Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2010 FBO #3130
SOLICITATION NOTICE

84 -- Laundry Service - STATEMENT OF WORK

Notice Date
6/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2VVHC0131AK01
 
Archive Date
7/17/2010
 
Point of Contact
LaVerne L. Astroth, Phone: 8138284723
 
E-Mail Address
Laverne.Astroth@macdill.af.mil
(Laverne.Astroth@macdill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SUPPLY ITEM LIST STATEMENT OF WORK This is a combined synopsis/solicitation for a commercial product 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 is a Request For Quote (RFQ) and the solicitation number is F2VVHC0131AK01. This acquisition is 100% set aside for small businesses. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Laundry Supply Service as listed in the attachments named STATEMENT OF WORK AND LAUNDRY ITEM LIST. DESCRIPTION OF REQUIREMENT Please provide quote for Laundry Service as listed in attached Statement of Work and Laundry Item List. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform the laundry services. BASE YEAR AND 4 OPTION YEARS Quotes shall be submitted in the following format to include one (1) base year plus four (4) option years: CLIN 0001-Laundry Service per items listed on Statement of Work and Laundry Item List QUANTITY 1- Lump Sum - Base year 07 July 2010 - 06 July 2011 CLIN 1001 Laundry Service per items listed on Statement of Work and Laundry Item List QUANTITY 1- Lump Sum - Option year one 07 July 2011 - 6 July 2012 CLIN 2001 Laundry Service per items listed on Statement of Work and Laundry Item List QUANTITY 1- Lump Sum - Option year two 07 July 2012 - 6 July 2013 CLIN 3001 Laundry Service per items listed on Statement of Work and Laundry Item List QUANTITY 1- Lump Sum - Option year three 07 July 2013 - 6 July 2014 CLIN 4001 Laundry Service per items listed on Statement of Work and Laundry Item List QUANTITY 1- Lump Sum - Option year four 07 July 2014 - 6 July 2015 SEE ATTACHED STATEMENT OF WORK/ITEM LIST FOR FULL DETAILS OF SERVICES AND/OR SUPPLIES REQUIREMENT The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 effective 12 June 2008, DFAR DCN 20080721 and AFFAR AFAC 2008-0605. The North American Industry Classification System code (NAICS) is 812320. Drycleaning and Laundry Services (except Coin-Operated). A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. DELIVERY ADDRESS: The Laundry Service is to be procured on behalf United States Central Command (US CENTCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.217-5 Evaluation of Options, FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.225-13-Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.219-28, Small Business Representations, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. A copy of these provisions and clauses may be obtained from the above FAR web site address. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses applies to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control Of Government Personnel Work Product, 252.232-7010, Levies on Contract Payments, 252.243-7001 Pricing Of Contract Modifications The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests, 252.247-7024, Notification of Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause), 5352-242-9000, Access To Air Force Installations. 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years and 6 months. (End of clause) Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 02 July 2010 by 10:00 AM EST. Submit offers or any questions to the attention of LaVerne Astroth, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to laverne.astroth@macdill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VVHC0131AK01/listing.html)
 
Record
SN02182539-W 20100620/100618235212-7a57782385f8c8c3c2acc9d60d66b805 (fbodaily.com)
 
Source
FedBizOpps 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.