Price. Vendor shall submit a signed copy of completed SF1449 executed copies of any amendments. Signed copies may be submitted via electronic mail to juana.perez@navy.mil. Prices for all line items shall be provided. By submitting a signed proposal under this solicitation, Offeror asserts that it is technically capable of performing the performance statement of work and all aspects of this contract. II.PREPARATION OF QUOTES Offerors original QUOTES and past performance questionnaire are required to be received by the specified solicitation closing date and time for consideration. PAST PERFORMANCE The submittal for Past Performance shall include information described in the format described Clause N00244L335. The Government will evaluate each offeror's past performance based upon the relevant references submitted under the Past Performance factor. Offerors shall provide the Past Performance/Questionnaire Data Sheets on up to three (3) of the firm s most recently completed federal government, state government, municipal government, or commercial contracts (not to exceed three (3) years since completion). Offerors who present similar contracts should provide a detailed explanation demonstrating the relevance of the contracts or efforts to the requirements of the present solicitation. Offerors may submit performance data regarding current contract performance as long as a minimum of one year of performance has been completed as of the closing date of this solicitation. 2. Failure to submit the completed Past Performance/Questionnaire Data Sheets will be considered certification that the offeror has no past performance for relevant services for the Government to evaluate and will receive a neutral rating. 3. The Past Performance/Questionnaire Data Sheets shall be completed by a representative of the Government agency or commercial firm for whom the work was performed. Only the Government representative or commercial customer MUST forward the completed Past Performance Data Sheets/Questionnaire to the Contracting Specialist not later than the closing of the solicitation by e-mail and/or fax to (619) 532-2347 Attn: Juana Perez. It shall be the offeror s responsibility to ensure receipt by the Contracting Specialist of completed Past Performance/Questionnaire Data Sheets For Past Performance Questionnaire Data Sheet (see Clause N00244L335). 4. Offerors are encouraged to provide information on prior contracts that are highly relevant to the scope, complexity, widely distributed geographical area, and dollar value of the washer/dryer maintenance service acquisition. This includes certification of any personnel who will be at the sites to perform repairs services on all washers and dryers makes and models. The Navy will only make one (1) award to a single contractor. PRICE- The Government will evaluate offers for award purposes by adding the total price for all options. Evaluation of options shall not obligate the Government to exercise the option(s). Failure to propose on the base and all option years will render the offeror ineligible for award. Offeros shall include complete solicitation document, attach pricing spreadsheet and/or annotated pricing costs by CLINS. Offerors should provide hourly rate of all costs inclusive of travel, teardown and inspect & repair in accordance with performance statement of work. Evaluations of an offerors proposal shall be based on information provided in the CLINS. For evaluation purposes only, offerors are instructed to cost out a six-month option at the end of the last options period. This cost will be added to the total cost to determine the overall cost for the effort for EVALUATION PURPOSES ONLY. The contract will be awarded at the total cost for a base period and two one-year options. To determine the cost, offerors should consider proposing half of the total cost of a year; i.e., if Option Year 2 cost $1, 000,000, the six-month option would cost $500,000. The numbers listed are examples only and are not meant to be representative of what Option Year 2 should cost. LIST OF ATTACHMENTS: Attachment 1: List of Machines Attachment 2: Past Performance/Questionnaire Data Sheet N00244L335 Attachment 3: Quality Assurance Surveillance Plan (QASP) Attachment 4: Wage determination; WD 05-2057 (Rev. -11) updated on 06/22/2010 All questions concerning this solicitation must be directed via e-mail to juana.perez@navy.mil. This announcement will close at 03:00 p.m. (PST) on 12 OCT 10. Contact Juana Perez who can be reached at 619-532-2556 or email juana.perez@navy.mil. Oral communications are not acceptable in response to this notice questions or concerns must be e-mail to Contract Specialist. All responsible sources may submit a quote which shall be considered by the agency. Initial pricing (quotes) and any information must be received no later than 12 OCT 10. Fax (619) 532-2347, Attn: Juana Perez at (619) 532-2556 or by e-mail juana.perez@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher.. IMPORTANT NOTICE: CCR Registration is required to verify current registration or to register for the first time please connect with www.bpn.gov and/or call (888) 227-2423 for registration assistance. Please ensure compliance with regulation when submitting your quote. NOTE: On Site Visits no later than October 7, 2010 may be arranged must contact Contract Specialist Juana Perez, e-mail: juana.perez@navy.mil before Thursday, October 7, 2010 before close of business day. Reference: Numbered note 1
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024410T0365/listing.html)
- Record
- SN02298252-W 20100929/100927234933-8683f8bfde88274d4b1e5a14e31a6b08 (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 |