Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2008 FBO #2410
DOCUMENT

S -- Laundry Services - Statement of work

Notice Date
6/30/2008
 
Notice Type
Statement of work
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Air Force, Air Mobility Command, 43rd CONS, 1443 Reilly Rd, Suite C, Pope AFB, North Carolina, 28308-2896, United States
 
ZIP Code
28308-2896
 
Solicitation Number
F3M3SV8171H001
 
Archive Date
7/22/2008
 
Point of Contact
Amber Thornburg, Phone: 910-394-7083
 
E-Mail Address
amber.thornburg@pope.af.mil
 
Small Business Set-Aside
Total Small Business
 
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. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) The purchase request number is F3M3SV8171H001 and the solicitation is issued as a request for quotation (RFQ) which will result in a blanket purchase agreement (BPA), not exceeding total calls in the amount of $25,000. (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-26. (iv) This solicitation is 100% set-aside for small business concerns. The associated NAICS code is 812320, and the small business size standard is $4.5M. (v) This requirement consists of one (1) line item: 0001 - Linen services at Pope AFB IAW Statement of Work (SOW). (vi) Description: The contractor will pick up linen at various squadrons on Pope AFB and appropriately clean and deliver items in accordance with the Statement of Work (vii) Period of Performance: 15 July 2008 to 30 September 2008. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation procedures outlined in FAR Part 12 and 13.5 shall apply to the acquisition. The following factors shall be used to evaluate offers: (1) Past performance and (2) Price. The Government will evaluate offers for award purposes for the total price of the requirement. Past performance is significantly more important than price. If the lowest price evaluated responsible offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Completed past performance surveys (Contact A1C Amber Thornburg for past performance surveys) shall be submitted to the contracting office (Fax: 910-394-5687) Surveys shall be completed by offerors references. Failure to provide properly completed past performance surveys could result in the offer being determined non-responsive. Using past performance surveys, the Government will evaluate the quality and extent of offerors experience deemed relevant to the requirements of the RFQ. The Government will use information submitted by the offeror and other sources, such as other Federal Government offices and commercial sources to assess experience. Provide a list of at least three (3) and not more than five (5) of the most relevant contracts performed for Federal agencies and commercial customers within the last 3 years. Relevant contracts are defined as those that are similar in nature and magnitude to your requirement as well as the recency of past performance. Furnish the following information for each contract referenced: (1) Company/Division Name, (2) Product.Service, (3) Contracting Agency, (4) Contract Number, (5) Contract Dollar Value, (6) Period of Performance, (7) Name, Address, and phone number of the Contracting Officer or person responsible for evaluation of your performance. The contractor certifies that it can meet period of performance by submitting a quotation. (x) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall be registered in the Online Representations and Certifications Application - ORCA - at http://orca.bpn.gov/. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b and paragraph c of FAR 52.212-5 are considered checked and are applicable to this acquisition: (b5), (b14), (b15), (b18), (b19), (b21), (c1), and (c2). (xiii) The clause at 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, applies to this acquisition. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/. The clause at 52.252-2, Clauses Incorporated by Reference, applies to this acquisition. The clause at 252.204-7003, Control of Government Personnel Work Product, applies to this acquisition. The clause at 252.204-7004 (Alt A), applies to this acquisition. The clause at 252.225-7000, Buy American Act Balance of Payments Program Certificate (Jun 2005), applies to this acquisition. The clause at 252.243-7001, Pricing of Contract Modifications, applies to this acquisition. The following sub-paragraphs identified within DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, are considered checked and are applicable to this acquisition: DFARS 252.247-7023 (Alternate III); The clause at 252.232-7003, Electronic Submission of Payment Requests, applies to this acquisition. Award can only be made to contractors registered in the Central Contractor Registration web page, http://www.ccr.gov. (xiv) The Defense Priorities and Allocation System (DPAS) is not applicable to this acquisition. (xv) Commerce Business Daily numbered note 1 applies to this acquisition. (xvi) The solicitation due date is 7 July 08, 4:30 PM EST. (xvii) The assigned contract specialist is A1C Amber Thornburg, and can be reached at 910-394-7083 or email amber.thornburg@pope.af.mil. You may fax your quotes to 910-394-5687. Direct any questions to A1C Amber Thornburg at the number above or contact Linda M. Walker at 910-394-6244.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2bc990022fbc0f5fa4565e0912eb4fde&tab=core&_cview=1)
 
Document(s)
Statement of work
 
File Name: Laundry Services Statement of Work (Linen SOW.doc)
Link: https://www.fbo.gov//utils/view?id=6693b52d4eaaabae2cab17565bc7bd3e
Bytes: 94.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Pope AFB, North Carolina, 28308, United States
Zip Code: 28308
 
Record
SN01604452-W 20080702/080630220927-2bc990022fbc0f5fa4565e0912eb4fde (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.