Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2020 SAM #6632
SOLICITATION NOTICE

49 -- Car Wash

Notice Date
1/24/2020 2:07:20 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
 
ZIP Code
80840-2303
 
Solicitation Number
FA700020Q0019
 
Response Due
2/7/2020 3:30:00 PM
 
Archive Date
02/22/2020
 
Point of Contact
Kristin M. Rothe, Phone: 7193335564, Fax: 7193339075, Jerry B. Smith, Phone: 7193333587
 
E-Mail Address
kristin.rothe@us.af.mil, jerry.smith.25@usafa.af.mil
(kristin.rothe@us.af.mil, jerry.smith.25@usafa.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation IAW FAR 12.603 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued.� This solicitation is issued as a request for quotation (RFQ) in accordance with FAR part 12 & part 13 under solicitation number FA700020Q0019.� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, effective 15 Jan 2020. The associated North American Industry Classification System (NAICS) is 333318, the Federal Supply Class (FSC) is 4910.� This acquisition is a total Small Business set-aside.� All responsible Small Business sources may submit a quote, which if received timely, will be considered by the 10th Contracting Squadron, USAF Academy (USAFA).�� The Government bears no legal liability for the costs associated with preparing a quote.� Vendors should not submit a quote unless they are willing to absorb all costs associated with submitting a quote.� The Government will not consider any quotes that contain used, reconditioned, refurbished, gray market, or liquidated stock. Before submitting a quote, please read the instructions in the addenda to FAR 52.212-1 listed below.� It is the quoter�s responsibility to ensure their quote meets all the requirements identified herein. I.� DESCRIPTION OF REQUIREMENTS Line Item 0001:� Automatic Car Wash System (Brush/Friction Type)��� Unit: Each (EA)�� Quantity: 1 The new car wash system must fit in the existing equipment room and main tunnel (see pictures listed in attachments # 2 through #19) within the following dimensions: Main tunnel: Length: 55 ft. Width:� 15 ft. Height: 18 ft. 8 inches from floor to the ceiling; 17 ft. 7 inches from floor to the bottom of the support rafters; 14 ft. 7 inches from floor to the bottom of the garage door support structure Equipment room area: Length: 55 ft. Width:��� 4 ft. 7 inches Height: 36 ft. 7 inches high wall for mounting the machine The automatic car wash system should include the following salient characteristics: - System Voltage - 208VAC 60Hz 3-Phase - Pumping Plant Voltage - 208-240VAC 60Hz 3-Phase - Stainless Steel Doors - LED instructional lights - Remote display/keypad - Foam top and side brushes, - Off-board high pressure pumping plant - Contouring high pressure boom - 28 zero-degree turbo nozzles - Chemical injection system - Shampoo and foaming presoak - High output on-board presoak heater - Flood rinse - Low pressure rinse system with spot free controls - Frost protection -Sensor pad treadle - Extended rotation of top boom mounted turbo nozzles to hit rear of vehicle at 90 degree angle - Customer instruction sign (English) - Reset instruction sign (English) - High entry curved guide rails with caps - Guide rail warning posts and sign - 14 raised yellow reflective markers - Horizontal Brush Splash Guard - Undercarriage Wash with Flat Cover - Undercarriage Wash Activation System - Rocker Panel Applicator System - Clear coat Applicator System - 1.5hp Spot Free Rinse On-Demand Pump - Remote Monitoring - On-Board Air Drying System - Energy Chain Feed System - Open - track to wall from 27"" to 41"" - Track - 28' Low Profile - Track - 4' Extension Low Profile - Guide Rails - 10' Low Profile - Water Softener (single, 1.5"" connect, 120,000 grains) - Angled Standard Height Base (32.5"") - All-Inclusive 1-Year Labor, Parts, and Maintenance Agreement This acquisition includes the removal of the current car wash system, the Mark VII Car Wash System and Con-Serv Water Recovery System, in its entirety. The following procedures are the responsibility of the vendor: a)�Complete a purge of any residual chemicals for the current car wash system. b)�Dismantle the current car wash system. c)�Remove the current car wash system from the car wash tunnel and machine room and stage it in a designated location in the parking lot. This acquisition includes the installation of the new car wash system. The following installation procedures are the responsibility of the vendor: 1. Inspect shipment for damages and shortages. 2. Supply a forklift to be on site at time of delivery, if needed. 3. Unload equipment from transport. 4. Uncrate and unpack equipment. 5. Set and anchor equipment. 6. Supervise plumbing and electrical hook-ups. 7. Weld components, where required. 8. Attach Umbilical cables to mounting brackets. 9. Mount instruction signs. 10. Mount wash selection and code entry box to contractor-supplied concrete pad. 11. Run all fluid hoses between pump modules and bay equipment. 12. Interconnect hoses between various spot-free rinse components 13. Program supplied components and train appropriate personnel in their operation and programming. 14. Interconnect hoses for cold water options.� 15. Clean up of equipment. 16. Start-up, adjusts and test car wash equipment provided. 17. Inspect completed installation. 18. Train operator on use and basic maintenance. Note:� The Government will provide IUID labeling. It is USAFA�s preference/intent to acquire only domestic end products per the Buy American Statute (41 USC Chapter 83), except as provided in FAR 25.103.� Foreign offers will be evaluated per DFARS 225.502 when comparing domestic and foreign offers.� This requirement is for commercial off-the-shelf items; therefore the manufacturing country of origin will determine if the quoted product is foreign or domestic. The Buy American � Balance of Payments Program Certificate (DFARS 252.225-7000) must be completed and submitted with the quote; this provision is included in attachment #1 of this solicitation. Delivery:� Delivery must be F.O.B Destination to U.S. Air Force Academy, CO 80840. Travel:� All expenses for travel and training must be itemized and included in the quote. Inspection/Acceptance:� The Government will inspect and accept supplies at the Government�s location, U.S. Air Force Academy, CO 80840.� Payment on invoices cannot be made until the Government has received and accepted the supplies. II. SOLICITATION INSTRUCTIONS 1.� In all instances throughout this solicitation, to include the applicable provisions and clauses, any use of the word ""proposal"" should be understood as ""quote"".� All instances of the word ""offeror"" should be understood as ""quoter"".� All instances of the word ""award"" should be understood as ""purchase order"".� 2.� The provision at FAR 52.212-1, Instructions to Offerors�Commercial (Oct 2018), and the addenda listed below applies to this acquisition.� ADDENDA TO FAR 52.212-1: a. Submission of offers.� FAR 52.212-1(b) is amended to include the following: ��(1) Submit signed and dated quotes via e-mail or fax to: �10th Contracting Squadron �10 CONS/PKB, Attn: Kristin Rothe �8110 Industrial Drive, Suite 200 �USAF Academy, CO 80840-2315.� �Email address is kristin.rothe@us.af.mil��� �Phone number is 719-333-5564� �Fax number is (719) 333-9075. �(2) Quotes must be submitted by 7 February 2020, 4:30 p.m. Mountain Standard Time. b. Late submissions.� FAR 52.212-1(f) is amended as follows: �(1) Offerors are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation.� If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due. (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before award is made and the contracting officer determines that accepting the late quotation would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. c. Formal communications.� Requests for clarification and information concerning the solicitation must be provided in writing no later than 5 days prior to closing.� Answers will be compiled and posted electronically to the Federal Business Opportunities website: https://www.fbo.gov.� Questions may be emailed to the point of contact listed above in section II, paragraph 2a.� All correspondence should reference the solicitation number. d. Quotation preparation instructions: (1)� General Instructions.� The offeror shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, e-mail, and telephone number of the offeror, CAGE code, DUNS number, size of business, and warranty information.� The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. (2)� Specific Instructions.� Quotes shall consist of three parts, as identified below. (a)�PRICE QUOTATION.� Submit the price quote in accordance with the line item structure listed in this solicitation.� Price quotes must be firm-fixed price.� Price quotes must include unit prices and extended amounts for each line item (i.e., multiply the unit price and quantity for each line item).� Include the total price (i.e., sum of all extended amounts) in the price quote.� Include delivery terms and schedule, any discounts, and payment terms with the price quote.� Due to the type of funding used in this acquisition, payment terms must be Net-D (i.e., Net 30).� Payments on invoices cannot be made until the Government has received and accepted the supplies. All shipping costs must be incorporated into the unit price; quoter shall not list the prices separately. Delivery terms shall be FOB destination. (b)�DESCRIPTIVE LITERATURE.� In order for products to be considered by the Government, they must meet the salient physical, functional, or performance characteristics specified in this solicitation.� Clearly identify brand name and model number.� Include products� descriptive literature, such as illustrations, specification sheets, or product brochures that clearly identify that the product meets the Government�s requirements. (c)�CONTRACT DOCUMENTATION. (i)�Quoters are required to be registered in the System of Award Management (SAM) (https://www.sam.gov) at the time the quotation is submitted in order to comply with the annual representations and certifications requirements.� Quoters that are not registered in SAM at the time the quotation is submitted will not be considered. (ii)�Quotes must include a completed copy of the following provisions that require fill-in text (listed in attachment #1 of this solicitation): ��FAR 52.212-3 (�The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision�). Note: If the representations and certifications currently posted electronically in SAM are accurate, complete, and applicable to this solicitation, the vendor should include a statement as such with their quote. ��DFARS 252.225-7000, Buy-American - Balance of Payments Program Certificate (iii)�Provide a written statement that the car wash system will fit within the provided dimensions. (iv)�Provide the names of the required cleansers/chemicals that should be used with the car wash and any applicable Material Safety Data Sheets (MSDS). (v)�If applicable, provide a written statement that the quote incorporates all amendments to the solicitation. 3.� The provision at FAR 52.212-2, Evaluation�Commercial Items (Oct 2014), and the addenda listed below applies to this acquisition.� The evaluation factors to be included in paragraph (a) of this provision are Price, Technical Information, and Past Performance (see attachment #1 for the full text of this provision). ADDENDA TO FAR 52.212-2: BASIS FOR OFFER.� This is a competitive acquisition in accordance with FAR part 12 and part 13 The Government will submit an offer in the form of a purchase order to the quoter that represents the best value to the Government.� Quotes will be evaluated as described below.� (1)�Solicitation Requirements.� All quotes submitted will be reviewed for completeness to determine if they contain all information requested in the addenda to FAR 52.212-1.� Quotes that are incomplete or missing information may be considered non-responsive and excluded from the evaluation. (2)�Price Evaluation.� The total evaluated price will be determined by adding together the extended amounts quoted for each line item.� The extended amounts will be confirmed by multiplying each line item quantity by the quoted unit price.� If there is a conflict between the quoted unit prices and extended amounts, the unit price shall be used to determine the total evaluated price.� Any discounts identified in the quote will be included in the evaluation of the total evaluated price.� No advantage will accrue to a vendor who submits a quote for an unreasonably low price.� The lowest price quote may not necessarily be selected.� Failure to propose for any line item may cause the vendor�s quote may be considered non-responsive and excluded from the evaluation.� The price evaluation will document the reasonableness of the quoted price. (3)�Technical Evaluation.� The evaluation team will review the descriptive literature to determine if quoted products meet the salient characteristics identified in this solicitation.� The technical information will be evaluated on a pass/fail basis.� A quote may pass the technical evaluation if a quote meets all of the salient characteristics described in I. DESCRIPTION OF REQUIREMENTS. Quote that meets all of the salient characteristics =� Passing Technical Evaluation (4)� Past Performance Evaluation.� The past performance evaluation will be based on the contracting officer�s knowledge of and previous experience with the supplies being acquired and in accordance with DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Mar 2018).� A quoter will not be evaluated favorably or unfavorably if they do not have a record of past performance in SPRS under the PSC of the items being purchased. A quoter may pass the past performance evaluation if there are no negative records, derogatory statements, or tax liabilities listed for the quoter that would preclude them from award of a government contract. (5)�Best Value Decision.� The contracting officer shall evaluate quotes considering technical information, price, and past performance information.� The contracting officer will submit an offer to the quoter whose quote represents the best value to the Government.� A quote that passes both the technical evaluation and the past performance evaluation and represents the lowest price technically acceptable will be considered a quote that represents the best value to the Government. 4.� The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Items (Oct 2018), and the addenda listed below applies to this acquisition. ADDENDA TO FAR 52.212-4: Text in paragraph (c) is deleted and replaced with the following: (c)� Changes.� Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b)). III. ADDITIONAL PROVISIONS AND CLAUSES. The contracting officer has determined the provisions and clauses listed in attachment #1 to be necessary for this acquisition.� The full text of each provision and clause can be viewed at https://www.acquisition.gov/browse/index/far (FAR), https://www.acquisition.gov/dfars (DFARS), and https://www.acquisition.gov/affars (AFFARS). IV. ATTACHMENTS TO THIS SOLICITATION 1.�Provisions and Clauses 2.�Electric Box H1 3.�Electric Box H1 Capacity 4.�Electric Box L1 5.�Electric Box L1 Capacity 6.�Equipment Area 7.�Existing Control Panel 8.�Existing Equipment in Equipment Area 9.�Existing Equipment in Equipment Area 2 10.�Existing Equipment in Equipment Area 3 11.�Existing Equipment with Water and Air Lines 12.�Existing Under Body Wash with Trigger 13.�Existing Wash 14.�Existing Wash with Connections 15.�Existing Water Connections 16.�Existing Water connections 2 17.�Existing Water Connections in Equipment Area 18.�Soap Storage Tank 19.�Wash Tunnel
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/88f4d250665941aeb8c9f3c52d6427cb/view)
 
Place of Performance
Address: USAF Academy, CO 80840, USA
Zip Code: 80840
Country: USA
 
Record
SN05543269-F 20200126/200124230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.