Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2012 FBO #3872
SOLICITATION NOTICE

R -- Marine Drum & Bugle Corps - Dallas Dry Cleaning - Package #1

Notice Date
6/29/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps RCO - National Capital Region, 2010 Henderson Road, Quantico, Virginia, 22134-5045, United States
 
ZIP Code
22134-5045
 
Solicitation Number
M54900-12-SU-DRYC2
 
Archive Date
7/28/2012
 
Point of Contact
Frank G. Decker, Phone: 7034321086, Barry Van Orden, Phone: 7037841936
 
E-Mail Address
frank.decker@usmc.mil, barry.vanorden@usmc.mil
(frank.decker@usmc.mil, barry.vanorden@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
RFQ GENERAL INTENTION: The Marine Drum & Bugle Corps (D&B) has a requirement for provide dry cleaning and alterations services for Dress Blue & Scarlet Uniform Coats and Blue & White Uniform Trousers for the Drum & Bugle Corps. Minor repairs on coats and trousers may be required and will be requested as needed. The Government reserves the right to specify the delivery location at the time the order is placed. PROCUREMENT APPROACH: This is a Request for Quotation (RFQ) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This request for a submission of quotes/proposals does not constitute a contract or authorization to begin work. Nor does an offeror's submission of a proposal constitute a contract or authorize him/her to begin work. This RFQ is issued by Regional Contracting Office, Quantico, VA, 22134. Funded orders issued against this contract will specify the exact items and quantities to be delivered. This procurement is unrestricted pursuant to the Federal Acquisition Regulations and other statutory and regulatory requirements. The Small Business Administration has established size standards for this industry as follows: NAICS - 812320 Size Standard - $5.0 Million BASIS FOR AWARD: The basis for award is lowest priced technically acceptable (LPTA). To be technically acceptable, amounts for all items listed shall be in accordance with the description for each CLIN. Contractor shall provide the actual amount for each item quoted. PERIOD OF PERFORMANCE: The period of performance for this acquisition shall be for a base period not to exceed twelve (12) months and two (2) one-year option periods*, as follows: Base Period: 1 Aug 2012 - 31 July 2013 $ Opt Pd 1: 1 Aug 2012 - 31 July 2013 $ Opt Pd 2: 1 Aug 2012 - 31 July 2013 $ *Note: Start dates are projected. Actual start dates will be determined, based on contract award date. The following Option FAR Clauses: 52.217-5, 52.217-8 and 52.217-9 are included in this request. Options will be exercised solely at the Government's discretion and only after a determination has been made that exercising the option is in the best interest of the Government. All options will be evaluated prior to award. QUOTE SUBMISSION: All interested parties shall include, at a minimum, the following in the submitted quote: 1. Cost amounts for each CLIN; 2. Pricing, included in Schedule B of SF1449 and for ALL options; 3. Signed and dated SF1449. 4. Any other information/document quoter deems necessary.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/M54900-12-SU-DRYC2/listing.html)
 
Place of Performance
Address: Dallas, Texas, United States
 
Record
SN02790498-W 20120701/120629234850-07499c2b8ec7d8e513d50d1443701ad3 (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.