Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 11,1999 PSA#2259

92d Contracting Squadron W. 110 Ent St. (Suite 200), Fairchild AFB, WA 99011-9403

S -- LAUNDRY/DRY CLEANING SERVICES SOL F45613 99Q0102 & 99Q0125 DUE 012199 POC Sandra Barnes (509)247-4597; Contracting Officer: Laurie Whelan (509)247-3859 WEB: click here for copy of Statements of Work, http://www.fairchild.af.mil/lgcons. E-MAIL: click here to contact contract administrator, sandy.barnes@fairchild.af.mil. 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 written solicitations will not be issued. Solicitations F45613 99Q0102 and 99Q0125 are issued as requests for quotes. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-9. Standard Industrial Code is 7218. Small business size standard is $10.5M. This is a small business set-aside. Laundry/Dry Cleaning Services for: Survival School Supply (99Q0102) and Billeting (99Q0125) at Fairchild AFB WA. The complete Statements of Work can be obtained by accessing our Web Site at: http://www.fairchild.af.mil/lgcons. Separate quotes are required for each of the two solicitation numbers. Quotes may be faxed to Sandy Barnes at (509) 247-2073 or mailed to the above address. Anticipated award date is 29 Jan 99. The contractor shall be required to maintain Material Safety Data Sheets (MSDS) for all hazardous materials in accordance with base and federal guidelines. The contractor shall submit to the contracting officer at the beginning of the contract a list of the hazardous materials he is bringing on base for performance of the contract. This list shall include all materials to be used by the prime contractor and all subcontractors. The list will include estimated quantities of each hazardous material that is contemplated to be used during the course of the contract. The contractor will also provide a copy of MSDS for each product identified on the list. At the end of the contract the contractor shall submit to the contracting officer a list of products and the quantity of each that the contractor is taking off base. The provisions at 52.212-1 Instructions to Offerors-Commercial Items (Aug 98); 52.212-2 Evaluation-Commercial Items (Jan 99); FAR 52.212-3 Offeror Representations and Certifications (Oct 98) applies to this acquisition. A completed-signed copy of this provision shall be submitted with any quotation. The clause at FAR 52.212-4 Contract Terms and Conditions (Apr 98) applies to this acquisition. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 98) applies to this acquisition; under para (b), the following clauses are incorporated: FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 52.222-35 Affirmative Action for Specialized Disabled and Vietnam Era (38 USC 4212); FAR 52.222-36 Affirmative Action for Handicapped Workers (29 USC 793); FAR 52.222-37 Employment Reports on Special Disabled Veterans and Vietnam Era (38 USC 4212); under para (c), the following clauses are incorporated: FAR 52.222-41 Service Contract Act of 1965 as amended (41 USC 251); FAR 52.222-42 Statement of Equivalent Rates for Federal hires (29 USC 206 and 41 USC 351); Equivalent Rate applicable to this acquisition is WG-7304-03 Laundry Worker, $11.37 per hour plus or minus 30% fringe benefits; FAR 52.217-5 Evaluation of Options (Jul 90); FAR 52.217-8 Option to Extend Services (Aug 89); FAR 52.217-9 Option to Extend the Term of the Contract (Mar 89); 52.223-3 Hazardous Material Identification and Material Safety Data (Jan 97); 52.232-18 Availability of Funds (Apr 84); 252.201-7000 Required Central Contractor Registration; 252.232-7009 Payment by Electronic Funds Transfer (CCR) (Jun 98). The Government will award separate contracts resulting from this solicitation to the responsible offeror(s) whose offer(s) conforming to the solicitation will be most advantageous to the Government based on the following factors listed in order of importance: 1) Total Cost and 2) Contractor's past performance. Offers are due by 21 Jan 99 NLT 2:00PM. Simplified Acquisition Procedures will be utilized.***** Posted 01/07/99 (W-SN286244). (0007)

Loren Data Corp. http://www.ld.com (SYN# 0072 19990111\S-0004.SOL)


S - Utilities and Housekeeping Services Index Page