Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 4,2000 PSA#2593

Contracting and Purchasing Division, Post Office Box 5069, Marine Corps Recruit Depot/ERR, Parris Island, South Carolina 29905-5000

35 -- FLATWORK IRONER AND SEPARATING SYSTEM SOL M00263-00-T-9010 DUE 060100 POC SGT Clayton D. Hogue -- 843-228-3249 / Mrs. Linda Stroh -- 843-228-2151 E-MAIL: Linda L. Stroh, StrohLL@mcrdpi.usmc.mil. 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 quested and a written request for quotation will not be issued. (ii)Solicitation M00263-00-T-9010 is being issued as a Request For Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 97-17. (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- Flatwork Ironer, commercial, fully automatic, to include installation, all service and repair manuals. Quantity -- 1. Unit of Issue -- Each. 0001AA -- State unit price of line item 0001 without any exchange _____. 0001AB -- State unit price of line item 0001 with the following exchange property: One 1987 Flatwork Ironer, Chris Colmac Heated Roll Ironing System, Model #302198 Serial #090287FF166-3, presently in use but has been modified to a chain drive with no speed adjustments (runs at one speed)______. 0002 -- Flatwork Separating System, commercial, fully automatic, to include installation, all service and repair manuals. Quantity -- 1. Quantity -- 1. Unit of Issue -- Each. (vi) General specifications of required Flatwork Ironer: Flatwork Ironer shall be fully automatic and shall be capable of drying and ironing flatwork, including sheets, pillowcases, table linen, wraps, and other flat linen. The unit shall have two 32 inch diameter rolls. The rolls shall be a minimum of 118 inches in length. Shall be equipped with a microprocessor control with digital readout.The equipment shall be equipped with a self-diagnostics indicator to pinpoint and display problem areas. Shall be steamed heated. Shall be equipped with an insulated lift- off canopy to keep foreign objects from falling between the rolls. Metal framework with windows to allow for full view of padding and rolls at all times. Inner chest and side panels shall be insulated to keep exterior surface cool to touch. Shall have emergency stop button in accordance with industry standards. Shall be equipped with finger guards and rolls should be automatically raised in event of a power interruption. Shall be 460v Voltage. The minimum speed requirement shall be 30 -- 125 fpm, or an adjustment of 95 fpm or more. (vii) (a) General specifications of required Flatwork Separating System: Flatwork Separating System shall be fully automatic. The unit shall be capable of removing individual pieces from baskets or cakes of washed and extracted flatwork, and present the pieces directly to feeding /ironing equipment operators. The unit shall operate with flatwork straight from the washing cycle, without any preparation. This includes extracted, partially conditioned, and cakes' direct from a water extraction press. Unit shall operate in a fully automatic mode. The unit will pick as long as the is flatwork to be separated. Shall stop when the supply is substantially exhausted or there is no room on the discharge side. Audible / fisible alarm when feed source must be changed. Shall have electronic circuit boards that include LEDs for simple troubleshooting of electronic circuits. The unit shall have cart shuffler that moves loaded carts back and forth under the picking head mechanism. Shall have rear discharge chute. The unit shall have 24 volt controls, stop buttons, and pictorial safety labels for safety features. Shall not exceed a 34 sq. ft. (60" x 80"). The unit shall be tested and approved by a recognized testing agency and display proper labels. Shall be 480 voltage. The contractor shall supply all Training, Schematic and Diagnostic Manuals for both items at time of Delivery. (b)Installation: The contractor shall provide all materials, tools, equipment, and labornecessary to complete installation of the Flatwork Ironer and the Flatwork Separating System. Contractor personnel shall be available at the time of delivery to ensure that the 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. The Contractor shall coordinate dates and times with the Contracting Office at 843-228-3249. If an exchanged 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 not old equipment will be moved to a location at the Marine Corps Air Station Beaufort, SC as designated by the Government. (viii) Inspection and acceptance shall be preformed at the Maine Corps Recruit Depot, Parris Island, SC. Both items shall be delivered FOB destination, on or before 60 days from the date of award, Mon-Fri, 6:30 A.M. to 5:30 P.M. (ix) The following Federal Acquisition Regulations (FAR) provisions and clauses apply to this acquisition: Provisions 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 equipment: meets or exceeds minimum specifications; Efficiency rating (Offerors are encouraged to provide literature that represents the features of the equipment being offered). 2) Past performance (Offerors are encouraged to provide information relative to past performance with the quote). 3) Value based on price. Any economical advantage associated with offers provided a trade-in price will be utilized in evaluating the lowest quote. If the evaluation results show 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 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 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting; 52.222-21, Prohibition of segregated facilities; 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; 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; 52.232-36, Payment by Third Party; and 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels. The following Defense Federal Acquisitions Regulations Supplement (DFARS) clauses and provisions apply to this contract; Offerors shall include a completed copy provision 252.225-7035, Buy American Act-North American Free Trade Agreement Act-Balance of Payments Program Certificate, with a copy of its offer. The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statues Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. Clause 252.225-7036, North American Free Trade Agreement Implementation Act, is included by reference. (x) 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 a the Depot Laundry, bldg 158, Marine Corps Recruit Depot, Parris Island, SC. Offerors may inspect the property during the period 05 MAY 00 through 31 MAY 00, from 8:00 A.M. -- 4:00 P.M. Provision 52.214-31, Facsimile Bids is also included in this acquisition. The Government reserves the right to use the Government Purchase Card as a payment method upon delivery and acceptance of the supplies and services under this contract. When payment is made by the Government purchase card FAR Clause 52.232-33, Mandatory Information for Electronic Funds Transfer Payment is hereby deleted from FAR Clause 52.2124. (xi) Each Offeror shall review the clauses and provisions incorporated by reference in paragraphs (ix and x) above, and return a completed copy of the two required provisions with its quote. Copies of clauses and provisions may be provided upon request. (xii) The Defense Priorities and Allocation System (DPAS) assigned rating is DO C9E. (xiii) 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. (xiv) Submit quotes to Contacting 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, 01 JUNE 00. Offerors may also fax their quotes, to include completed provisions, to 843-228-2163. (xv) Point of contact is SGT Clayton D. Hogue at 843-228-3249. See Numbered Note 1. All responsible sources may submit an offer which will be considered.**** Posted 05/02/00 (W-SN450551). (0123)

Loren Data Corp. http://www.ld.com (SYN# 0196 20000504\35-0001.SOL)


35 - Service and Trade Equipment Index Page