Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2011 FBO #3402
SOLICITATION NOTICE

S -- Laundry and dry cleaning service - Package #1

Notice Date
3/17/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 52 CONS - Spangdahlem, Spangdahlem AB, Unit 3910 Bldg 128, Spangdahlem AB, Germany, 09126-3910, United States
 
ZIP Code
09126-3910
 
Solicitation Number
F3W3220175A001-drycleaning-FV
 
Archive Date
4/9/2011
 
Point of Contact
FOSTER VERONDA, Phone: 314-452-9543
 
E-Mail Address
FOSTER.VERONDA@SPANGDAHLEM.AF.MIL
(FOSTER.VERONDA@SPANGDAHLEM.AF.MIL)
 
Small Business Set-Aside
N/A
 
Description
Statement of work. Laundry and Dry cleaning service CLINS. 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. PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is issued as a Request for Quotation (RFQ). ********************************************************************************************* Purchase Request Number : F3W3220175A001 - Request for Quotation - This document incorporates provisions and clauses in effect through the Federal Acquisition Circular 2005- 48. ********************************************************************************************* Requirement: CLIN0001: See attachment for CLIN’s Description : Establish a laundry and dry cleaning service for Spangdahlem AB, Germany for April.1.2011-July.31. 2011 Delivery : FOB DESTINATION Ship - To Address : 52 SVS/SVF APO, AE 09126 PLEASE SUBMIT YOUR QUOTATION NLT 25 FEB 2011 TO 52ND CONTRACTING SQUADRON, VIA FAX - ATTN: A1C Foster Veronda at 011496565619106 OR E-MAIL Foster.veronda@spangdahlem.af.mil. If you have any questions/concerns, please contact A1C Foster Veronda at 011496565619543. ********************************************************************************************* Place of Performance: SPANGDAHLEM AB, GERMANY ********************************************************************************************* The following clauses and provisions apply to this solicitation (available from http://farsite.hill.af.mil) 52.212-1 - INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (JUN 2008) 52.212-2 - EVALUATION - COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers (listed in relative order of importance): 1.) EVALUATION AREA I: PRICE - Price will be evaluated as follows: Initially, offers shall be ranked according to price, including any option prices if applicable. The price evaluation will document for the offers evaluated under the following subparagraph B, the reasonableness and affordability of the proposed total evaluated price. The Government will rank the offeror from lowest evaluated price to highest. 2.) EVALUATION AREA II: TECHNICAL EVALUATION - Minimum Past Experience Requirements. Offerors are required to provide certification that effectively demonstrates this type of performance for at least the last three (3) years. Note to the offerors: All minimum requirements of the evaluation factors must be met. All items proposed above the minimum will become binding in the contract. BASIS FOR AWARD: The government wi ll award a contract resulting from this solicitation to the responsible offeror, applying the Lowest Price, Technically Acceptable (LPTA) concept, whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Price, (2) Technical Capability Award Without Discussions. The Government reserves the right to award without discussions based on the evaluation of the initial proposals, or to award no contract at all. Rejection of Unrealistic Offers. The Government may reject any proposal that is determined to be unrealisticin terms of program commitments, including contract terms and conditions, or unrealistically high or low in cost, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. (End of clause) 52.212-4 - CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAR 2009) 252.212-7001 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (NOV 2009) 252.232-7008 - ASSIGNMENT OF CLAIMS (OVERSEAS) (JUN 1997) 252.232-7003 - ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (MAR 2008) 252.229-7001 - TAX RELIEF (JUNE 1997) - ALTERNATE I (JUN 1997) 252.222-7002 - COMPLIANCE WITH LOCAL LABOR LAWS (OVERSEAS) (JUN 1997) 52.225-14 - INCONSISTENCY BETWEEN ENGLISH VERSION AND (FEB 2000) TRANSLATION OF CONTRACT 252.225-7041 - CORRESPONDENCE IN ENGLISH (JUN 1997) 252.225-7042 - AUTHORIZATION TO PERFORM (APR 2003) 252.233-7001 - CHOICE OF LAW (OVERSEAS) (JUN 1997) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATATION) (DEC 2010) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/52DCS/F3W3220175A001-drycleaning-FV/listing.html)
 
Place of Performance
Address: Spangdahlem AB, Germany, Spangdahlem, Non-U.S., 09126, United States
Zip Code: 09126
 
Record
SN02403877-W 20110319/110317235138-ca9112a702f8058903a2a9a93dad374b (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.