Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2013 FBO #4290
SOLICITATION NOTICE

S -- Hospital Linen Services - Package #1

Notice Date
8/21/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
F3G4BA3199A003
 
Archive Date
10/5/2013
 
Point of Contact
RACHELLE LUNA, Phone: 702-652-5321, GILBERT CANO, Phone: 702-652-5358
 
E-Mail Address
rachelle.luna@nellis.af.mil, gilbert.cano@nellis.af.mil
(rachelle.luna@nellis.af.mil, gilbert.cano@nellis.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
HOSPITAL LINEN SERVICES PERFORMANCE WORK STATEMENT (PWS) This is a combined synopsis/solicitation for a commercial item 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. 1. The solicitation number is F3G4BA3199A003. This solicitation is issued as a Request For Proposal (RFP). 2. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69, effective 1 August 2013. 3. This requirement is set-aside 100% Small Business and the associated NAICS code is 812332, Industrial Launderers, and the small business size standard is $35.5M. 4. Below are the contract line item number(s), item description, quantities and units of measure (including options). BID SCHEDULE BASE PERIOD, 19 NOVEMBER 2013 - 18 NOVEMBER 2014 CLIN 0001, Hospital Linen Services DESCRIPTION ESTIMATED QUANTITY UNIT PRICE TOTAL PRICE 1 BULK 580,000 LB 2 SHIRT WHITE MEDICAL ASST 1750 EA 3 LAB COATS, LONG 1950 EA 4 TROUSERS WHITE MEDICAL ASST 1750 EA 5 MATTRESS COVER 2100 EA 6 TABLECLOTH 4FT X 4FT 1200 EA 7 TABELCLOTH 4FT X 8FT 1200 EA 8 LINEN NAPKINS 100 EA TOTAL CLIN 0001 PRICE 1 Lot $ BASE PERIOD, 19 NOVEMBER 2013 - 18 NOVEMBER 2014 CLIN 0002, Special Stain Treatment DESCRIPTION ESTIMATED QUANTITY UNIT PRICE TOTAL PRICE 1 STAIN TREATMENT 2,500 (Not to Exceed) LB TOTAL CLIN 0002 PRICE 1 Lot $ BASE PERIOD, 19 NOVEMBER 2013 - 18 NOVEMBER 2014 CLIN 0003, Alterations DESCRIPTION ALTERATIONS ESTIMATED QUANTITY UNIT PRICE TOTAL PRICE 1 ZIPPERS 38 EA 2 WAIT BAND HOOK 60 EA 3 BUTTON 60 EA 4 MENDING 900 INCHES 5 PATCHING 80 EA TOTAL CLIN 0003 PRICE 1 Lot $ OPTION YEAR I, 19 NOVEMBER 2014 - 18 NOVEMBER 2015 CLIN 1001, Hospital Linen Services DESCRIPTION ESTIMATED QUANTITY UNIT PRICE TOTAL PRICE 1 BULK 580,000 LB 2 SHIRT WHITE MEDICAL ASST 1750 EA 3 LAB COATS, LONG 1950 EA 4 TROUSERS WHITE MEDICAL ASST 1750 EA 5 MATTRESS COVER 2100 EA 6 TABLECLOTH 4FT X 4FT 1200 EA 7 TABELCLOTH 4FT X 8FT 1200 EA 8 LINEN NAPKINS 100 EA TOTAL CLIN 1001 PRICE 1 Lot $ OPTION YEAR I, 19 NOVEMBER 2014 - 18 NOVEMBER 2015 CLIN 1002, Special Stain Treatment DESCRIPTION ESTIMATED QUANTITY UNIT PRICE TOTAL PRICE 1 STAIN TREATMENT 2,500 (Not to Exceed) LB TOTAL CLIN 1002 PRICE 1 Lot $ OPTION YEAR I, 19 NOVEMBER 2014 - 18 NOVEMBER 2015 CLIN 1003, Alterations DESCRIPTION ALTERATIONS ESTIMATED QUANTITY UNIT PRICE TOTAL PRICE 1 ZIPPERS 38 EA 2 WAIT BAND HOOK 60 EA 3 BUTTON 60 EA 4 MENDING 900 INCHES 5 PATCHING 80 EA TOTAL CLIN 1003 PRICE 1 Lot $ 5. Description of requirement for the item to be acquired. See the attached Performance Work Statement (PWS) and included appendices. 6. Place of delivery is Nellis AFB, Nevada, and inspection and acceptance is FOB destination. 7. The following provisions are incorporated by references. 52.212-1, Instructions to Offerors - Commercial Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. 8. The following provisions are incorporated by full-text. 52.212-1, Instructions to Offerors - Commercial, Addendum, applies to this acquisition. To be considered for this requirement, the offer must complete the Bid Schedule (see paragraph 4.); price out each sub-item and provide an overall CLIN price for each CLIN 0001, 0002, 0003, 1001, 1002 and 1003. Additionally, the offeror must provide a technical proposal. The technical proposal should demonstrate a thorough understanding of the work requirements, be clear, and free of errors. The proposal must demonstrate a thorough understanding of the requirements of the PWS and describe an approach that demonstrates the achievement of timely and acceptable performance of tasks. The offeror shall provide sufficient detail to demonstrate how they will accomplish the tasks outlined in the PWS. At a minimum, the technical proposal must address the requirements at the following paragraphs of the PWS: Paragraph Title 1.1.5.1. Damaged and Salvaged Laundry 1.1.5.3. Prevention of Cross Contamination 1.1.6.2. Delivery Method 1.1.7.1. Care and Maintenance 1.1.7.2. Cart Availability The technical proposal must not exceed 25 pages (front and back); font size 12pt, Times New Roman. 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: price and technical approach. Proposals conforming to the solicitation will be rated either technically acceptable, or technically unacceptable. A technically acceptable proposal will be rated Acceptable. An Acceptable proposal meets the specific requirements necessary for acceptable contract performance. A technically unacceptable proposal will be rated Unacceptable. An Unacceptable proposal fails to meet a specified requirement necessary for acceptable contract performance. Award shall be made to the offeror with the lowest priced, technically acceptable proposal. b. Options. For award purposes, the Government will evaluate offers by adding the total price for all options to the total price for the basic requirement. The total evaluated price is determined by adding the price of the six month extension period, in accordance with 52.217-8, Option to Extend Services, to the proposed prices for the Base Year and Option Period I. The six month extension price is determined by taking 50% of the final option year's total price, which represents the maximum 6-month period allowed by 52.217-8. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). c. 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 a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.252-1, Solicitation Provisions Incorporated by Reference 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/these address (es): http://farsite.hill.af.mil/ 9. The following clauses are incorporated by references. 52.212-4, Contract Terms and Conditions -- Commercial Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 10. The following clauses are incorporated by full-text. 52.217-8, Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 2 years and 6 months. (End of Clause) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). __X__ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X__ (8) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). _X__ (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X__ (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). _X__ (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X__ (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X__ (23) 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). _X__ (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X __ (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). _X__ (33) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X__ (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: _X __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq. ). _ X__ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq. ). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) 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 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. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) 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 (May 2004) (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 $550,000 ($1,000,000 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 (June 1998) (29 U.S.C. 793). (vii) [Reserved] (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) 5352.201-9101, Ombudsman (Nov 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM ombudsmen, Lt Col Tonney T. Kaw-Uh, email Tonney.Kaw-uh@langley.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 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/ 5352.242-9000, CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names, dates of birth, social security numbers, citizenship, and driver's license / state identification, of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license (additional supporting documentation is required when driver's licenses from Utah, New Mexico, or Washington is provided such as Passport, original Birth Certificate with raised seal, or original Social Security Card), current vehicle registration, valid vehicle insurance certificate, and for non-US citizens, documentation demonstrating legitimate ability/status to be in the United States to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall be briefed on the requirements of AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management. Compliance with the requirement of these AFIs is mandatory for access. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) 5352.242-9001, COMMON ACCESS CARDS (CACs) FOR CONTRACTOR PERSONNEL (AUG 2004) (a) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following criteria: (1) Require logical access to Department of Defense computer networks and systems in either: (i) the unclassified environment; or (ii) the classified environment where authorized by governing security directives. (2) Perform work which requires the use of a CAC for installation entry control or physical access to facilities and buildings. (b) Contractors and their personnel shall use the following procedures to obtain CACs: (1) Contractors shall provide a listing of personnel authorized a CAC to the contracting officer. The contracting officer will provide a copy of the listing to the government representative in the local organization designated to authorize issuance of contractor CACs (i.e., "authorizing official"). (2) Contractor personnel on the listing shall each complete and submit a DD Form 1172-2 or other authorized DoD electronic form to the authorizing official. The authorizing official will verify the applicant's name against the contractor's listing and return the DD Form 1172-2 to the contractor personnel. (3) Contractor personnel will proceed to the nearest CAC issuance workstation (usually the local Military Personnel Flight (MPF) with the DD Form 1172-2 and appropriate documentation to support their identification and/or citizenship. The CAC issuance workstation will then issue the CAC. (c) While visiting or performing work on installation(s)/location(s), contractor personnel shall wear or prominently display the CAC as required by the governing local policy. (d) During the performance period of the contract, the contractor shall: (1) Within 7 working days of any changes to the listing of the contract personnel authorized a CAC, provide an updated listing to the contracting officer who will provide the updated listing to the authorizing official; (2) Return CACs in accordance with local policy/directives within 7 working days of a change in status for contractor personnel who no longer require logical or physical access; (3) Return CACs in accordance with local policy/directives within 7 working days following a CACs expiration date; and (4) Report lost or stolen CACs in accordance with local policy/directives. (e) Within 7 working days following completion/termination of the contract, the contractor shall return all CACs issued to their personnel to the issuing office or the location specified by local policy/directives. (f) Failure to comply with these requirements may result in withholding of final payment. 5352.242-9001, COMMON ACCESS CARDS (CACs) FOR CONTRACTOR PERSONNEL (AUG 2004) (a) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following criteria: (1) Require logical access to Department of Defense computer networks and systems in either: (i) the unclassified environment; or (ii) the classified environment where authorized by governing security directives. (2) Perform work which requires the use of a CAC for installation entry control or physical access to facilities and buildings. (b) Contractors and their personnel shall use the following procedures to obtain CACs: (1) Contractors shall provide a listing of personnel authorized a CAC to the contracting officer. The contracting officer will provide a copy of the listing to the government representative in the local organization designated to authorize issuance of contractor CACs (i.e., "authorizing official"). (2) Contractor personnel on the listing shall each complete and submit a DD Form 1172-2 or other authorized DoD electronic form to the authorizing official. The authorizing official will verify the applicant's name against the contractor's listing and return the DD Form 1172-2 to the contractor personnel. (3) Contractor personnel will proceed to the nearest CAC issuance workstation (usually the local Military Personnel Flight (MPF) with the DD Form 1172-2 and appropriate documentation to support their identification and/or citizenship. The CAC issuance workstation will then issue the CAC. (c) While visiting or performing work on installation(s)/location(s), contractor personnel shall wear or prominently display the CAC as required by the governing local policy. (d) During the performance period of the contract, the contractor shall: (1) Within 7 working days of any changes to the listing of the contract personnel authorized a CAC, provide an updated listing to the contracting officer who will provide the updated listing to the authorizing official; (2) Return CACs in accordance with local policy/directives within 7 working days of a change in status for contractor personnel who no longer require logical or physical access; (3) Return CACs in accordance with local policy/directives within 7 working days following a CACs expiration date; and (4) Report lost or stolen CACs in accordance with local policy/directives. (e) Within 7 working days following completion/termination of the contract, the contractor shall return all CACs issued to their personnel to the issuing office or the location specified by local policy/directives. (f) Failure to comply with these requirements may result in withholding of final payment. G-403 SUBMIT INVOICES ELECTRONICALLY (a) To expedite payment, reduce lost documents, and increase visibility into the status of payments, the Department of Defense (DoD) has implemented electronic invoicing. In conformance with Defense Federal Acquisition Regulation Supplement (DFARS) Clause 252.232-7003, Electronic Submission of Payment Requests, which is incorporated herein by reference, contractors shall submit invoices ELECTRONICALLY through the Defense Finance and Accounting System (DFAS) Web Invoicing System [Wide Area Workflow (WAWF)] at https://wawf.eb.mil/. Contractors are directed to select COMBO Invoice to expedite payments by concurrently creating electronic receiving reports when they create their invoices. (b) Applicable codes necessary for submission of invoices against this contract are as shown below. (1) Issue By DoDAAC: FA4861 (2) Admin DoDAAC: FA4861 (3) Inspect By DoDAAC: F3G4BA (4) CONTRACTING OFFICE: FA4861 (5) Pay DoDAAC: (6) LPO: (7) Description: Hospital Linen Services (d) Paper invoices will be rejected and returned by the DFAS Payment office and the contractor advised to invoice electronically. (e) For assistance regarding specific electronic invoicing issues, please contact the WAWF Customer Service at 866‑618‑5988 or DFAS Electronic Commerce Division at 614‑693‑7674. Web-based training is available at the WAWF site ( https://wawftraining.eb.mil/xhtml/unauth/web/wbt/WbtSummary.xhtml.) (End of clause) 11. Offers are due on Friday, 20 September 2013, at 4:00 pm PT. Offers submitted electronically via email will only be considered for this requirement. Submit offers to Rachelle Luna at rachelle.luna@nellis.af.mil. 12. Below are the names and telephone numbers of the individuals to contact for information regarding this solicitation. Primary Point of Contact Rachelle Luna Contract Specialist 702-652-5321 rachelle.luna@nellis.af.mil Secondary Point of Contact Gilbert Cano Contracting Officer 702-652-5358 gilbert.cano@nellis.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F3G4BA3199A003/listing.html)
 
Place of Performance
Address: NELLIS AFB, NEVADA, LAS VEGAS, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN03157078-W 20130823/130821235649-2dd213740223f1417967be78440e5f33 (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.