Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2005 FBO #1374
SOLICITATION NOTICE

79 -- Laundry Service

Notice Date
8/29/2005
 
Notice Type
Solicitation Notice
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath Unit 5070 Box 270, RAF Lakenheath, UK, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
Reference-Number-F2P3E15216A100
 
Response Due
9/8/2005
 
Archive Date
9/23/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 and 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. Requisition number F2P3E15216A100 is issued as a Request for Quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-04. This acquisition is unrestricted: The contractor shall provide all personnel, materials, labor, supervision, equipment and transport vehicles necessary to perform all operations associated with supplying RAF Lakenheath with clean, uniform and usable absorbent rags suitable for cleaning and wiping down aircraft parts and all associated support equipment. The service shall include collecting used, dirty rags, exchanging the dirty rags with clean rags one-for-one and transporting the dirty rags to a facility capable of laundering them. The contractor shall meet the following requirements. The Contractor shall provide an initial stock of clean, uniform rags to each added shop in the quantities specified. The Contractor shall exchange soiled rags for clean rags one-for-one and transport soiled rags to a facility qualified to handle cleaning such material. The Contractor shall collect and remove soiled rags from each participating shop a minimum of once per week. The Contractor shall be required, on occasion, to provide pick up and delivery on an as needed basis. Notification may be by telephone or by written order. If a need arises the Contractor shall be allowed a maximum of 2 calendar days from the date of verbal notification to collect the soiled rags and to distribute the clean rags. Rags shall be 100% cotton with overlocked edges. Rags shall not be discarded pieces of used clothing, towels or the like. The Contractor shall replace unusable or worn rags with new/used rags as describe above. The Contractor shall comply with all applicable laws and local regulations and regarding the transportation and handling of said material. The Contractor shall have appropriate discharge consents from local authorities. The Contractor shall notify the Contracting Officer within two (2) weeks of any violations or citations received from any regulatory agency and what corrective measures are to be or have been taken. Environmental Management, 48 CES/CEV, reserves the right to visit the prime's and any subcontractor's facilities handling soiled rags. The total rags, which is an estimate based on historical data is 115,650 per year. The initial stock of rags provided will be 5750. This will be one year contract with two option years. FAR provision at FAR 52.211-6 Brand Name or Equal, applies to this requirement. If quote is for an ?equal? product, specifications of the item must be included in quotation. FAR provision at FAR 52.212-1, Instructions to Offerors- Commercial, applies to this RFQ with the following addenda: paragraph (i) of this provision does not apply and change paragraph (c) from 30 calendar days to 60 calendar days. Each offer submitted will be evaluated separately. Far provision 52.212-2, Evaluation ? Commercial Items, applies to this RFQ with the following addenda: Paragraph (a) is filled in with (1) Technical Specifications (2) Past performance (3) price, (Technical specifications and past performance, when combined, are approximately equal to price). Offerors shall include with the submission of their offer a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions- Commercial Items, without addenda and 52.212-5 Contract Terms and Conditions Required to Implement Statues of Executive Orders ?Commercial Items, without addenda, applies to this acquisition (including: 52.222-21, 52.222-26,52.222-35, 52.222-36, 52.222-37 and 52.232-33). FAR provision at FAR 52.217-9. Option To Extend the Term of the Contract applies. FAR provision at FAR 52.232-19 Availability of Funds. DFARS provisions at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.229-7006, Value Added Tax (VAT) Exclusion; and 252.229-7008, Relief From Import Duty (UK) applies to this acquisition; including USAFE 5352.225-9102, Submission of offers in other than United States Currency. All FAR, DFARS and USAFE clauses, in full text, can be found at URL http://farsite.hill.af.mil. NOTICE: REFERENCE DFARS CLAUSE 252.204-7004, ? REQUIRED CENTRAL CONTRACTOR REGISTRATION?. AS OF 31 MAY 1998, ALL CONTRACTORS WISHING TO DO BUSINESS WITH THE DEPARTMENT OF DEFENSE ARE REQUIRED TO BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRY. IT IS THE OFFEROR?S RESPONSIBILITY TO REGISTER AND /OR CONFIRM THT ALL INFORMATION IN THE REGISTRY IS ACCURATE AND COMPLETE. For a copy of the Statement of Work, please contact Mr. Mike Willis. Bids shall be submitted via fax to 011-44-163852-2234 or email to mike.willis@lakenheath.af.mil not later than 1400 (2:00 p.m.) GMT, 8 September 2005. Direct any questions or concerns to Mike Willis at 011-44-1638 52-2234 or email at mike.willis@lakenheath.af.mil
 
Place of Performance
Address: 48 Contracting Squadron, Bldg 977 Boston Drive, Brandon, Suffolk
Zip Code: IP27 9PN
Country: United Kingdom
 
Record
SN00881890-W 20050831/050829212231 (fbodaily.com)
 
Source
FedBizOpps.gov 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.