Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 1,2000 PSA#2612

72 FURNISH, REMOVE AND INSTALL REFRIGERATORS, RANGES AND DISHWASHERS AT FORT MEADE MD Supply, remove and install refrigerators, dishwashers and ranges at Fort Meade, Maryland Family Housing, due 14 June 2000, POC Vicki J. Walker, Contract Specialist, (703)806-4466, e-mail Vicki_J_Walker@belvoir.army.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; proposals are being requested and a written solicitation will not be issued. This procurement is 100% set aside for small business. Solicitation Number DADW35-00-T-0170 applies and is used as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-17. The Standard Industrial Code is 5722 and the business size standard is $6.5M. The Directorate of Public Works at Fort George G. Meade, MD has a need for a contractor to furnish, remove and install refrigerators, ranges and dishwashers to family housing quarters at Fort Meade, MD. Any supplies and services to be furnished under this contract shall be ordered by issuance of a delivery order or call order. Payment shall be made by submittal of an invoice to the address cited on the SF1449 at block 18a. Contractor shall furnish all labor, supplies, material and transportation for the installations and removals. This requirement is for a fixed price requirements contract with a base year and one option year if exercised. Base year is from 1 July 00 through 30 June 01 with seven Line Items: Item 0001, Furnish, removal and installation charge for Refrigerator, 18CF, Frigidaire, model MRT18DNGW or equal, est qty 250 each; Item 0002, Furnish, removal and installation charge for Refrigerator 19CF, Magic Chef, model CTB1921ARW or equal, est qty 100 each; Item 0003, Furnish, removal and installation charge for Refrigerator 18CF with ice maker, Frigidaire, model MRT18FNGW or equal, est qty 25 each; Item 0004, Furnish, removal and installation charge for Range, gas, 30 inch, Frigidaire, model MGF324BGW or equal, est qty 350 each; Item 0005, Furnish, removal and installation charge for Range, Electric, 30 inch, Frigidaire, model MEF352BEW or equal, est qty 15 each; Item 0006, Furnish, removal and installation charge for Range, electric, 40 inch, Frigidaire, model MEF402WFW or equal, est qty 5 each; Item 0007, Furnish, removal and installation charge for Dishwasher, Frigidaire, model MGD125RG or equal, est qty 125 each. First Option Year from 1 July 01 through 30 June 02, Item 0008, Furnish, removal and installation charge for Refrigerator 18 CF, Frigidaire, model MRT18DNGW or equal, est qty 250 each; Item 0009, Furnish, removal and installation charge for Refrigerator 19CF, Magic Chef, model CTB1921ARW or equal, est qty 100 each; Item 0010, Furnish, removal and installation charge for Refrigerator 18CF with ice maker, Frigidaire, model MRT18FNGW or equal, est qty 25 each; Item 0011, Furnish, removal and installation charge for Range, gas 30 inch, Frigidaire, model MGF324BGW or equal, est qty 350 each; Item 0012, Furnish, removal and installation charge for Range, electric 30 inch, Frigidaire, model MEF352BEW or equal, est qty 15 each; Item 0013, Furnish, removal and installation charge for Range, electric 40 inch, Frigidaire, model MEF402WFW or equal, est qty 5 each; Item 0014, Furnish, removal and installation charge for Dishwasher, Frigidaire model MDG125RG or equal, est qty 125 each. Contractor furnished items: The contractor shall furnish all resources and materials required to fulfill the contract. Contractor shall possess those licenses or certifications required by the State of Maryland for installation of electrical or gas appliances and provide proof of same when proposal is submitted. Contractor shall also be bonded. Specific tasks: The contractor shall deliver and completely install new refrigerators, ranges and dishwashers to family housing quarters on Fort George G. Meade, Maryland. The contractor shall deliver appliances as specified in a delivery order. Substitutes must be authorized by the Government and are accepted if they meet all salient characteristics of the specified line item. The Government will designate disposal. The contractor shall detach and remove the existing appliances. The contractor shall dispose of appliances off Fort Meade property and in compliance with the Maryland Department of Environment (for example, freon from refrigerators must be recaptured). Signed documentation for the removal of existing appliances shall be provided to the DPW Property Book Officer no later than one workday after removal. The contractor will deliver those appliances designated by the Government for repair, to building 300 Ernie Pyle, Building 2275 or Building 2271 Rock Avenue between the hours of 8:00 am and 3:30 pm, Monday through Friday. Signed documentation shall state the manfacturer, model, serial number and quarters from which removed and provided to the DPW Property Book Officer no later than one workday after delivery to specified repair facility. The contractor shall contact the family housing occupants to arrange a date and time of appliance delivery. Contractor will be provided with address, occupant's name and phone numbers. The contractor will hold this information in strict confidence. The contractor shall uncrate all appliances and dispose of packing materials off Fort Meade property. The contractor shall install new flexiduct gas connections and perform a complete leak test for each gas range installed. The contractor shall adjust the refrigerator door for a left or right swing as appropriate for each set of quarters. The contractor shall make adjustments required to install a new dishwasher. This may require the changing of electrical lines or sweating of pipe. Each new appliance shall be completely installed and ready for use before the contractor leaves the quarters. The government will not provide on-post storage space or office facilities for the contractor. The contractor shall provide documentation for each appliance delivered as follows: A delivery ticket signed by the housing occupant, warranty manuals and repair parts/schematic list to the DPW Property Book Officer located in Building 2206, not later than one workday after action. Operator/users manual will be left with the housing occupant at the time of delivery. The contractor is responsible for any damages caused by contractor employees making delivery on government property. The government's contracting officer (KO) will appoint authorized callers in writing. The KO will submit a copy of such appointments to the Contractor. THe government will place approximately 10% of call orders by telephone and follow-up with facsimile confirmation. The contractor shall furnish to the KO, one calendar day after the contract award date, telephone number in which oral call orders will be placed. The contractor shall be on call Monday thru Friday, excluding Federal Holidays, between 7:30 am and 4:00 pm to take orders and answer questions with respect to supplies, deliveries and installation. The government will not be limited to the number of calls made or call orders place. The authorized caller will give the delivery times to the orders and provide such to the contractor at the time of the call. The government will provide the contractor with sufficient information to determine the exact appliance to supply. When specified in the order, the contractor shall telephonically notify the authorized caller prior to a delivery and state the approximate time the order will arrive. The government will specify either an emergency or routine order. For emergency orders, the government will specify the delivery time. The contractor shall not exceed the delivery time. Ten percent (approximately 80 per year) of the government's orders will be if different from above, and telephone number. Offeror may provide information on problems encountered on the contracts and subcontracts and corrective actions emergency orders and ninety percent will be routine. Delivery. The contractor shall make deliveries to Fort Meade five days a week if required. The contractor shall make deliveries and installation according to the following schedule; Emergency Order, 2-48 hours of notification; Routine Order, not to exceed 7 calendar days. The delivery time starts at the time an authorized caller initiates a call. The contractor shall contact the authorized caller with the delivery time for item requested. The contractor shall acknowledge receipt of any written orders within three days after receipt there of and provide the authorized caller with the delivery time for item requested. The contractor shall exhaust every means necessary to obtain appliances. If the contractor cannot meet the specified delivery time, the government reserves the right to accept late delivery or withdraw the order or procure elsewhere. The contractor shall get the occupant to sign and date a receipt and provide the receipt to Supply Branch located in Building 2206, Ft Meade, MD. The receipt shall show the appliance delivered toinclude make, model, serial number, quarter's number and occupant's name. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies, Addendum to FAR 52.21-1, Instructions to Offerors-Commercial Items. Central Contractor (CCR). Prior to contract award, contractor shall be registered in the CCR database. Proposal Preparation. Proposal submitted in response to this requirement shall consist of two volumes, Volume I, Technical and Volume II, a cost proposal. Volume I, Technical Proposal. In this section the offeror shall demonstrate their understanding of the requirement. The government's assessment of the offeror's proposed approach will be based on: Factor 1, Experience of staff and knowledge of appliance removal and installation; Factor 2, Management; Factor 3, Past Performance. A list of contracts and subcontracts completed during the past three years and all contracts and subcontracts currently in process. Offerors that are newly formed without prior contracts should list current contractsand subcontracts. Include the following information for each contract and subcontract; name of contracting activity, contract number, contract type, total contract value, contract work, KO and telephone number, administrative contracting officer, taken to resolve those problems. Offerors should not provide general information on their performance on the identified contracts. General performance information will be obtained from the references. Offeror may describe any quality awards or certifications that indicate the offeror possesses a high quality process for providing the service required. Identify what segment of the company that received the award or certification. Describe when the award was bestowed. If the award or certification is over three years old, present evidence that the qualifications still apply. Each offeror will be evaluated on performance under existing and prior contracts for similar products or services. Volume II, Cost/Price proposals shall be analyzed but will not be numerically scored. Cost/price will be considered in determining which proposal offers the best value to the government; however, the primary basis for selection will be the technical factors. Offerors are required to complete and include a copy of the following provisions with their quotes; FAR 52.212-3, Offeror Representations and Certification-Commercial Items; Clause 52.212-4, Contract Terms and Conditions Commercial Items. The clause at 52.212-5, Contract Terms and Conditions Required to implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b); FAR 52.216-18, Ordering (OCT 1995), paragraph (a), "Such orders may be issued from date of award through 30 June 01." FAR 52.216-19, Delivery Order Limitations, paragraph (a) Minimum order "When the government requires supplies or services covered by this contract in an amount of less than 1, the government is not obligated..." and paragraph (b) "Maximum order. The contractor is not obligated to honor (1) Any order for a single item in excess of 110; (2) Any order for a combination of items in excess of 281; or (3) A series of orders from the same ordering office within 10 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) of this section. Paragraph (d), subparagraph (b), "unless that order (or) orders are returned to the ordering office within 10 days after issuance." FAR 52.216-21, Requirements (OCT 1995), paragraph (f), "Contractor shall not be required to make any deliveries under this contract after 30 June 01 or 30 June 02, if the option is exercised. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable to paragraph (a) DFARS 252.243-7002; FAR 52.217-8, Option to Extend Services; FAR 52.217-19, Option to Extend the Term of the Contract-Services; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, and FAR 52.228-5, Insurance Work on a Government Installation, apply. The Government intends to make a single award to the responsible bidder whose offer is the most advantageous to the Government considering prior experience, past performance and price. Provision 52.212-2, Evaluation Commercial Items applies with paragraph (a) completed as follows prior experience, past performance and price. Prior experience, and past performance, when combined are significantly more important than price. The competitive range will be limited for purposes of efficiency to the three most highly rated proposals. Sealed offers must be received no later than 2:00 pm EST, 14 June 2000. Quotes sent via the US Postal Service and handcarried bids shall be sent to USA Garrison Fort Belvoir, MDW Acquisition Center, Services Division, 9410 Jackson Loop, Suite 101, Fort Belvoir, VA 22060-5134. E-MAIL: Ms. Vicki Walker, Contract Specialist, Vicki_J_Walker@belvoir.army.mil. Posted 05/30/00 (W-SN459670).

Loren Data Corp. http://www.ld.com (SYN# 0563 20000601\SP-0004.MSC)


SP - Special Notices Index Page