Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 23, 2018 FBO #5964
SOLICITATION NOTICE

79 -- Individual Protective Equipment Laundry Service - STATEMENT OF WORK

Notice Date
3/21/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FA486118RB099
 
Archive Date
4/20/2018
 
Point of Contact
Eloisa C. Salvatera, Phone: 7026522295
 
E-Mail Address
eloisa.salvatera@us.af.mil
(eloisa.salvatera@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
TERMS AND CONDITIONS LIST OF EQUIPMENTS STATEMENT OF WORK This is a combined synopsis/solicitation for commercial items 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. SOLICITATION # LAUNDRY SERVICE CONTRACT (Individual Protective Equipment BPA) This combined synopsis/solicitation is issued as a Request for Quote. A Firm Fixed Price, Blanket Purchase Agreement (BPA) will be issued as a result of this combined synopsis solicitation. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 effective 06 Nov 2017. This requirement is being solicited as a 100% Small business set-aside. Price Evaluation Preference. NAICS: 812332 Below is the contract line item number(s), item description, quantities and units of measure. BID SCHEDULE CLIN 0001, Individual Protective Equipment List Item No. DESCRIPTION ESTIMATED QUANTITY UNIT PRICE EXTENDED PRICE Remarks/Descriptions 1 JSlist Suits 1 Each 1A Coats 1 Each Clean/Disinfect, Eliminate contaminates toxins. Chem suits, coats, folded and bagged. 1B Trousers 1 Each Clean/Disinfect, Eliminate contaminates toxins. Chem suits, trousers, folded and bagged. 1C Glove Inserts 1 Each Clean/Disinfect, Eliminate contaminates toxins. Chem suits, glove inserts, folded and bagged. 2 Kit Bags 1 Each Clean/Disinfect, Eliminate contaminates toxins. Kit bags 3 Modular Sleep Systems (Sleeping Bags) 1 Each Clean/Disinfect, Eliminate contaminates toxins. Four (4) piece sleeping bag sets. TOTAL PRICE 1 Each $ Delivery Schedule: Determined upon each BPA call Delivery Location: Nellis AFB and Creech AFB FOB Point: Destination The following clauses apply: FAR 52.212-1 - Instructions to Offerors applies to this acquisition Provision Addenda: All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the SAM database prior to contract award. Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at https://www.sam.gov to register. FAR 52.212-2 - Evaluation - Commercial Items: This requirement is five (5) years from establishment of the BPA(s) - with a Period of Performance (PoP) of five (5) years. The Government intends to establish one (1) BPA with an individual contractor. The BPA will be made with the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations. The best value is considered to be the lowest priced, technically acceptable proposal. This is an "all or none" requirement and will be awarded on one agreement. Multiple BPAs will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items: The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (s) of this provision. FAR 52.212-4 - Terms and Condition - Commercial applies to this acquisition FAR 52.212-5 (Deviation) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders FAR 52.252-2 -- Clauses Incorporated by Reference - This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ The following additional provisions or clauses are specific to this particular requirement: DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions AFFARS 5352.242-9000 - Contractor Access to Air Force Installations All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to eloisa.salvatera@us.af.mil no later than 05 April 2018, 1200 PM PST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA486118RB099/listing.html)
 
Place of Performance
Address: Nellis and Creech AFB, NV, Nellis AFB, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN04862485-W 20180323/180321231341-fcfcbeec4c19fb05e8206edf2724aa9d (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.