Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2012 FBO #3966
SOLICITATION NOTICE

S -- Shop Towel Program - RFQ

Notice Date
10/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 1324), Infrastructure Flight - Construction, 580 Goodfellow Street, Peterson AFB, Colorado, 80914-1648
 
ZIP Code
80914-1648
 
Solicitation Number
FA2517-12-T-5013
 
Archive Date
11/3/2012
 
Point of Contact
Troy D. Thomas, Phone: 719-556-7986, Susan C. Hoover, Phone: 719-556-7991
 
E-Mail Address
troy.thomas.11@us.af.mil, susan.hoover.1@us.af.mil
(troy.thomas.11@us.af.mil, susan.hoover.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
WAGE DETERMINATIONS UNDER THE SERVICE CONTRACT ACT PWS - Shop Towels RFQ Price Template RFQ i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. ii) This solicitation, FA2517-12-T-5013, Shop Towels is being issued as a Request for Quote (RFQ). iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. iv) This procurement is a small business set aside. The NAICS code is 812332, Industrial Launderers, with a size standard of $35.5 million. v) Prospective Contractor quotes shall utilize the below line item (CLIN) structure when preparing quotes: Basic Year: Line Item 0001 Description: Supply extra laundry and exchange services for soft, non-marring and non-lint producing, absorbent shop rags/towels at various locations on Peterson AFB, IAW all applicable industry standards, federal, state and local requirements in the PWS. Option Year Line Items are the same as listed above, but with a different number as follows: Option Year 1: Line Item 1001 Option Year 2: Line Item 2001 Option Year 3: Line Item 3001 Option Year 4: Line Item 4001 vi) Description of Requirement: The contractor shall provide all management, tools, supplies, equipment, and delivery, labor necessary to supply laundry and exchange red hemmed rags/towels and soft, non-marring and non-lint producing (white towels) absorbent shop rags/towels at various locations throughout Peterson AFB, Colorado. vii) Estimated contract period of performance is 1 Nov 2012 - 31 Oct 2017. Base + 4 Option Years. Services to be performed at PAFB, CO. viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Addenda to the provision follows: All interested parties must be registered and active in the System for Award Management (SAM) at www.sam.gov or Central Contractor Registration (CCR) Database (www.bpn.gov/ccr), as small business, under the NAICS code (812332) in order to be considered for this award. ix) Provision FAR 52.212-2(a) Evaluation - Commercial Items, applies to this acquisition. The Government intends to award a FFP purchase order to a responsible offeror who presents the best value to the Government, based on the lowest priced technically acceptable offer IAW the attached PWS and the following criteria: a. Technical characteristics: Contractor shall be responsible for obtaining the local municipal waste water treatment plant permit IAW the Colorado Department of Public Health and Environment (CDPH&E) Compliance Bulletin on Hazardous Waste, Contaminated Shop Rags/Towels and Reusable Absorbents. Contractor shall provide proof of such applicable permit upon request of the Air Force. b. Price: Prospective Offeror's quotes shall utilize the CLIN structure listed in the RFQ Price Template. The offeror's initial quote should contain the offeror's best terms; discounts-rebates and price. The RFQ Price Template will be used for price evaluation. The contract shall include all burden rates to include, at a minimum: service rate per hour, material rates (and any associated discounts), mileage charges, taxes, overhead, G&A, fees, travel, and freight. x) Provision FAR 52.212-3, Offeror Representations and Certification-Commercial Items, is applicable to this acquisition. All interested parties must be registered in System for Award Management (SAM) at www.sam.gov or On-line Representations and Certifications (ORCA) (www.bpn.gov/orca) at the time of quotes submittal. xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Item, applies. xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Sep 2009) (Deviation) applies. xiii) Other Clauses that pertain to this award are: a) FAR 52.204-99, System for Award Management Registration (Deviation) b) FAR 52.217-8, Option to Extend Services: For the purpose of this clause, the blanks are completed as follows: The Contracting Officer may exercise the option by written notice to the Contractor within 15 calendar days before the expiration date of the contract. c) FAR 52.217-9, Option to Extend the Term of the Contract: For the purpose of this clause, the blanks are completed as follows: (a) The Contracting Officer may exercise the term of this contract by written notice to the Contractor within 15 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension; and (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 year and 6 months. d) FAR 52.223-5 Pollution, Prevention and Right-to-Know Information e) Provision FAR 52.217-5, Evaluation of Options; f) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; DFARS 252.204-7006 Billing Instructions AFFARS (a) AFFARS 5352.201-9101, Ombudsman (as prescribed 5301.9103) as follows: If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, AFSPC/A7K, 150 Vandenberg Street, Peterson AFB CO 80914, (P) 719-554-5300, (F) 719-554-5299, A7K.wf@us.af.mil. Concerns, issues, disagreements, 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/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (b) AFFAR 5352.223-9001, Health and Safety on Government Installations (c) AFFAR 5352.242-9000, Contractor Access to Air Force Installations (d) Wide Area Work Flow (WAWF), Invoice Submittal Information xiv) This solicitation has no Defense Priorities and Allocations System (DPAS) assigned rating. xv) Site Visit: Site Visit is scheduled for 10 Oct 2012, 0900hrs MST. All will be escorted onto Peterson Air Force Base via a Government van. Contact (719) 556-7996 to schedule the site visit prior to the scheduled event. All individuals planning to attend the site visit need to pre-register by submitting on company letterhead the following: each individual's full name and a phone number to reach you if there are any changes to the location for the visit. Direct any questions to Susan Hoover at 719-556-7996. xvi) PROPOSAL DUE DATE: Proposals may be submitted via mail to 21 CONS/LGCAB, Attn: Susan Hoover, Building 1324, 580 Goodfellow St, Peterson AFB, CO 80914; or email susan.hoover.1@us.af.mil by Friday, 19 Oct 2012 at (noon) 12:01 pm MST. xvii) Questions regarding this RFQ may be directed, via telephone or email, to Susan Hoover at (719) 556-7996 or susan.hoover.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb1324/FA2517-12-T-5013/listing.html)
 
Place of Performance
Address: Peterson Air Force Base - Base Wide, Peterson AFB, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02905385-W 20121003/121001235033-b04945d6317854d8edd672e3af525fb0 (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.