SOLICITATION NOTICE
S -- Missouri Statewide Shop Towel, Rug and Mop Exchange
- Notice Date
- 12/3/2021 1:07:23 PM
- Notice Type
- Solicitation
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- W7NJ USPFO ACTIVITY MO ARNG JEFFERSON CITY MO 65101-1200 USA
- ZIP Code
- 65101-1200
- Solicitation Number
- W912NS22Q2501
- Response Due
- 1/21/2022 11:00:00 AM
- Archive Date
- 02/05/2022
- Point of Contact
- Ethan J. Curtis, Phone: 5736389550, Craig L. Lueckenotto, Phone: 5736389627
- E-Mail Address
-
Ethan.J.Curtis2.civ@army.mil, craig.l.lueckenotto.civ@army.mil
(Ethan.J.Curtis2.civ@army.mil, craig.l.lueckenotto.civ@army.mil)
- Description
- 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. The solicitation number is W912NS-22-Q-3501 and is issued as a request for quotes (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-07�effective 10�September�2021. The associated North American Industrial Classification System (NAICS) code for this procurement is 812332 - Industrial Launderers. This solicitation is being advertised under full and open competition and all interested parties who have a valid registration on sam.gov may submit an offer. The following commercial items are requested (see enclosed Statement of Work and Appendix). Please utilize the attached Appendix 1 to the Statement of Work when submitting quote. If alternative methods are recommended such as increase in exchange frequency, then an additional proposal can be submitted with the understanding that the basis of award is lowest price technically acceptable. Delivery Address: SEE APPENDIX 1 FOR DELIVERY LOCATIONS AND FREQUENCY Quote Submission Instructions: Submit your quote on Company Letter Head (include CAGE and/or DUNS) or fill out the yellow blocks in Appendix 1. Additionally it is requested that a capability statement be submitted demonstrating your company�s ability to perform this contract. Offeror shall utilize the Contract Line Item Number (CLIN) structure when submitting Quote. Quote Price shall include any taxes or fees to fully meet criteria of the RFQ. If offeror fails to fully demonstrate Quoted items meet all the Salient Characteristics, they shall be considered not acceptable or nonresponsive. Submit quotes electronically via email to Ethan.J.Curtis2.mil@army.mil and craig.l.lueckenotto.civ@army.mil. All email subjects shall begin with �22-Q-3501�. All quotes shall be submitted by 1:00 P.M. central time on 21�January 2022. Question Submission Deadline: Interested Offerors shall submit any questions concerning the combined synopsis/solicitation at the earliest time possible but no later than 1:00 P.M. central time on 14�January 2022 to enable the Government time to respond in a sam.gov posting for fair opportunity to all interested parties. Questions received after this date and time will only be considered if it is determined by the Contracting Officer to be in the best interest of the Government. Basis of Award: Lowest Price Technically Acceptable. Technically Acceptability will be determined by a product that meets all of the Salient Characteristics of this RFQ. The offer with the lowest price�determined to be technically acceptable will receive the award. � � � Pricing:�The Government will evaluate option pricing in accordance with 52.212-2(b). Additionally, as part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding one-half of the offeror's final option period prices to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period, 1st option, 2nd option, 3rd option, 4th option, and 1/2 of the 4th option. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8 or FAR 52.217-9. The total sum of the base period and all option periods will represent the Total Evaluated Price. The Total Evaluated Price must be determined as fair and reasonable by the KO prior to award. The following provisions and clauses apply to this acquisition: CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE: FAR 52.204-7 System for Award Management, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.204-16 Commercial and Government Entity Code Reporting, FAR 52.204-18 Commercial and Government Entity Code Maintenance, FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation. FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor Debarred, Suspended, or Proposed for Debarment. FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation -- Commercial Items and award will be made to the lowest priced quotation that meets the physical, functional, and performance criteria, FAR 52.212-3 ALT I Offeror Representations and Certifications -- Commercial Items, FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS�COMMERCIAL ITEMS (DEVIATION 2018-O0021) (NOV 2020) FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.217-8 Option to Extend Services.�(Nov 1999) FAR 52.217-9 Option to Extend the Term of the Contract. (MAR 2000) FAR 52.222-36 Equal Opportunity for Workers with Disabilities, FAR 52.232-39 Unenforceability of Unauthorized Obligations, FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials, DFARS 252.204-7008 (Dev 2016-O0001) Compliance with Safeguarding Covered Defense Information Controls, DFARS 252.204-7012 (Dev 2016-O0001) Safeguarding of Unclassified Controlled Technical Information, DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors, DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting DFARS 252.225-7001 Buy American and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests and receiving reports, DFARS 252.232-7006 Wide Area Workflow Payment Instructions, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.244-7000 Subcontracts for Commercial Items, DFARS 252.247-7023 Transportation of Supplies by Sea, DFARS 252.225-7036 Buy American-Free Trade Agreements-Balance of Payments Program CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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 address: https://www.acquisition.gov/ (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of clause)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bca38f414a4449759bc933141dce7e05/view)
- Record
- SN06190727-F 20211205/211203230114 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |