Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 09, 2024 SAM #8291
SOLICITATION NOTICE

W -- FE Warren Protective Clothing

Notice Date
8/7/2024 3:17:29 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
FA8227 AFMC OL H PZIMB HILL AFB UT 84056-5805 USA
 
ZIP Code
84056-5805
 
Solicitation Number
FA822724R2393
 
Response Due
8/21/2024 3:00:00 PM
 
Archive Date
09/05/2024
 
Point of Contact
Rachel Wright, Melissa Huston
 
E-Mail Address
rachel.wright.9@us.af.mil, melissa.huston.2@us.af.mil
(rachel.wright.9@us.af.mil, melissa.huston.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 number FA822724R2393 is issued as a request for quote (RFQ) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03 and its supplements.� This is a 100% Small Business Set-Aside announcement filed under NAICS code 812332 and Product Service Code W084. This requirement is to provide protective clothing services to 583rd Missile Maintenance Squadron at FE Warren Air Force Base (AFB).� Services include leasing, pickup/delivery, laundry, repairing, replacement, and tracking of contractor owned protective clothing. A Performance Work Statement is attached for further detailed information. � Contracting Officer�s Business Size Selection: 100% Small Business Set-Aside NAICS Code:�812332 NAICS Code Small Business Size Standard:�1500 Size Standards in Numbers of Employees Product Service Code: W084 The anticipated CLIN structure of the resulting award will reflect: See attached Combined Solicitation Synopsis for table of clin structure. All CLINs will be established on a firm fixed price basis. All proposals must indicate if the vendor can achieve the Period of Performance (12 months ARO), as well as the additional four (4) option years. If this Period of Performance is not practicable, vendors must propose an alternate delivery schedule. Selection of awardee will include comparative analysis in accordance with FAR 13.106-2, Evaluation of Quotations and Offers, giving value to: price; meeting specifications in product description; and performance within the specified timeframe. Any exceptions to the FE Warren Protective Clothing Performance Work Statement, must be identified in quote. By submitting a quote, the contractor agrees to all stipulations in the purchase specification unless specified as an exception in the quote. **The due date for all proposals is Wednesday, 21 August 2024 at 4:00 P.M. Mountain Standard Time.** All questions regarding this acquisition must be submitted by Friday, 16 August 2024 at 12:00 P.M. MST to allow for the Government to assess the inquiry and provide a response. Quote Submission Information: Submit quote to Contract Specialist, Rachel Wright, via email to rachel.wright.9@us.af.mil and to Contract Officer, Melissa Huston, at melissa.huston.2@us.af.mil. Please submit questions via the email above. Please provide the Company CAGE Code, UEI and DUNs numbers when submitting a quote and a delivery timeframe. Attachment: Performance Work Statement FE Warren Protective Clothing_August 2024 CDRL A001 CDRL A002 CDRL A003 CDRL A004 CDRL A005 Period of Performance: From date of contract award through twelve months ARO Option year 1, ending twelve months after base period Option year 2, ending twelve months after option year 1 Option year 3, ending twelve months after option year 2 Option year 4, ending twelve months after option year 3 Pricing Validity Date: 90 Days validity from proposal, if this validity date is not practicable, vendors must propose an alternate realistic date for evaluation/award processing within proposal. The following list of provisions and clauses apply to this acquisition: FAR 52.202-1������������ Definitions FAR 52.203-3������������ Gratuities FAR 52.203-17���������� Contractor Employee Whistleblower Rights and Requirement to Inform �������������������������������������� Employees of Whistleblower Rights FAR 52.203-19���������� Prohibition on Requiring Certain Internal Confidentiality Agreements or ��������������������������������� ����������� Statements FAR 52.204-9������������ Personal Identity Verification of Contractor Personnel FAR 52.204-10���������� Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13���������� System for Award Management Maintenance FAR 52.204-16���������� Commercial and Government Entity Code Reporting FAR 52.204-18���������� Commercial and Government Entity Code Maintenance FAR 52.204-19���������� Incorporation by Reference of Representations and Certifications FAR 52.204-23���������� Prohibition on Contracting for Hardware, Software, and Services ��������������������������������������������� ����������� Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul ��������������������������������������� 2018) 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 52.209-6������������ Protecting the Government�s Interest When Subcontracting with �������������������������������������������������� Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-7������������ Information Regarding Responsibility Matters FAR 52.209-10���������� Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-4������������ Contract Terms and Conditions-Commercial Items FAR 52.216-1 ����������� Type of Contract FAR 52.219-6������������ Notice of Total Small Business Set-Aside FAR 52.219-28���������� Post-Award Small Business Program Rerepresentation FAR 52.222-3������������ Convict Labor FAR 52.222-17 ��������� Nondisplacement of Qualified Workers FAR 52.222-19���������� Child Labor � Cooperation With Authorities and Remedies FAR 52.222-21���������� Prohibition of Segregated Facility FAR 52.222-26���������� Equal Opportunity FAR 52.222-36���������� Equal Opportunity for Workers with Disabilities FAR 52.222-41���������� Service Contract Labor Standards FAR 52.222-50���������� Combat Trafficking in Persons FAR 52.222-55���������� Minimum Wages Under Executive Order 13658 FAR 52.222-56���������� Certification Regarding Trafficking in Persons Compliance Plan FAR 52.222-62���������� Paid Sick Leave Under Executive Order 13706 (Jan 2017) FAR 52.223-5������������ Pollution Prevention and Right-To-Know Information FAR 52.223-12���������� Maintenance, Service, Repair or Disposal of Refrigeration Equipment and Air Conditioners FAR 52.223-18���������� Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.223-20���������� Aerosols FAR 52.225-13���������� Restrictions on Certain Foreign Purchases FAR 52.232-18���������� Availability of Funds FAR 52.232-33 ��������� Payment by Electronic Funds Transfer--System for Award Management �������� FAR 52.232-40���������� Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1������������ Disputes FAR 52.233-3 ����������� Protest After Award FAR 52.233-4������������ Applicable Law for Breach of Contract Claim FAR 52.237-2������������ Protection of Government Building, Equipment and Vegetation FAR 52.242-15���������� Stop-Work Order FAR 52.249-4������������ Termination for Convenience of the Government (Services)(Short Form) DFARS 252.203-7000 ���������� Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002����������� Requirement to Inform Employees of Whistleblower Rights DFARS 252-232-7003����������� Electronic Submission of Payment Requests; DFARS 252.204-7004����������� System For Award Management DFARS 252.204-7012����������� Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015����������� Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.223-7008����������� Prohibition of Hexavalent Chromium DFARS 252.225-7001����������� Buy American Act & Balance of Payments DFARS 252.225-7002����������� Qualifying Country Sources as Subcontractors����������� DFARS 252.225-7048����������� Export-Controlled Items DFARS 252.232-7010����������� Levies on Contract Payments DFARS 252.244-7000����������� Subcontracts for Commercial Items DFARS 252.246-7008����������� Sources of Electronic Parts DFARS 252.247-7023����������� Transportation of Supplies by Sea DFARS 252.247-7024����������� Notification of Transportation of Supplies by Sea Clauses by Full Text FAR 52.204-21���������� Basic Safeguarding of Covered Contractor Information Systems https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#id1669B0A0E67 FAR 52.212-5������������ Contract Terms and Conditions Required To Implement Statutes Or Executive Orders � Commercial Items 52.222-50 (33)(i)� X� ; 33(ii) N/A FAR 52.252-2������������ Clauses Incorporated by Reference ����������������������� ����������� https://www.acquisition.gov/content/regulations FAR 52.252-6������������ Authorized Deviations in Clauses ����������������������������������� �(b) Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) DFARS 252.212-7001����������� Contract Terms and Conditions (Deviation); DFARS 252.232-7006����������� Wide Area Workflow Instructions DAFFARS 5352.223-9000���� Elimination of Use of Class I Ozone Depleting Substance; DAFFARS 5352.201-9101���� OMBUDSMAN OCT 2019 DAFFARS 5352.242-9000���� Contractor Access to Air Force Installations (b): When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver�s license, current vehicle registration and a valid vehicle insurance certificate to obtain a vehicle pass. If the state issued license is not REAL ID Act compliant, an alternate compliant form of government-issued photo identification is required. Additional information on REAL ID Act Compliant states/identification can be found at: https://www.dhs.gov/current-statusstates-territories (c): AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management Provisions by Reference FAR 52.204-7������������ System for Award Management FAR 52.204-16���������� Commercial and Government Entity Code Reporting DFARS 252.203-7005����������� Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008����������� Compliance with Safeguarding Covered Defense Information Control Provisions by Full Text FAR 52.252-1������������ Solicitation Provisions Incorporated by Reference ����������������������� ��������� https://www.acquisition.gov/content/regulations FAR 52.252-5������������ Authorized Deviations in Provisions
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4358d702df89486981260498f0ec8f83/view)
 
Place of Performance
Address: Cheyenne, WY 82003, USA
Zip Code: 82003
Country: USA
 
Record
SN07160133-F 20240809/240807230118 (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 |
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.