|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 9,1997 PSA#186215th Contracting Squadron, 90 G Street, Bldg 1201 Hickam, AFB, HI
96853-5230 36 -- PROVIDE/INSTALL AUTOMATIC CAR WASH SYSTEM, HICKAM AFB HI SOL
F64605-97-R0016 DUE 063097 POC Kyoung W. Lee, Contract Specialist,
(808) 449-6860, x602; Carol J. Allison, Contracting Officer, (808)
449-6860, x601 WEB: Click here to download a copy of the Representation
and Certification to be completed by the contractor.,
http://www.hickam.af.mil/cons. E-MAIL: Click here to contact the
contract specialist via e-mail, leekk@wpgate.hickam.af.mil. (I)
SCHEDULE: This is a combined synopsis/solicitation for commercial items
prepared in accordance with the format in subpart 12.6 of the Federal
Acquisition Regulation as supplemented with additional information
included in this notice. This announcement constitutes the only
solicitation. This solicitation is issued as a Request for Proposal
(RFP). Proposals are due on or before 30 Jun. 97, 10:00 a.m. HST.
Proposal envelope is required to be marked with RFP number and closing
date and time. This procurement is under Standard Industrial Code
3559. Interested offerors are encouraged to attend a site visit
scheduled for 16 Jun 97, 9:00 a.m. at the 15th Contracting Squadron,
Building 1201, Hickam AFB, Hawaii. Notify Kyoung Lee at (808) 449-6860,
ext 602 if you plan to attend. The building drawings for the proposed
carwash installation site will be provided during the site visit. (II)
STATEMENT OF AGENCY NEEDS: The contractor shall provide all parts,
labor, equipment, and materials to install drive-throughautomatic
carwash system at Hickam AFB, Hawaii. (a) Manufacture's Name: Fluid
Manufacturing (or equal). (b) Salient characteristics of item:
automatic brushless carwash, ACW-4 auto-cashier, wall hanging menu
sign, vertical air compressor, water heater, aerojet touchless vehicle
dryer with control panel, control box with motor starters for air
dryers, additional instruction signs, and training for one person (c)
Offerors shall specifically address each characteristic listed in
(II)(b). Annotations and descriptive literature shall be furnished with
proposal. Information provided shall be sufficiently detailed to
adequately evaluate the product. Failure to provide product information
by due date and time may render an offeror non-responsive. (d)
Installation will include assembling of all parts, hanging and
anchoring all the hardware for the automatic tunnel, installing guide
rails, placing equipment in the machinery room; hooking up lines
between automatic tunnel and pump module. The contractor is required to
provide the Government with the information necessary to construct the
underground work for the equipment installation, i.e., conduits from
auto-cashier into machinery room; conduits to inside of automatic bay
and hard plumb water lines to various pieces of equipment after
placement in machinery room. The government will furnish high voltage
hookup. Period of performance will begin approximately 90 days after
the contract award. This will be a firm fixed price contract. (III)
SUPPLIES/SERVICES: This synopsis/solicitation contains two line items
as follows: CLIN 0001, Provide in-bay automatic brushless carwash to
include: heavy gauge aluminum ceiling mount bay frame and heavy gauge
aluminum gantry system; shroud and trim package with lighted menu sign;
infra-red photo-cell for vehicle size detection; stainless steel cable
drive system; self lubricating synthetic bearings; aluminum treadle
plate; high pressure rocker panel/undercarriage assembly; stainless
steel chemical tank, with automatic chemical proportioners; compact
stainless pump module chassis; 25 HP 3-phase electric motor; Cat 3535
pump with quad belt pulley and stainless steel belt guard; programmable
controller for on-site flexibility; integrated self diagnostics;
foaming pre-soak system; UL listed electronic enclosure. Top-following
high pressure sprayer the front and back of each vehicle being washed.
One automatic cashier that activates machine and gives customer 4
choices of wash, has digital read-out instructions; accepts $1, $5,
$10, and $20 bills and gives change. One menu instruction sign
directing customer into automatic bay; tells customer when to enter,
stop, and when the automatic carwash starts, letting the customer know
what the equipment is doing, "washing," "waxing," "rinsing," etc., and
tells customer when to "exit." One air compressor, 5 HP, 230V 3-Phase,
two stage, with 80 gallon ASME tank complete with motor starter for
3-Phase application in machinery room next to car wash bay. One
electric water heater, 91 gallon with a rating of 199,999 BTU in
machinery room next to car wash bay. One compact Aerojet touchless
vehicle dryer with control panel stainless steel modular design with no
moving parts except motor and impeller, minimum 60 HP. No chance of
damage to any vehicle that is being washed. Control box with motor
starters and relays for air dryers installed in 1 control panel to be
installed in machinery room next to electrical breaker panel.
Additional instruction sign for the patrons at the entrance to the car
wash at the auto-cashier. CLIN 0002, Labor/nonpersonal services for
the installation of CLIN 0001 and provide hands-on training regarding
maintenance for one government employee. (IV) PROVISIONS AND CLAUSES:
The following FAR provisions are applicable to this solicitation:
52.212-1, Instruction to Offerors-Commercial; 52.212.2,
Evaluation-Commercial Items, for the purposes of this clause the
blank(s) are completed as follows, (a)(1) Technical/manning expertise,
(2) Past performance, and (3) price/cost; (b) Technical/manning
expertise and past performance are of equal importance and when
combined, these areas are more important than cost/price. No advantage
will accrue to an offeror who proposes to perform work for an
unrealistically low or high price; 52.212-4, Contract Terms and
Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items;
52.232-33, Mandatory Information for Electronic Funds Transfer
Payments. (V) Specifically, the following cited FAR clauses are
applicable to this solicitation; 52.203-6, Restrictions on
Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g
and 10 U.S.C. 2402); 52.203-10, Price or Fee Adjustment for Illegal or
Improper Activity (41 U.S.C. 423); 52.219-8, Utilization of Small
Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C.
(d)(4)); 52.219-9, Small, Small Disadvantaged and Women-Owned Small
Business Subcontracting Plan (15 U.S.C. (d)(4)); 52.219-14, Limitation
on Subcontracting (15 U.S.C. 637 (a)(14)); 52.222-26, Equal
Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special
Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36,
Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37,
Employment Reports on Special Disabled and Vietnam Era (38 U.S.C.
4212); 52.225-3, Buy American Act -- Supplies (41 U.S.C. 10). (VI) WAGE
DETERMINATION -- Pursuant to the Service Contract Act of 1965, As
Amended, Wage Determination No. 94-2153 (Rev. 8), Dated 02/25/1997 will
apply to this solicitation/contract for labor hours. (VII)
REPRESENTATIONS AND CERTIFICATIONS -- Offerors must include with their
offer a completed copy of the provisions at FAR 52.212-3, Offerors
Representation and Certification-Commercial Items. (VIII) BASIS OF
AWARD -- Award will be based on the best value to the government to
include all evaluation factors. Proposals must be submitted in writing
and must address all evaluation factors. Proposal must include
technical data (product specs, technician's resume, etc.) and past
performance on similar projects (preferably Defense Department
projects), including items, dollar amount, location, point of contact
for each project during the past 3 years. Address all proposals to the
15th Contracting Squadron, 90 G Street, Hickam AFB, Hawaii 96853-5230.
Award is anticipated by 31 July 1997. All responsible sources may
submit a proposal, which, if timely received will be considered by this
agency. (0156) Loren Data Corp. http://www.ld.com (SYN# 0229 19970609\36-0001.SOL)
36 - Special Industry Machinery Index Page
|
|