Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2003 FBO #0618
SOLICITATION NOTICE

S -- Laundry Services for Yuma Proving Ground, Yuma, AZ 85365

Notice Date
8/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
DABK41-03-R-0128
 
Response Due
8/28/2003
 
Archive Date
10/27/2003
 
Point of Contact
Michael McDaniel, 928-328-6356
 
E-Mail Address
Email your questions to ACA, Yuma Proving Ground - DABK41
(Michael.McDaniel@yuma.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplemented with add itional information included in this notice. This announcement constitutes the only solicitation. Request for Proposals (RFP) are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clau ses are those in effect through Federal Acquisition Circular (FAC) 2001-14 dated (May 22, 2003) and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 edition, current to DCN 20030603. It is anticipated that payment will be made by Government VISA Credit Card. This acquisition is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) is 812331 with a size standard of $12 million in average sales over a 3-year period. The proposal shall consist of two Contr act Line Items (CLIN). CLIN 0001 Quantity 1, Unit of Issue: Lot, Description: Provide Laundry Services for U.S. Army Yuma Proving Ground Yuma, AZ, per the statement of work. Payment will be made for actual pounds laundered. CLIN 0002 Quantity 1, Unit of Is sue: Lot, Description: Provide Laundry Services, Surgical for U.S. Army Yuma Proving Ground Yuma, AZ, per the statement of work payment will be made for actual pounds laundered. There will be a total of 4 (four) option years. The base period of the contra ct will be from 1 October 2003 through 30 September 2004 (Fiscal Year 2004). First option period will be from 1 October 2004 through 30 September 2005 (Fiscal Year 2005). Second option period will be from 1 October 2005 through 30 September 2006 (Fiscal Ye ar 2006). Third option period will be from 1 October 2006 through 30 September 2007 (Fiscal Year 2007). Fourth option period will be from 1 October 2007 through 30 September 2008 (Fiscal Year 2008). The statement of work and performance requirement summary are located at the following website www.yuma.army.mil/contracting/rfp.html for review/printing. All proposals shall be clearly marked with RFP number DABK41-03-R-0128 and emailed to Michael.McDaniel@yuma.army.mil no later than 3:00 PM MST, 28 August 2003 . In addition all technical questions concerning this requirement must be emailed to Michael.McDaniel@yuma.army.mil on or before 25 August 2003. Provide cost per pound for each CLIN based on government estimate of pounds. Repeat this for each option year . Use Schedule B for submitting cost per pound based on government estimate. The format for Schedule B is located at the following website www.yuma.army.mil/contracting/rfp.html Government estimate is 61,400 lbs. for CLIN 0001 base period. CLIN 0002 is 60 0 lbs. Each option year for CLIN 001 will also be for 61,400 lbs. Each Option year for CLIN 0002 will also be for 600 lbs. Offers that fail to furnish required representations as required by FAR 52.212-1 cited below or reject the terms and conditions of t his solicitation may be excluded from consideration. The Government intends to award a contract to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government based on price and past performance. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1 Instruction to Offerors Commercial Items (Oct 2000), FAR provision 52.212-2 Evaluation Commercial Items (Jan 1999), FAR provision 52. 212-3 Offeror Representations and Certifications Commercial Items (July 2002) with Alternate I (April 2002), and DFARS 252.212-7000 Offerors Representations and Certifications - Commercial Items (Nov 1995). In order to complete the Offeror Representation and Certifications for the above referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/VFFAR1.HTM, locate the referenced cla use, copy and paste it to a Word document and complete. Links to the provisions are also located on our website at http://www.yuma.army.mil/contracting/rfq.html. The following clauses also apply to this acquisition: FAR clause 52.212-4, Contract Terms a nd Conditions Commercial Items (Feb 2002), and specifically addendum 52.247-34, FOB Destination (Nov 1991). FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (April 2003) applies to this acquisition and specifically, 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) with Alternate I (Oct 1995); 52.217-8 Option to Extend Services (Nov 1999); 52.217-9 Option to Extend the Term of the Contract (Mar 2000); 52.219-6 Not ice of Total Small Business Set-Aside (Jun 2003) with Alternate I (Oct 1995); 52.219-8 Utilization of Small Business Concerns (Oct 2000), 52.219-14 Limitations on Subcontracting (Dec 1996) 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-2 6 Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Rep orts on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Sep 2002); 52-223-9 Estimate of Percentage of Recov ered Material Content for EPA-Designated Products (Aug 2000); 52.232-18 Availability of Funds (Apr 1984), 52-232-19 Availability of Funds for the Next Fiscal Year (Apr 1984), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (M ay 1999); 52.232-34 Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999); 52.232-36, Payment by Third Party (May 1999). DFARS clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executi ve Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2003) applies to this Acquisition, and specifically 252.225-7001 Buy American Act-Trade Agreements-Balance of Payments Program (Apr 2003) (41 U.S.C. 10a-10d, E.O. 10582) and 252.232-7003 Electronic Submission of Payment Requests (Mar 2003) (10 U.S. C. 2227). 252.201-7000 Contracting Officer??????s Representative (Dec 1991), 252.237-7015, Loss or Damage (Weight of Articles) (Dec 1991), 252.237-7016 Delivery Tickets with Alternate I (Dec 1 991), 252.237-7018 Special Definitions of Government Property (Dec 1991), FAR clause 52.212-2 Evaluation-Commercial Items (Jan 1999) applies to this acquisition. Paragraph a. of this provision is completed as follows: If you plan on participating in this acquisition you are required to provide your name, address, phone number and e-mail address to Michael McDaniel via e-mail to Michael.McDaniel@yuma.army.mil or facsimile (928) 328 6849 to the address provided herein for notification of amendments. Your pro posal must indicate whether you will accept payment by VISA. See Note 1.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00395079-W 20030809/030807213737 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.