Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 15, 2013 FBO #4190
SOLICITATION NOTICE

S -- Vehicle Maintenance Coveralls, Rags, and Mats - FA500013T0024

Notice Date
5/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 Sijan Ave, Elmendorf AFB, Alaska, 99506-2500, United States
 
ZIP Code
99506-2500
 
Solicitation Number
FA500013T0024
 
Archive Date
6/5/2013
 
Point of Contact
Theodore F Guild, Phone: 907 552-7240, James M Cohen, Phone: 907-552-5586
 
E-Mail Address
theodore.guild@elmendorf.af.mil, james.cohen@elmendorf.af.mil
(theodore.guild@elmendorf.af.mil, james.cohen@elmendorf.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Description: Combined Synopsis and Solicitation for LSR Coveralls and Rags, F5000-13-T-0024, JBER, AK 99506 This is a solicitation for a commercial product; prepared in accordance with the format in FAR Subpart 12.6 and 13.5, streamlined procedures for evaluation and solicitation for commercial items as supplemented with additional information included in this notice. Quotations are being requested and a written solicitation document will not be issued. Description: Contractor shall provide from five to seven pairs of flame resistant, boot cut, coveralls for approximately 125 mechanics assigned to the LRS squadron, JBER, Alaska. All coveralls delivered will have a sewn name tag over the pocket. Maintanance service will include weekly laundering and repair of small tears and rips on a as needed basis. Contractor shall provide and maintain a stock of clean shop rags (approximately 500) at two locations (bldg 6211 and bldg 828) in quantities ordered by government personnel authorized to place calls. Contractor shall exchange clean rags for soiled rags at time of delivery and pick up of coveralls. Contractor shall provide and clean heavy duty entrance mats at one location (bldg 6211, JBER, Alaska) consisting of 3 each 3ft. x 10ft., 2 each 4ft. x 6ft., and 1 each 3ft. x 4ft. Contractor shall exchange specified quantity and size soiled entrance mats every two weeks. This BPA will consist of a base year and four option years. Contractor shall submit their Price List, and a performance history for any similar work performed within the last three years on company letterhead, to include: POC, telephone number of the offeror, delivery time, and terms of any express warranty. Please ensure that pricing includes any administrative or direct cost associated with the SOW. Interested companies that meet the requirements stated above may submit a quote. Quotations for this notice shall be received by May 21, 2013 at 4:00PM Alaska Standard Time. Quotations shall be submitted to: Mr. Theodore Guild by e-mail at theodore.guild@us.af.mil. If any problems or issues occur, please contact Mr. Theodore Guild by telephone at 907-552-7240. The following provisions and/or clauses apply to this acquisition: 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: 1. Past Performance 2. Price This contract shall be based upon past performance and lowest acceptable pricing. Minimum Qualifications: (a). Any contractor submitting a quote shall be able to provide the required quantity of coveralls, rags, and entrance mats no later than 30 days after receipt of order, to be delivered to the customer prior to the start of the required laundering and cleaning services. The term set-up consists of attaching a name tag each coverall. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in an agreement without further action by either party. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. The following provisions apply to this acquisition: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.212-1 Instructions to Offerors- Commercial Items FAR 52.212-2 Evaluation- Commercial Items FAR 52.212-3 Offerors Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-21 Prohibition of Segregated Facilities FAR 52-222-26 Equal Opportunity FAR 52.222-3 Convict Labor FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.247-64 Preference for Privately Owned U.S. - Flag Commercial Vessels FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7036 Buy American Act - Free Trade Agreements- Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.247-7023 Transportation of Supplies by Sea DFARS 252.247-7023 Alt III Transportation of Supplies by Sea In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). Potential contractors must also be registered in the SAM system. This is a best-value procurement. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the most advantageous to the Government. Price and other factors will be considered. The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in FAR 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://farsite.hill.af.mil/vffara.htm. Quotations must be received by specified response date. Quotations shall be submitted to Mr. Theodore F. Guild, theodore.guild@us.af.mil. All responsible sources are encouraged to submit a written proposal for consideration. Attachment 1: SOW
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA500013T0024/listing.html)
 
Place of Performance
Address: Contracting Office Address:, 10480 Sijan Ave., Elmendorf, AFB AK 99506-2500, Anchorage, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN03059918-W 20130515/130513234139-49ed134e3458afd70496d8194891b4cc (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.