|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,1998 PSA#2052Contracting and Purchasing Division, P.O. Box 5069, Marine Corps
Recruit Depot/ERR, Parris Island, S.C. 29905-5000 35 -- COMMERCIAL LAUNDRY DRYER/TUMBLER SOL M00263-98-Q-0007 DUE 040398
POC Contact Barbara Coppinger, Contract Specialist, (803) 525-2190,
Linda Stroh, Contracting Officer, (803) 525-2151 (i)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 announcement constitutes the
only solicitation; quotes are being requested and a written request
for quotation will not be issued. (ii) Solicitation M00263-98-Q-0007 is
being issued as a Request For Quotation (RFQ). (iii) The solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-02. (iv) This acquisition is
restricted as a 100% small business set aside. The associated standard
industrial classification code (SIC) is 3582. (v) The following is a
list of contract line item numbers, item descriptions, quantities, and
units: 0001-Drying and conditioning tumbler, laundry, commercial, 400
pound dry weight, to include all service and repair manuals.
Quantity-1. Unit-Each. 0001AA-State unit price of line item 0001
without any exchange. 0001AB-Stateunit price of line item 0001 with the
following exchange property: One 1986 model SLS4 Challenge Cook
tumbler/dryer, 400 pound, one door, end loading style, steam heat,
serial number 794111. (vi) (a) General specifications of required
dryer: One door type with an opening not less than 48 inches in
diameter. End loading style with a tilting or lifting device for
loading and unloading. Reversible with minimum basket size of 123 cubic
feet. Steam heat with three 2-row high-performance finned steam coils
for 125 psi steam, with a steam consumption of 45 bhp or less. Steam
coil assembly shall have a protective covering. Machine shall be
equipped with a dry-type automatic lint removal and collection system.
The lint collector shall be a size which adequately accomodates the
dryer capacity, and contains a fire control function. Electrical shall
be 480 volts, 3 phase, 60 cycle. All wiring shall be connected to
existing buss duct with SO cord. Basket drive motor shall be a minimum
of 3 hp. Basket shall be constructedof at least 13-ga HRS with 13-ga
HRS ribs. The exhaust blower motor shall be at least 20 hp. All moving
parts, belts, and motor pulleys shall be effectively guarded. Controls
shall be 120 V. Motors shall have 3-phase magnetic starters with proper
overload protection. Machine shall be furnished with an integral
central control panel which contains, at a minimum: a microprocessor,
inlet temperature control, auto cool, start/stop button, open/close
control, tilting/lifting switch, rotation switch-one way or reversing,
and a 60-minute drying temperature control. Drying cycle time for a
full load with moisture retention of 50% shall not exceed 40 minutes,
including cool down cycle. Machine exterior shall be insulated. Machine
shall be mounted and installed according to industry standards with
venting through the ceiling. The vent shall be protected from birds and
other outside elements. Contractor shall prepare the opening in the
roof for the vent during installation. The roof opening around the vent
shall be finished so that the roof does not leak from rain. Steam
piping shall be electric resistance welded schedule 40 black steel pipe
conforming to ASTM A 106 or ASTM A 53 grade "b". Pipe used for bending
shall conform to ASTM A 53. Insulation shall be calcium silicate with
aluminum covering. (b) Installation: The contractor shall provide all
materials, tools, equipment, and labor necessary to complete
installation of the equipment. Contractor personnel shall be available
at the time of delivery to ensure that Contractor's equipment is off
loaded properly and delivered to the installation site within the
laundry building. Installation shall occur immediately following
delivery of the new equipment, and shall include a training
demonstration to laundry personnel on the new machine's operation.
Contractor shall coordinate installation dates and times with the
Contracting Office at 803-525-2190. If an exchange is offered, prior to
installation of the new equipment, the contractor shall remove the
equipment offered for exchange. The exchange equipment shall not be
removed before the new equipment is delivered, so that removal and
installation of the old and new equipment occurs simultaneously. The
exchange is contingent upon a successful offer for the new equipment.
If the exchange of equipment is advantageous to the Government, the
equipment will become the property of the contractor, and must be
removed from the Government site no later than the completion date of
the installation for the new equipment. If the equipment is not
exchanged, Contractor will remove the Government-owned machine, and
deliver it to another Government site to be specified by the Laundry
Manager. (vii) Inspection and acceptance shall be performed at Marine
Corps Recruit Depot, Parris Island, SC. The dryer shall be delivered
FOB destination, on or before 60 days from the date of award, Mon-Fri,
6:30 A.M. to 5:00 P.M. (viii) The following Federal Acquisition
Regulations(FAR) provisions and clauses apply to this acquisition:
Provision 52.212-1, Instructions to Offerors-Commercial; 52.212-2,
Evaluation-Commercial Items, to include the specific evaluation
criteria in paragraph (a): 1) Quality of the equipment: meets or
exceeds minimum specifications. 2) Past performance. 3) Value based on
price. Any economic advantage associated with offers providing a
trade-in price will be utilized in evaluating the lowest quote. If the
evaluation results show that the lowest quote does not include a price
for the trade-in equipment, the equipment shall remain the property of
the Government; Offerors shall include a completed copy of provision
52.212-3, Offeror Representations and Certifications-Commercial Items,
with a copy of its offer. The clause at 52.212-4, Contract Terms and
Conditions-Commercial Items, applies to this acquisition. The clause at
52.212-5, Contract Terms and Conditions Required To Implement Statutes
Or Executive Orders-Commercial Items, applies to this acquisition. The
following additional clauses cited in the clause by reference apply:
52.222-3, Convict Labor; 52.233-3, Protest After Award; 52.222-26,
Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled
and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped
Workers; 52.222-37, Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era. The following Defense Federal Acquisition
Regulations Supplement (DFARS) clauses and provisions apply to this
contract: The clause at 252.212-7001, Contract Terms and Conditions
Required To Implement Statutes Applicable to Defense Acquisitions of
Commercial Items, applies to this acquisition. Clause 252.225-7001, Buy
American Act-Balance of Payments Program is included in this contract
by reference. Offerors shall include a completed copy of provision
252.225-7000 Buy American Act-Balance of Payments Program Certificate
with a copy of its bid. (ix) Addendum 1, provision 252.217-7002,
Offering Property for Exchange, is included in this acquisition: (a)
The property described in item number 0001AB, is being offered in
accordance with the exchange provisions of Section 201(c) of the
Federal Property and Administrative Services Act of 1949, 63 Stat.
384(40 U.S.C. 481(c)). (b) The property is located at Depot Laundry,
bldg. 158, Marine Corps Recruit Depot, Parris Island, SC. Offerors may
inspect the property during the period 16 March 1998 through 30 March
1998, from 8:00 A.M. -- 3:00 P.M. Addendum 2, Provision 52.214-31,
Facimile Bids is also included in this acquisition. Addendum 3, The
Government reserves the right to utilize the Government (Visa) credit
card as a payment method upon delivery and acceptance of supplies and
service under this contract. (x) Each Offeror shall review the clauses
and provisions incorporated by reference in paragraphs (viii and ix)
above, and return a completed copy of the two required provisions with
its quote. Copies of clauses and provisions may be provided upon
request. (xi) The Defense Priorities and Allocation System (DPAS)
assigned rating is DO C9E. (xii) The Commerce Business Daily numbered
note that appears at the end of this solicitation notifies prospective
bidders that this request for quotation is limited to small business
organizations. (xiii) Submit quotes to Contract and Purchasing
Division, Attn Formal Contracts Branch, Bldg 159, Marine Corps Recruit
Depot, Parris Island, SC 29902. Offerors must submit their quotes to
reach destination by 3:00 P.M., Eastern Standard Time, 03 April 1998.
Offerors may also fax their quotes, to include completed provisions, to
803-525-2163. (xiv) Point of contact is Barbara Coppinger at
803-525-2190. All responsible sources may submit an offer which shall
be considered by the Agency. See Numbered Note 1 (0071) Loren Data Corp. http://www.ld.com (SYN# 0237 19980316\35-0001.SOL)
35 - Service and Trade Equipment Index Page
|
|