Google Groups no longer supports new Usenet posts or subscriptions. Historical content remains viewable.
Dismiss

CBD<W> WASHER AND DRYER SUPPLY, FORT SILL, OK

0 views
Skip to first unread message

Commerce Business Daily

unread,
Jun 13, 2000, 3:00:00 AM6/13/00
to
From Commerce Business Daily, June 14, 2000 PSA-2621

WASHER AND DRYER SUPPLY, FORT SILL, OK

Category : <W> (Lease or Rental of Equipment)
Address : Directorate of Contracting, Contract Support Team, Attn: ATZR-QD,
PO Box 33501, Bldg 1950, Fort Sill OK 73503-0501
Sol. no. : DABT39-00-T
Contact : Laurie Wheeler, (580) 442-3225/4315 E-MAIL: Click here to contact
the Contract Specialist via, whee...@sill.army.mil.
Due : 13 Jul, 2000

SOL DABT39-00-T -- 0115 DUE 071300 POC Laurie Wheeler, (580)
442-3225/4315 E-MAIL: Click here to contact the Contract Specialist via,
whee...@sill.army.mil. This is a combined synopsis/solicitation for
commercial items prepared in accordance with (IAW) FAR 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
solicitation, number DABT39-00-T-0115, is issued as a Request for
Quotation (RFQ). This procurement is being made under the test procedures
in FAR Subpart 13.5, Test Program for Certain Commercial Items. The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-17. This acquisition is
100% set-aside for small business. The SIC Code is 7359. Size standard is
$5 million. The Government will process payment for supplies furnished
under this contract through the Government-wide Commercial Purchase Card
(IMPAC). The Contractor shall maintain the capability to accept the
Government IMPAC Credit Card during the life of this contract. Within 3
working days after the beginning of each month, the Contractor shall
submit to the Contracting Officer an invoice for supplies provided during
the preceding month IAW FAR Clause 52.212-4, paragraph (g). The
Contractor shall furnish labor, tools, supplies, and equipment necessary
to provide complete WASHER AND DRYER SUPPLY at Fort Sill, Oklahoma, IAW
the terms and conditions of this contract and standard commercial
practices. Laundry equipment shall be installed in the areas identified
in Attachment 1. The Contractor shall provide a Project Manager who shall
be responsible for the overall management, performance of work, and
coordination of this contract. The Contractor shall designate an
alternate to act for the Project Manager during absences. The Contractor
shall provide the names and local telephone numbers of the Project
Manager and Alternate to the Contracting Officer 10 calendar days prior
to contract start date. The Contractor shall provide notice to the
Contracting Officer, in writing, 24 hours inadvance of any change of
Project Manager or Alternate. The Project Manager or Alternate shall
return calls from the Contracting Officer within 30 minutes during normal
operating hours (7:30a.m. to 4:00p.m.). During non-operating hours (after
4:00 p.m. weekends and holidays) the Project Manager or Alternate shall
return calls from the Contracting Officer within two (2) hours after
receipt of call. The Contractor shall provide personnel that are
technically qualified to accomplish work specified in this contract.
Contractor personnel shall wear contractor furnished name badges while
working under this contract. Badges shall contain, as a minimum, the
employee's name and the Contractor's trade name. Work requirements of
this contract shall be accomplished during the period 7:30 a.m. through
4:00 p.m., Monday through Friday, excluding legal public holidays, unless
otherwise directed by the Contracting Officer. Legal Public Holidays are
New Year's Day, Martin Luther King Jr.'s Birthday, President's Day,
Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day,
Thanksgiving Day, and Christmas Day. The Contractor shall provide a local
telephone number that is answered 24 hours a day, seven days a week, and
a local address where the Contractor can be notified or contacted for
service calls or emergency work. Electronic answering devices, beepers or
pagers will suffice for this requirement. The Contractor shall place a
vinyl-coated sticker on each piece of laundry equipment with the
Contractor's trade name and telephone number for repair calls. Each
sticker shall be conspicuously located on laundry equipment and replaced
when it is no longer legible. The Contractor shall submit a sample of
the intended sticker to the Contracting Officer for approval within 15
calendar days prior to contract start date. Within 10 calendar days after
award of the contract, the Contractor shall submit to the Contracting
Officer, for approval, a transition plan for the installation of his
equipment that will allow for an orderlyturnover of the contract to
ensure continuous service. Schedule shall indicate the dates equipment
will be installed by building numbers. Equipment that is required by the
Contractor shall be installed and operational no later than 45 calendar
days after contract start date. The Government will not be liable for
loss or damage to the Contractor's supplies, material, and equipment, or
to the personal belongings of the Contractor's employees. The Contractor
may pursue reimbursement for intentional damage (other than fair wear and
tear) to his equipment from the responsible individual. The Contractor
shall provide washers, dryers, repair parts, tools and equipment
necessary to perform the requirements as specified in this contract, to
include furnishing any necessary adapters and hoses, to install washers
and dryers to existing electrical outlets, gas pipes, drains, and vents
in compliance with the manufacturer's specifications. Equipment installed
under this contract shall not be more than three years old. Also,
equipment installed or replaced during the course of this contract shall
be equipment of the same make, year, and model of equipment that was
initially installed or newer. The Contracting Officer will require proof
of equipment age prior to the installation of the equipment. Laundry
equipment furnished by the Contractor for use in this contract shall
operate free and without charge to the operator. Laundry equipment that
is furnished by the Contractor shall be all white in color. The
Contractor shall furnish 16 lb. minimum capacity washers that utilize no
more than 40 gallons of water per cycle. The washer shall be equipped
with a minimum of a one position water level and a minimum of a three
position water temperature control (hot, warm, and cold). The washer
shall be equipped with a lid switch and a brake to stop the spin action
when the lid is opened. Washers shall have standard hot and cold water
connections and be capable of operating on 115 volts, 20 amp. circuit
without overloading the electrical circuit under normal operations. The
Contractor shall furnish dryers that are equipped with a minimum 30
minute timer for selection of drying time, and be equipped with a safety
switch that stops the dryer's operation when the door is opened. Each
dryer shall have three heat settings (normal, permanent press, and
delicate) and be thermostatically controlled in the permanent press cycle
so as not to exceed 130 degrees Fahrenheit within the tumbler chamber at
any time during the drying cycle. All dryers shall be vented to the
outdoors with a minimum 4-inch diameter vent. All gas dryers shall be
equipped with an automatic electric pilot ignition. The Contractor shall
furnish the types of dryers listed in the bid schedule. The Contractor
shall provide labor, tools, and equipment, to include furnishing the
necessary adapters, hoses, vents, and clamps for the installation of
washers and dryers. The Contractor shall not use flexible connectors on
the gas line connections. Connections shall be IAW with manufacturer's
specifications. Operating instructions for equipment shall be posted on
or adjacent to each piece of equipment. The Contractor shall remove
laundry equipment within forty-five (45) calendar days after the end of
this contract. The removal of existing equipment shall be coordinated
with the installation of equipment under the new contract such that no
location will be without service more than 48 hours. Respective
Contractors shall invoice for only those days their equipment was
actually in operation. Equipment not removed by the Contractor within
forty-five (45) calendar days after the termination or completion of this
contract may be removed by the Government and stored. The Contractor
shall be liable for any expense incurred by the Government, to include
all labor and storage fees. The unit price stated in the bid schedule
shall include all cost associated with maintenance, repair and
replacement hereunder. The Contractor shall place an identifying number
or number/letter (minimum of 2" in height) on the front of each washer
and dryer prior to installation of the equipment. At any time during the
life of this contract, the Contracting Officer may at his/her discretion
issue a written notice to the Contractor for installation and/or removal
of equipment based on the needs of the Government. This shall include
the moving of equipment from one building to another at no additional
cost to the Government (estimated to occur ten times per year). Equipment
shall be installed, removed, or relocated by the Contractor within two
working days after notification from the Contracting Officer. The
quantities that are listed in the bid schedule are estimated and may vary
+/-15% during the contract period. When equipment is installed, payment
starts the day after installation. When equipment is removed, payment
stops the day after removal. During renovations and/or repairs of
buildings that will not exceed thirty (30) calendar days, the Contractor
shall remove the equipment at the request of the Contracting Officer and
payment will continue for this period. During renovations and/or repairs
that will exceed thirty (30) calendar days, payment will stop effective
the day after removal and payment will start effective the day after
equipment is reinstalled. Upon completion of equipment repair,
installation, or removal, all repair parts, tools and other debris shall
be removed. Soiled spots, grease and/or oil stains on adjacent surfaces
shall be removed and the entire site cleaned within eight working hours
following completion of repair, installation or removal of equipment.
All nuts, bolts, screws, and/or fasteners shall be properly installed and
not extrude from any part of the exterior surface of the laundry
equipment. Lid/door bumpers, gaskets, seals, hinges, and handles shall be
in place and properly tightened to manufacturer's specification. The
Contractor shall repair all water leaks, natural gas leaks, and exhaust
vent leaks on the Contractor's laundry equipment within one hour of
discovery or within one hour of notification that a leak exists, unless
otherwise directed by the Contracting Officer. The Contractor shall
notify the Government by telephone within 30 minutes after discovery of
any water or natural gas leaks concerning the Government-furnished
utilities associated with the laundry equipment. Equipment that is not
working shall be repaired or replaced by the Contractor within 24 hours
after it becomes inoperable. The Contractor shall remove built-up lint
from the dryer exhaust vents a minimum of one time annually with at least
a six-month interval between cleanings per machine, or as directed by the
Contracting Officer. The entire length of the exhaust vent shall be
cleaned on the inside; starting at the dryer connection and continuing to
the outside air vent. The Contractor shall provide a cleaning schedule to
the Contracting Officer for approval within thirty calendar days after
contract start date. BID SCHEDULE: CONTRACT LINE ITEM (CLIN) 0001, BASE
CONTRACT PERIOD: (1 October 2000, or date of contract award, whichever is
later, through 30 September 2001): CLIN 0001AA: 16 lb. Washers, 662 each
x $ ___(unit price each) = $___(price per mo) x 12 months (mo) =
$___(price per year); CLIN 0001AB, 16 lb. Gas Dryers, 233 each x $___ =
$___ x 12 mo = $___; CLIN 0001AC: 16 lb. Electric Dryers, 261 Each x $___
= $___ x 12 mo = $___; CLIN 0001AD: 16 lb. Gas Dryer Stacking (Set), 47
Sets x $___ = $___ x 12 mo = $___; CLIN 0001AE: 16 lb. Electric Dryer
Stacking (Set), 36 Sets x $___= $___ x 12 mo = $___; TOTAL ESTIMATED
AMOUNT, BASE CONTRACT PERIOD, CLINS 0001AA THRU 0001AE = $___. CLIN 0002,
OPTION PERIOD ONE (1 October 2001 through 30 September 2002): CLIN
0002AA: 16 lb. Washers, 662 each x $ ___ = $___ x 12 mo = $___; CLIN
0002AB, 16 lb. Gas Dryers, 233 each x $___ = $___ x 12 mo = $___; CLIN
0002AC: 16 lb. Electric Dryers, 261 Each x $___ = $___ x 12 mo = $___;
CLIN 0002AD: 16 lb. Gas Dryer Stacking (Set), 47 Sets x $___ = $___ x 12
mo = $___; CLIN 0002AE: 16 lb. Electric Dryer Stacking (Set), 36 Sets x
$___= $___ x 12 mo = $___; TOTAL ESTIMATED AMOUNT, OPTION PERIOD ONE,
CLINS 0002AA THRU 0002AE = $___. CLIN 0003, OPTION PERIOD TWO (1 October
2002 through 30 September 2003): CLIN 0003AA: 16 lb. Washers, 662 each
x $ ___ = $___ x 12 mo = $___; CLIN 0003AB, 16 lb. Gas Dryers, 233 each
x $___ = $___ x 12 mo = $___; CLIN 0003AC: 16 lb. Electric Dryers, 261
Each x $___ = $___ x 12 mo = $___; CLIN 0003AD: 16 lb. Gas Dryer Stacking
(Set), 47 Sets x $___ = $___ x 12 mo = $___; CLIN 0003AE: 16 lb. Electric
Dryer Stacking (Set), 36 Sets x $___= $___ x 12 mo = $___; TOTAL
ESTIMATED AMOUNT, OPTION PERIOD ONE, CLINS 0003AA THRU 0003AE = $___.
TOTAL AMOUNT, BASE PERIOD THRU OPTION PERIOD TWO, CLINS 0001 THRU 0003AE:
$_____. FAR Provision 52.212-1 applies. Offerors must submit a price for
each line item. Facsimile or electronically submitted proposals are not
authorized. The Government will evaluate quotes in response to this
request and award a contract to the responsible offeror whose offer
conforming to this request, will be most advantageous tothe Government
considering price and other factors (e.g., past performance, delivery,
and/or quality). Award will be made based upon the best value to the
Government in accordance with procedures in FAR 13.106-2(b). The
Government does not intend to make multiple awards. Offerors shall
include a completed copy of the provision at FAR 52.212-3 with their
offer. FAR Clause 52.212-4, Contract Terms and Conditions Commercial
Items applies. The second sentence of paragraph (g)(8) is deleted. FAR
Clause 52.212-5 applies. The following FAR clauses/provisions cited in
the clause also apply: 52.203-6, Alt I, 52.219-8, 52.219-14, 52.222-21,
52.222-26, 52.222-35, 52.222-36, 52.222-37 and 52-232-36. Addendum to FAR
52.232-36, Payment by Third Party: add paragraph (g) The third party is:
US Bank, IMPAC Payment Services, PO Box 5347, Fargo, ND 58125-6347 and
paragraph (h), The purchase card to be used is: GSA Smart Pay Card
(IMPAC). FAR Clauses 52.204-6, 52.217-8, 52.219-6 and 52.225-13 apply.
FAR Clause 52.217-9 applies.The Government may extend the term of this
contract by written notice to the Contractor within 30 calendar days
after funds for the exercise of the option become available to the
Contracting Officer. FAR Provision 52.217-5 applies. Offers are due no
later than 4:00 p.m., 13 July 2000. To request a copy of Attachment 1,
please contact Laurie Wheeler by fax at (580)442-4621 or by e-mail at
whee...@sill.army.mil. Posted 06/12/00 (W-SN463756). (0164)

0 new messages