SOLICITATION NOTICE
W -- Mobile laundry units to support amd meet the laundry needs of the expected number of mobilized troops training for deployment
- Notice Date
- 9/9/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532299
— All Other Consumer Goods Rental
- Contracting Office
- USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
- ZIP Code
- 39208-8860
- Solicitation Number
- W9127Q-09-T-0041
- Response Due
- 9/17/2009
- Archive Date
- 11/16/2009
- Point of Contact
- Lynn McWilliams, 601-313-1505
- E-Mail Address
-
USPFO for Mississippi
(lynn.mcwilliams@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Combined Synopsis/Solicitation for services 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; proposals are being requested and a written solicitation will not be issued. This solicitation number W9127Q-09-T-0041 is issued as a Request for Quotation. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-36. This solicitation is 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502-2(b) NAICS for determination of size status is 532299; Small Business Standard is $7,000,000. CLIN 0001: BASE PERIOD 01 October 2010 thru 30 September 2011: Mobile Laundry Units, The contractor shall provide 16 mobile laundry units to be placed at various locations at Camp Shelby Joint Forces Training Center. Camp Shelby Joint Forces Training Center Department of Public Works will provide all utilities to include water, electricity and sewer with connectivity to be performed by same. Each mobile laundry unit will be equipped to house a minimum of ten (10) each heavy duty/heavy capacity washers, twelve (12) each heavy duty/heavy capacity dryers and an appropriately sized hot water heater to sustain the washer and dryers during continuous operations. The contractor shall provide operational mobile laundry units 24 hours a day, 7 days a week for soldiers convenience. Contractor will provide maintenance support during the entire lease period with a maintenance person on site or have the ability to respond to maintenance calls within a 24-hour period. Contractor will repair machines on site if possible. If a machine requiring repair cannot be repaired within a 24 hour period, the contractor will replace it with an operational machine. The contractor shall provide washers and dryers free of charge (not coin operated). Each mobile laundry unit shall be able to wash and dry approximately 400 pounds per hour. The units shall arrive totally complete and ready for all connectivity to include all necessary wiring and piping required for operation for Camp Shelby Joint Force Training Site Department of Public Works to perform necessary connections. CLIN 0002: OPTION 1 Mobile Laundry Units 01 October 2011 thru 30 September 2012 CLIN 0003: OPTION 2 Mobile Laundry Units 01 October 2012 thru 30 September 2013 CLIN 0004: OPTION 3 Mobile Laundry Units 01 October 2013 thru 30 September 2014 Place of delivery is Mobilization Center Camp Shelby, LTC Randall Mantooth, 1001 Lee Avenue, Camp Shelby, MS 39407-5500. The following provisions apply: FAR 52.202-1 Definitions; FAR 52.203-3 Gratuities; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restrictions of Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity; FAR 52.203-10 Price or Fee Adjustment For Illegal Or Improper Activity; FAR 52.203-11 Certification and Disclosure Regarding Payments To Influence Certain Federal Transactions; FAR 52.203-12 Limitation on Payments To Influence Certain Federal Transactions; FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009; FAR 52.204-1 Approval of Contract; FAR 52.204-7 Central Contractor Registration; FAR 52.204-8 Annual Representations and Certifications; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability 9See Note 1) FAR 52.216-25 Contract Definitization (See Note 1); FAR 52.217-9 Option to Extend The Term of The Contract; FAR 52.223-13 Certification of Toxic Chemical Release Reporting; FAR 52.223-14 Toxic Chemical Release Reporting; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-1 Payments; FAR 52.233-1 Disputes; FAR 52.233-2 Service of Protests; FAR 52.233-3 Protest after Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.244-6 Subcontracts for Commercial Items; FAR 52.232-19 Availability of Funds for the Next Fiscal Year. APPLICABLE DFARS CLAUSES: DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFAR252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFAR 252.225-7001 Buy American Act and Balance of Payments Program; DFAR 252.225-7012 Preference For Certain Domestic Commodities; DFAR 252.225-7031 Secondary Arab Boycott of Israel; DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions or Commercial Items. Full text of these provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil. This announcement is the solicitation which will result in a firm fixed-price contract. Proposals are due no later than 4:30 P.M. CDT September 17, 2009, to JFH-MS-J8-PC, Attn: Ms Lynn McWilliams, 144 Military Drive, Flowood, MS 39232-8861. Proposals may be emailed to lynn.mcwilliams@us.army.mil or faxed to 601-313-1569 (email is the preferable method). Performance Base Statement of Work will be e-mailed upon request. CCR is a mandatory requirement for all DoD Government contracts. You must e registered in order to be eligible for award of a contract. To register on line go to http://www.ccr.gov/. POINTS OF CONTACT: Technical questions regarding this requirement may be addressed to LTC Randall Mantooth at 601-558-2697. The Contracting Offices web site is located at http://www.ngms.state.ms.us/uspfo/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-09-T-0041/listing.html)
- Place of Performance
- Address: Camp Shelby Joint Forces Training Center 1001 Lee Avenue Camp Shelby MS
- Zip Code: 39407-5500
- Zip Code: 39407-5500
- Record
- SN01948237-W 20090911/090910002218-ae1be5c80a94687fcb1d2f962c628280 (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 |