Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2013 FBO #4124
MODIFICATION

S -- Laundry & Dry Cleaning Services - Solicitation 1

Notice Date
3/8/2013
 
Notice Type
Modification/Amendment
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-13-Q-0008
 
Archive Date
4/6/2013
 
Point of Contact
SrA Nicole P. Overhiser, Phone: 229-257-4716, Nektarios George Capilos, Phone: 229-257-4917
 
E-Mail Address
nicole.overhiser@moody.af.mil, nektarios.capilos@moody.af.mil
(nicole.overhiser@moody.af.mil, nektarios.capilos@moody.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachement 4 - Wage Determination Attachement 3 - Moody Instructions Attachement 2 - Performance Work Statement Attachment 1 - Pricing Schedule This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Subpart 12.603, 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. The solicitation number for this procurement is FA4830-13-Q-0008 and is issued as a Request for Quotation (RFQ). The Government intends to award a Firm Fixed Price (FFP) contract with a base period and four option years. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-65, Defense Acquisition Circular (DAC) 91-13 (Correction) and Air Force Acquisition Circular (AFAC) 2012-1107. The North American Industry Classification System (NAICS) is 812320. The small business size standard is $5MIL. This acquisition will be set aside 100% for small businesses in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b). Description: The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services non-personal necessary to perform laundry and dry cleaning services. See Attachment 2 - Performance Work Statement for full description of requirements Quotations must be submitted on the attached Pricing Schedule for the following CLINs: See Attachement 1 - Pricing Schedule for Contract Line Items Note: Wage Determination 2005-2131 Revision No. 13 dated 13 June 2012 applies (attachment 4). FOB Point: Destination (Moody AFB, GA.) Provision at FAR 52.212-1, Instruction to Quoters Commercial Items applies to this acquisition. Request for Quotations (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF QUOTES; NAME, ADDRESS; TELEPHONE NUMBER OF QUOTER; TERMS OF THE EXPRESS WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Contractors shall insert unit prices in the attached pricing schedule and sign below indicating prices to be used. By signing, the quoter agrees with all terms, conditions, and provisions included in this combined synopsis and solicitation unless otherwise specified in the quote. Quotes shall also contain all other documentation specified herein. An official having the authority to contractually bind your company must sign and date the Price Schedule in accordance with FAR 4.102. PERIOD OF ACCEPTANCE OF QUOTES: The quoter agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation. LATE QUOTES: Request for Quotations or modification of quotes received at the address specified for the receipt of quotes after the exact time specified for receipt of quotes WILL NOT be considered. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract resulting from this solicitation to the responsible quoter whose offer conforming to the solicitation is determined to be most advantageous to the Government. QUOTER MUST BE SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTERED. Information concerning SAM requirements may be viewed via the internet at http://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. Online representation and certification application (ORCA) must be activated. ORCA registration for on line representations and certification requirements may be viewed via the internet at www.bpn.gov. QUOTERS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet at http://www.acquisition.gov. Quoters that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.204-13, Central Contractor Registration Maintenance; FAR 52.209-7, Information Regarding Responsibility Matters; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-3, Hazardous Material Identification and Material Safety Data; FAR 52.223-5, Polluting Prevention and Right-to-Know Information; FAR 52.223-6, Drug-Free Workplace; FAR 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts; FAR 52.223-19, Compliance with Environment Management Systems; FAR 52.227-1, Authorization and Consent; FAR 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement; FAR 52.228-5, Insurance-Work on a Government Installation; FAR 52.232-11, Extras; FAR 52.232-19, Availability of Funds For The Next Fiscal Year; FAR 52.233-2, Service of Protest; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.237-3, Continuity of Services; FAR 52.242-13, Bankruptcy; FAR 52.242-17, Government Delay of Work; FAR 52.244-5, Competition in Subcontracting; FAR 52.244-6, Subcontracts for Commercial Items; FAR 52.245-1, Government Property; FAR 52.245-9, Use and Changes; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated By Reference; FAR 52.252-3, Alterations In Solicitation; FAR 52.253-1, Computer Generated Forms; DFARS 252.201-7000, Contracting Officer's Representative; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7008, Export Controlled Items; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.209-7002, Disclosure of Ownership or Control By a Foreign Government; DFARS 252.209-7004, Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.211-7007, Reporting of Government-Furnished Equipment in the DOD Item Unique Identification (IUID) Registry; 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; DFARS 252.223-7001, Hazard Warning Labels; DFARS 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; DFARS 252.232-7007, Limitation of Government's Obligation; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.237-7023, Continuation of Essential Contractor Services; DFARS 252.237-7024, Notice of Contination of Essential Contractor Services; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7022, Representation of Extent of Transportation of Supplies by Sea; AFFARS 5352.201-9101, Ombudsman; AFFARS 5352.223-9001, Health and Safety On Government Installations. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 23 CONTRACTING SQUADRON (LGCB) LOCATED AT 8227 KNIGHT'S WAY, BLDG 706, MOODY AFB GA 31699 NO LATER THAN 1:00 P.M. EASTERN TIME on 22 MARCH 2013. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE. E-MAIL QUOTES, SENT TO BOTH LISTED POINTS OF CONTACT WILL BE ACCEPTED AND ARE ENCOURAGED; HOWEVER, NO FACSIMILE QUOTES WILL BE ACCEPTED. Primary Point of Contact: SrA Nicole Overhiser, Email: nicole.overhiser@moody.af.mil, Phone: 229-257-4716 or A1C Nektarios Capilos, Email: nektarios.capilos@moody.af.mil, Phone: 229-257-4917 ATTACHMENTS: Attachment 1 - Pricing Schedule Attachment 2 - Performance Work Statement (PWS) Attachment 3 - Moody Instructions Attachment 4 - Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-13-Q-0008/listing.html)
 
Place of Performance
Address: Moody AFB, Moody AFB, Georgia, 31699, United States
Zip Code: 31699
 
Record
SN03007842-W 20130310/130308234731-621b4bfbb90df70f5cf7e2c20eee1650 (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.