Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 12, 2013 FBO #4157
SOLICITATION NOTICE

W -- Flame Resistant Rated Uniform Rental Service (PPE) - Attachments

Notice Date
4/10/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9301-13-M-E005
 
Archive Date
5/9/2013
 
Point of Contact
Nancy R. Palmer, Phone: 6612753770, Justin, Phone: 661-277-2516
 
E-Mail Address
nancy.palmer@edwards.af.mil, justin.vanorsdol@edwards.af.mil
(nancy.palmer@edwards.af.mil, justin.vanorsdol@edwards.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DFARS 252.209-7999 Representation by Corporation Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. Wage Determination 2005-2043 Rev. 15. Note if a revised Wage Determination is availabel at time of award the newest version shall be incorporated into the final contract. Performance Work Statement (PWS). All relevant criteria regarding the FR Shirts, Pants and Coveralls is contained in this document. This pricing worksheet is to be used with all quotations. The highlighted cells are to be completed by the offeror, all other cells are locked. 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 is a request for quotes (RFQ). This solicitation also uses the simplified acquisition procedures contained in Part 13. All responsible sources may submit a firm-fixed price (FFP) quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66 (effective 1 Apr 2013) and DFARs Change Notice (DCN) 20130328 (effective 28 MAr 2013), AFFARS AFAC 2013-0327 (effective 27 Mar 2013). The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest priced, technically acceptable. NAICS is 812332 with a small business size standard of $35.5M employees. FSC code is W084. There is no set-aside. The Service Contract Act applies. Reference Department of Labor, Wage Determination No. 2005-2043, Rev. 15, dated 13 Jun 2012 (note the newest wage determination at the time of award shall be used in the awarded contract). AFTC/PZIOC, Edwards AFB, CA is seeking to purchase the following service: FR Shirts (long sleeve), FR pants and FR coveralls (long sleeve) rental and maintenance/cleaning services. See the attached Performance Work Statement (PWS) dated 28 Mar 2013 for additional details. Item Total Required Quantity FR Shirts (Long Sleeve) 378 FR Pants 322 FR Coveralls Long Sleeve 41 This is the request for quotation (RFQ). Award will be made to lowest price, technically acceptable offer. This is an "All or None" acquisition meaning the awardee must be able to provide all of the requirements specified in the PWS, incomplete or partial quotes will not be considered. PICK UP & DELIVERY: Pickup and delivery shall occur weekly on Wednesday mornings, except on Federal holidays. Any vehicle entering the installation must have valid registration/proof of insurance and drivers must have a current/valid drivers license. EVALUATION OF OFFERS: Evaluation of offers shall be performed in accordance with FAR 52.212-2 - Commercial Items 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: (i) technical capability of the item/services offered to meet the Government requirement; (ii) price; Technical capability is approximately equal to cost or price. Award will be made to the lowest priced, technically acceptable quote. To be considered technically acceptable, the offer shall meet all requirements in the attached PWS dated 28 Mar 2013. Interested parties who believe they can meet all of the requirements for the items and services described in this combined synopsis/solicitation are invited to submit a complete quote including delivery FOB destination Edwards AFB, CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this combined synopsis/solicitation. In addition to those provisions online in the System for Award Management (SAM), offerors are instructed to complete the provision DFARS 252.209-7999. This must be returned with offeror's quote. (DFARS 252.209-7999 in full text is attached for convenience.) The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.252-1 -- Solicitation Provisions Incorporated by Reference (FEB 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. 52.252-2 - Clauses Incorporated by Reference (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. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil 52.252-6 Authorized Deviations in Clauses (APR 1984) Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (FEB 2012) Addendum to 52.212-1 In addition to the requirements set forth on 52.212-1: (1) Offerors shall utilize the attached spreadsheet when submitting quotes. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) 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: Lowest Price Technically Acceptable. 52.212-3 Offeror Representations and Certifications -- Commercial Items (APR 2012) 52.212-4 Contract Terms and Conditions - Commercial Items (FEB 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes (JAN 2013) 52.219-28 Post-Award Small Business Program Representations (APR 2012) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor---Cooperation with Authorities and Remedies (MAR 2012) 52.222-41 Service Contract Act of 1965 (NOV 2007) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits WG-1 $11.99/ hr + $3.96 fringe 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.233-1 Disputes (JUL 2002) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.243-1 Changes- Fixed Price (AUG 1987) 52.247-34 F.O.B. - Destination (NOV 1991) 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent tax Liability or a Felony Conviction under any Federal Law (Deviation) (JAN 2012) (See attached document, fill out, sign and return with quote.) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009) 252.204-7006 Billing Instructions (OCT 2005) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (FEB 2013) 252.225-7001 Buy American Act, Balance of Payment Program (DEC 2012) 252.225-7002 Qualifying Country Sources as Subcontractors (DEC 2012) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7006 Wide Area Workflow Instructions 252.232-7010 Levies on Contract Payments (DEC 2006) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 Alternate III (MAY 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (APR 2003) 5352.201-9101 Ombudsmen (APR 2010) AF 5352.242-9000 Contractor Access to Air Force Installations (AUG 2007)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9301-13-M-E005/listing.html)
 
Place of Performance
Address: 5 South Wolfe Ave, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN03032927-W 20130412/130410234229-589dad3c96fb7eec1d8b882bd30c7009 (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.