Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2014 FBO #4654
MODIFICATION

S -- Transportation Laundry Services - Revised SOW and Pricing worksheet

Notice Date
8/20/2014
 
Notice Type
Modification/Amendment
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
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
F1S3AP4147AK0102
 
Archive Date
9/12/2014
 
Point of Contact
Monika Masei, Phone: (661) 277-6943
 
E-Mail Address
Monika.Masei@us.af.mil
(Monika.Masei@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Revised pricing sheet Revised statement of work This is a 100% Small Business Set-Aside acquisition IAW FAR 19.502-2(a). The solicitation number is F1S3AP4147AK0201. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76 and DFARs Change Notice (DPN) 20140721. Federal Supply Class (FSC) code is S209. NAICS is 812320 and the size standard is $5,000.000.00. The Air Force Test Center (AFTC) Directorate of Contracting, Operational Contracting Division, Edwards Air Force Base, CA is seeking to purchase the following: One year base with four one (1) Year Option Periods. Please reference attached pricing sheet and fill in accordingly as well as provide a quote with the below CLIN structure. CLIN QTY Unit of Issue Description 0001 12 Mo. Linen services to include linen furnishing, including pick-up and delivery IAW Performance Work Statement 1001 12 Mo. OPTION Year 1 Linen services to include linen furnishing, including pick-up and delivery IAW Performance Work Statement 2001 12 Mo. OPTION Year 2 Linen services to include linen furnishing, including pick-up and delivery IAW Performance Work Statement 3001 12 Mo. OPTION Year 3 Linen services to include linen furnishing, including pick-up and delivery IAW Performance Work Statement 4001 12 Mo. OPTION Year 4 Linen services to include linen furnishing, including pick-up and delivery IAW Performance Work Statement The Government is requesting that any interested party who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB destination (Edwards AFB, CA 93524). Offerors are required to include with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. Offerors are also required to complete and attach with quote DFARs clause 252.209-7993(attached to be downloaded) REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2014-O0009)(FEB 2014). CONTRACTORS MUST COMPLY WITH FAR 52.204-7 AND DFARs 252.204-7004, ALTERNATE A, CENTRAL CONTRACTOR REGISTRATION. TO REGISTER WITH SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION (DEVIATION) GO TO URL: https://www.sam.gov/portal/public/SAM ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION BECOME MANDATORY 1 JANUARY 2005. The following provisions and clauses apply: Provision 52.204-7, System for Award Management Clause 52.204-9, Personal Identity Verification of Contractor Personnel Clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards Clause 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarmant Provision 52.212-1, Instructions to Offerors-Commercial; Provision 52.212-2, Evaluation - Commercial Items; Lowest Priced Technically Acceptable (LPTA) Provision 52.212-3, Offerors Representation and Certifications - Commercial; Clause 52.212-4, Contract Terms and Conditions - Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items (to include 52.222-3, 52.222-19,52.222-26, 52.222-35, 52.222-36, 52.222-37, 252.204-7004,); Provision 52.217-5, Evaluation of Options Clause 52.217-8, Option to Extent Services Clause 52.219-06, Notice of Total Small Business Set-Aside Clause 52.219-28, Post-Award Small Business Program Representation Clause 52.222-41, Service Contract Act of 1965 Clause 52.222-42, Statement of Equivalent Rates for Federal Hires Clause 52.222-44, Fair Labor Standards Act and Service Contract Act - Price Adjustment Clause 52.222-50, Combating Trafficking in Persons Clause 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving Clause 52.225-13, Restrictions on Certain Foreign Purchases Clause 52.232-18, Availability of Funds Clause 52.232-33 Payment by electronic Funds Transfer-Central Clause 52.223-1, Disputes Clause 52.233-3, Protest after Award Clause 52.223-04, Applicable Law for Breach of Contract Claim Clause 52.247-34, F.O.B. Destination Provision 52.252-1, solicitation Provisions Incorporated by Reference Clause 52.252-2, Clauses Incorporated by Reference Clause 52.252-06, Authorized Deviations in Clauses Clause 252.203-7000, Requirements Relating to Compensation of Former DoD Officials Clause 252.204-7004, Alternate A, System for Award Management Clause 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Deviation 2014-O0009) (FEB 2014). Clause 252.232-7010, Levies on Contract Payments Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports Clause 252.247-7023, Transportation of Supplies by Sea Clause 5352.201-9101, Ombudsman INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. Offers are due at the AFTC/PZIOA, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524-1185 or via e-mail. Offerors shall submit quotes electronically in.pdf, Microsoft Word 7.0/95 format, or Excel 2010 format or earlier. All copies are to be received by the close of business (4:00 pm PST) on 28 August 2014 to the following Contracting Specialist: Point of Contact: Monika Masei, Contract Specialist, Phone (661) 277-6943, Email: monika.masei@us.af.mil Anne Hylla, Contracting Officer, Phone (661) 277-34937, Email: anne.hylla@us.af.mil Any information provided is strictly voluntary. The government will not pay for information submitted in response to this synopsis. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2014-08-11 12:41:15">Aug 11, 2014 12:41 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2014-08-20 14:19:03">Aug 20, 2014 2:19 pm Track Changes Please note, the closing date for this is now 28 August 2014 at 4PM PST. The Statement of Work has been revised as well as the pricing/option sheet. Please price IAW with that.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S3AP4147AK0102/listing.html)
 
Place of Performance
Address: 115 N. Rosamond Blvd., Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN03472992-W 20140822/140821000243-dd67f282837bd9bbc677c556d238caee (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.