Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2007 FBO #2117
SOLICITATION NOTICE

99 -- HOSPITAL LAUNDRY SERVICES

Notice Date
9/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
812331 — Linen Supply
 
Contracting Office
Department of Veterans Affairs;Special Services;1432 Sultan Drive;Suite C;Fort Detrick MD 21702
 
ZIP Code
21702
 
Solicitation Number
F3U4MD7179G001
 
Response Due
9/24/2007
 
Archive Date
11/23/2007
 
Small Business Set-Aside
N/A
 
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; Quotes are being requested and a written solicitation will not be issued. This solicitation RFQ F3U4MD7179G001 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-19. No telephone requests will be accepted. Only written requests received directly from the requester are acceptable. If requesting by FAX, you may send your request to the point of contact at 301-619-3613, ATTN: Wanda Y. Edwards. It is the Offerors responsibility to ensure that the quote is received. The North American Industry Classification System (NAICS) number is 812331 and the business size standard is $13.0M. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. This action is UNRESTRICTED; Women and small disadvantaged businesses are encouraged to submit offers. The Veterans Affairs Special Services (VASS) Contracting Office has a requirement for Laundry services for the Medical Treatment Facility (MTF) at Shaw AFB, South Carolina. The contractor shall provide all personnel, equipment, transportation, and supplies (except as specified in the Performance Work Statement (PWS) as government furnished) to provide laundry service including pickup and delivery at Shaw AFB for the items listed in Appendix B of the PWS. All performance shall be in accordance with the scope of the PWS and other specifications of the contract. The contractor shall be knowledgeable about the requirements of Accreditation Association for Ambulatory Healthcare (AAAHC) and the Joint Commission on Accreditation of Healthcare Organizations standards. Upon request, the contracting officer will make the full text of the PWS available. Line Item 0001: Base Year: Period of Performance: 1 October 2007 - 30 September 2008: Laundry Services in support of the MTF at Shaw AFB at a quantity of approximately 3,000 pounds per month, not to exceed 36,000 pounds per year. Price Per Pound: _____________, TOTAL PRICE: __________________________. Line Item 0002: Option Year (1): Period of Performance: 1 October 2008 - 30 September 2009: Laundry Services in support of the MTF at Shaw AFB at a quantity of approximately 3,000 pounds per month, not to exceed 36,000 pounds per year. Price Per Pound: _____________, TOTAL PRICE: __________________________. Line Item 0003: Option Year (2): Period of Performance: 1 October 2009 - 30 September 2010: Laundry Services in support of the MTF at Shaw AFB at a quantity of approximately 3,000 pounds per month, not to exceed 36,000 pounds per year. Price Per Pound: _____________, TOTAL PRICE: __________________________. Line Item 0004: Option Year (3): Period of Performance: 1 October 2010 - 30 September 2011: Laundry Services in support of the MTF at Shaw AFB at a quantity of approximately 3,000 pounds per month, not to exceed 36,000 pounds per year. Price Per Pound: _____________, TOTAL PRICE: __________________________. Line Item 0005: Option Year (4): Period of Performance: 1 October 2011 - 30 September 2012: Laundry Services in support of the MTF at Shaw AFB at a quantity of approximately 3,000 pounds per month, not to exceed 36,000 pounds per year. Price Per Pound: _____________, TOTAL PRICE: __________________________. Total Pricing for all years: $______________________. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. We reserve the right to make award without discussion. This is a best value procurement. The following factors will be used to evaluate the offers: (1) Technical Evaluation - Each offeror is responsible for submitting a detailed description of how the requirement will be accomplished in accordance with the terms and conditions of the PWS. This is to be submitted as a separate document. (2) Past Performance - Demonstrating the same or similar service as service required in this solicitation. Each offeror is responsible for submitting two (from different sources) completed VASS Past Performance questionnaires (contact the Contract Specialist for a copy of the questionnaire) no later than the closing date and time of the solicitation. (3) Price - For evaluation purposes the offerors total evaluated price will be the total of line items one through five. The Technical evaluation and the Past Performance when combined are significantly more important than price. Offers are responsible for ensuring questionnaires are sent to the Contract Specialist at the address identified in the solicitation or faxed to (301) 619-3613, Attention: Wanda Y. Edwards. The Contractor is responsible for any and all freight charges. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial Items-Sep 2006, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item - Jan 1999, the Government will award a contract resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. Price will be evaluated to determine its fairness, completeness and reasonableness as it relates to the service offered. 52.212-3, Offeror Representations and Certifications-Commercial Items - August 2007, a completed copy of this provision shall be submitted with the offer as applicable. 52.212-4, Contract Terms and Conditions-Commercial Items - February 2007. 52.212-5, Contract Terms and Conditions - June 2007, Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 1,3,7,15,16,18,19,20,21,22,23,26,28,34. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Jul 2006) (B)(2) the offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. Vets100 Registration is required via http://www.vets100.com. The Federal Contractor Program requires that any contractor receiving a contract from the federal government in the amount of $25,000 or more or any subcontractor receiving a contract in the amount of $25,000 or more from such a covered contractor must file a VETS-100 Report on an annual basis. Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (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. VAAR 852.219-70, Veteran-owned Small Business; 852.270-4, Commercial Advertising. Quotations shall include the RFQ number, the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, and point of contact, address, phone number, fax number, tax identification number, DUN number, and size status (i.e., small business, disadvantaged business or woman owned business). Upon request the full text of the PWS and the Past Performance Questionnaire will be made available. Offers are to be received at the Veterans Affairs Special Services (VASS) Office, 1432 Sultan Drive, Suite C, Ft Detrick, MD 21702-5006, Attn.: Wanda Y. Edwards, Contract Specialist no later than 4:00 P.M. eastern daylight time on 24 Sep 07. You may contact Ms. Edwards at wanda.edwards@ft-detrick.af.mil or FAX 301-619-3613.
 
Place of Performance
Address: 20 MDG/SGSL;431 MEADOWLARK ST;BLDG 1048;SHAW AFB, SC
Zip Code: 29152
Country: USA
 
Record
SN01402263-W 20070913/070911220804 (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.