Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2011 FBO #3533
SOLICITATION NOTICE

S -- CLINIC (DENTAL AND PHYSICAL THERAPY) LINEN SERVICE - Linen Data

Notice Date
7/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812331 — Linen Supply
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC/PKO, 483 N. Aviation Blvd, El Segundo, California, 90245-2808, United States
 
ZIP Code
90245-2808
 
Solicitation Number
FA2816-11-T-0024
 
Archive Date
8/17/2011
 
Point of Contact
SHARMAINE D.M. LOMAX, Phone: 3106535602, Jena Allen, Phone: 310-653-5405
 
E-Mail Address
SHARMAINE.LOMAX@US.AF.MIL, jennifer.allen@losangeles.af.mil
(SHARMAINE.LOMAX@US.AF.MIL, jennifer.allen@losangeles.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Data of of linen for Clinic (Dental and Physical Therapy) linen services 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; quotes are being requested and a written solicitation will not be issued. All responses to this Solicitation/Request for Quotation (RFQ) must make reference to Solicitation Number FA2816-11-T-0024. Incorporated provisions and clauses are those in effect through Federal Acquisition Regulation. The North American Industry Classification System (NAICS) code is812331 with a size standard of $30,000,000.00. The Period of Performance for the following CLINS are from 15 Sep 2011 through 14 Sep 2012 base with four (4) option years. The contractor shall provide pricing information for the following The contractor shall provide Clinic Linen Services in accordance with the below information. This acquisition will be a firm-fixed price. For full text of a provisions or clauses the following website is provided: http://farsite.hill.af.mil. The provision at the Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008), applies to this acquisition. In accordance with FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) paragraph (a) the following factors shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA). Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The Government may award a contract on the basis of initial offers received without exchanges. Therefore, each offer should contain the best prices for the services the Government is purchasing. All offerors are required to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification - Commercial Items (Aug 2009), with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition with no addenda. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Sep 2009) applies to this acquisition and the following clauses are applicable: FAR 52.222-3, 52.222-50, 52.233-3, 52.233-4, 52.219-6, 52.219-28, 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.222.51 ( 15 calendar days), DFAR 252.212-7001, 252.203-7000, 252.225-7012, and 252.232-7003. To be eligible, vendors shall be registered with the Central Contractor Registration (CCR), with NO EXCEPTIONS. In order to register through the internet, the website is: http://www.ccr.gov. A Dun and Bradstreet (DUNS) number is required to register. The DUNS number can be acquired from the website: http://www.dnb.com. Verification of CCR registration and Tax ID number must accompany your quote. The successful bidder will be required to be registered in Wide Area Work Flow (WAWF) to process invoices. The quotes will be submitted in writing and signed by an individual with the authority to bind their respective company. The proposals with the required attachments shall be submitted by 3:00 noon, Pacific Standard Time, 1 Aug 2011. Proposals can be emailed to sharmaine.lomax@losangeles.af.mil. TSgt Sharmaine Lomax can be contacted at (310) 653-5602 or TSgt Jena Allen at jennifer.allen@losangeles.af.mil 310-653-5400. Oral communication is not acceptable in response to this combined Synopsis/Solicitation. Physical Therapy Linens Description of Service The Contractor shall furnish all personnel, equipment, labor, tools, materials, supervision, transportation and other items and services necessary to perform linen services for the Physical Therapy Clinic, 61st Medical Group, Bldg# 210, Los Angeles Air Force Base (LAAFB), and El Segundo, California. The Contractor shall provide linen cleaning services to meet all requirements of this Performance Work Statement (PWS) at LAAFB. The Contractor shall track (i.e. record), pick-up, and deliver linen to the 61st Medical Group, Bldg 210 twice each week on Tuesday and Thursday. Delivered finished articles shall be sanitized, free of stains, free of dust, neatly packaged, and match the quantities recorded for pick-up. The delivered items are subject to inspections to ensure proper cleaning and handling of soiled materials in accordance with state and federal regulations. Service calls will occur when quantities delivered do not match the recorded quantities that were picked-up. Therefore, the Contractor shall respond to calls within four (4) hours. Service calls will be made between the hours of 08:00 - 13:00 as the Contractor will be required to the correct deficiencies in quantity.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/61CONS/FA2816-11-T-0024/listing.html)
 
Place of Performance
Address: Los Angeles Air Force Base, El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN02510569-W 20110728/110726235051-b573e67433e981f8a73c4b44e08dcf6e (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.