Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2011 FBO #3366
DOCUMENT

N -- Brockton Laundry - Attachment

Notice Date
2/9/2011
 
Notice Type
Attachment
 
NAICS
333312 — Commercial Laundry, Drycleaning, and Pressing Machine Manufacturing
 
Contracting Office
Department of Veterans Affairs;OA&L / National Acquisition Center;Bldg. 37, Room 108;1st Avenue, One Block North of Cermak Rd
 
Solicitation Number
M6Q1609
 
Response Due
2/25/2011
 
Archive Date
3/27/2011
 
Point of Contact
Anthony Crumpton
 
E-Mail Address
Contracting Officer
(anthony.crumpton@va.gov)
 
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 Part 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. Solicitation M6-Q16-09 is issued as a request for proposal (RFP). This request does not commit the government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or services. Any representations and/or certifications attached to this RFP must be completed by the vendor. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48 effective January 31, 2011. Competition, Evaluation, and Contract Type: This is a small business set-aside, Firm Fixed-Price requirement under NAICS 333312. The Government reserves the right to issue a contract based on the initial offer without discussions of this procurement. Evaluation and award will be in accordance with the procedures of FAR Part 52.212-2. Award will be made to the vendor whose conforming offer in response to the RFP will be most advantageous to the Government. Best value for this competition will be obtained through a lowest priced technically acceptable evaluation. In order to be determined technically acceptable, all quotation submission requirements must be met including the required documentation submissions outlined below. The Government will only accept commercial-off-the-shelf items. Vendors must submit itemized specifications that address the enumerated requirement of the salient characteristics for the proposed item to facilitate a comprehensive Government evaluation. Past performance. The Government will evaluate the offeror ™s reputation for quality and past performance. By quality and past performance, the Government means the offeror ™s reputation for adherence to contract schedules, including both technical and administrative aspects of performance. The Government will evaluate quality/past performance on the basis of information that may be obtained from the offeror and from other sources, including its own records. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. Requirements: Description of requirements for the item(s) to be acquired: SPREADER/FEEDER MACHINE: Furnish and install new one (1) each spreader-feeding machine. Spreader feeder shall be capable of meeting ironer production requirements. Spreader feeder shall be capable of finishing large pieces utilizing a clipless system, and shall provide two operator stations. 1. Combination spreader feeding machine shall be capable of processing 900 sheets per hour. 2. Automatic combination spreader feeding machine shall be capable of feeding large pieces through the feeding device into the flatwork ironer. 3. Electrical characteristics - 208 volts, 3 phase, 60 cycles. 4. Spreader feeding machine shall be installed, leveled and have a leveling device installed on the machine. 5. Spreader-feeding machines shall be equipped with four (4) lockable casters. 6. Spreader feeding machine shall have an adjustable speed control installed that is capable of adjusting and synchronizing the speeds of the spreader feeding machine, flatwork ironer, and folder cross folder and stacker from one location. 7. Each loading station shall be equipped with a counter to determine the number of sheets being processed. 8. The machine shall be provided with quality grading controls mounted at each station and shall operate in conjunction with grading controls provided with the folder-cross folder. The quality grading controls will be for tears and stains. 9. An illuminating (when activated) emergency stop button (colored RED) inter-locked with the entire ironing system and when activated shall render the entire ironing system inoperable. The spreader feeder machine shall also be equipped with a normal stop button colored Red. All operational and functional buttons or switches shall be labeled as to the function of the button or switch and meet NFPA requirements. 10. Safety micro switches shall be installed on all doors of the spreader feeding machine so that when a door is opened, the machine shuts down. 11. Spreader feeding machines will have capabilities of changing from large piece items to small piece items without moving feeder. 12. The spreader feeder machines shall be programmed with a waxing program that will automatically adjust the speeds of the ironing system and shut off the vacuum of the ironer during the waxing program. 13. For allowing visual observation of the mechanical systems, install a minimum of 3/8 inches in thickness scratch and shatter-proof, clear (for the equipment life expectancy), Lucite side panels on both the right and left sides of the spreader feeder machine in lieu of metal side panels. 14. Panels shall be mounted flush with the sides of the system. 15. Panels shall be protected with a guard around the center to prevent carts or other devices from damaging the panels. Panels shall be equipped with fasteners/locks to secure them to the system. Date(s) and place(s) of delivery and acceptance and FOB point: Equipment shall be delivered within 90 days after award to: Brockton VAMC Laundry Facility, 940 Belmont Street, Brockton, MA 02301. Payment terms are 80% upon delivery, and 20% upon acceptance. Clauses and Provisions: The following clauses and provisions are incorporated and are to remain in full force in any resultant firm-fixed price contract: FAR 52.212-1, Instructions to Offerors-Commercial Item (Jun 08); FAR 52.212-2 Evaluation Commercial Items (Jan 99); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 11)--offerors shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision--a copy of the provisions can be found at http://www.arnet.gov/far/ ; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 10); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 11). Paragraph (b) of this clause incorporates by reference the following FAR clauses: 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jul 10), 52-219-6 Notice of Small Business Set-aside (Jun 03), 52-219-8 Utilization of Small Business Concerns (May 04), 52-219-28 Post Award Small Business Program Representation (Apr 09), 52.222-21 Prohibition of Segregated Facilities (Feb 99), 52.222-26 Equal Opportunity (Mar 07), 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 10), 52.222-36 Affirmative Action for Workers with Disabilities (Oct 10), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 10), 52.222-50 Combating Trafficking in Persons (Feb 09), 52.225-1 Buy-American Act - Supplies (Feb 09), 52.225-3 Buy American Act - North American Free Trade Agreement - Israeli Trade Act (Jun 09), 52.225-5 Trade Agreements (Aug 09), 52.225-13 Restriction on Certain Foreign Purchases (Jun 08), and 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 03). Submission of Proposals: Two copies of the proposal must be mailed to: Department of Veterans Affairs OA&L / National Acquisition Center, Building 37 1st Avenue, One Block North of Cermak Rd. Hines IL 60141. Date, time and place offers are due: Offers are to be received by 2:00PM on 2/25/2011. Facsimiles and emails will not be accepted. Contact for information regarding the solicitation: anthony.crumpton@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANAC/VANAC/M6Q1609/listing.html)
 
Document(s)
Attachment
 
File Name: M6-Q16-09 M6-Q16-09.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=175499&FileName=M6-Q16-09-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=175499&FileName=M6-Q16-09-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Brockton VAMC Laundry Facility;940 Belmont Street;Brockton, MA
Zip Code: 02301
 
Record
SN02376121-W 20110211/110209234135-56bc559da01375dcdd89ab34a0422a26 (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.