Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2014 FBO #4661
MODIFICATION

S -- JBSA Laundry and Dry Cleaning Services - Solicitation 1

Notice Date
8/27/2014
 
Notice Type
Modification/Amendment
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Fort Sam Houston, 502d Contracting Squadron, 2273 Reynolds Rd, JBSA Ft Sam Houston, Texas, 78234-7584, United States
 
ZIP Code
78234-7584
 
Solicitation Number
FA3016-14-T-0060
 
Archive Date
9/17/2014
 
Point of Contact
April J. Kreps, Phone: 210-295-4929, Robyn A Villafranco, Phone: 210-295-3085
 
E-Mail Address
april.j.kreps.civ@mail.mil, robyn.a.villafranco.civ@mail.mil
(april.j.kreps.civ@mail.mil, robyn.a.villafranco.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS Appendix 3 Workload and Finishing changed for Lackland Twin Bedspreads from 'Individual' to WDFWP. Attachment 2, Part I Technical Acceptability, Subfactor (a) changed from quantity of 1,665,825 laundered items stored at the Contractor's facility to 15,000 - 20,000 laundered items stored at the Contractor's facility. Response to questions received by 26 August 2014 at 10:00 CST. NOTE: Due date has changed to 3 September 2014 at 3:00 PM CST. Combined Synopsis/Solicitation- Laundry and Dry Cleaning Services This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and in conjunction with FAR Subpart 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only Request for Quote. Notice to Offeror(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation until funds are available.The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. 1. Solicitation number FA3016-14-T-0060 is issued as a Request for Quote (RFQ). 2. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 effective 25 Jul 2014. 3. The applicable NAICS code is 812320, "Drycleaning and Laundry Services (except Coin-Operated)", and size standard $5.5 million. This solicitation is issued on a full and open basis. 4. See the attached RFQ for applicable contract line items (CLINS), quantities and units of measures and applicable option periods. 5. See the attached RFQ for date(s) and place(s) of delivery and acceptance and FOB point. 6. The government will award a firm fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer is conforming to the solicitation for Laundry Services. The contractor will provide all personnel, supplies, equipment, tools, materials, supervision, transportation, and other items and services necessary to perform all requirements in accordance with the Performance Work Statement (PWS). 7. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, in addition to the Addendum to FAR 52.212-1, Instructions to Offerors- Commercial Items applies to this acquisition. Therefore, submission of offers shall address all requirements contained therein with particular attention to paragraph (b) (4) of the clause - contractors shall provide clear evidence of the understanding and ability to comply with the PWS and provide sufficient information demonstrating the company's technical capabilities in laundry services. All information shall be submitted with an offeror's quote. 8. The provision at FAR 52.212-2, Evaluation - Commercial Items, in addition to the Addendum to FAR 52.212-2, Evaluation - Commercial Items applies to this acquisition. 9. The clause at FAR 52.217-8, Option to Extend Services, is included in the RFQ and will be incorporated into the resultant contract; upon exercise, the clause will extend the terms and conditions of the contract period being extended at the rates specified in the contract, the evaluation of which will be considered and included in the initial evaluation of the quote as demonstrated herein. 10. Proposals will be evaluated in accordance with FAR 13.106 - Low Price Technically Acceptable (LPTA). 11. Offerors are required to include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. 12. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and also Addendum to FAR 52.212-4. 13. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applicable FAR clauses cited in the clause are identified in the attached RFQ. 14. All other provisions and clauses applicable to this RFQ are identified in the attached RFQ. NOTICE TO OFFERORS: The apparent low offeror, upon request by the Contracting Officer, shall submit a subcontracting plan, where applicable, that separately addresses subcontracting with small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Submission of the subcontracting plan is not required at the time designated for quote submission. If the offeror is submitting an individual subcontracting plan, the plan must separately address subcontracting with small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns, with a separate part for the basic contract and separate parts for each option (if any). The plan shall be included in and made a part of the resultant contract. The subcontracting plan shall be submitted within the time specified by the Contracting Officer. Failure to submit the subcontracting plan, within the time limit prescribed by the Contracting Officer, shall make the offeror ineligible for contract award. In reviewing the plan, the Government will consider the completeness of the information included, small business representation in the industry, and the DoD Small Business Goals. The subcontracting plan must be in accordance with FAR 19.704, FAR 52.219-9 and DFARS 252.219-7003. All subcontracting goals must be plausible and assure that small business concerns are provided the maximum practicable opportunity to participate in the performance of this requirement. The offeror must identify distinct subcontracting goals for all small business categories for the base year and each option year separately. This requirement is not applicable to small business concerns under NAICS Code 812320. 15. Complete quotes are DUE 3 SEPTEMBER 2014, 3 PM CST. Deliver to 502 CONS/JBKBA, 2250 Engineer Street, Joint Base San Antonio, Fort Sam Houston, TX 78234, ATTN: April Kreps. Electronic copies will be accepted by april.j.kreps.civ@mail.mil and Robyn Villafranco at robyn.a.villafranco.civ@mail.mil. 16. The Contracting Officer for this requirement is Ms. April Kreps, (210) 295-4929; Email: april.j.kreps.civ@mail.mil or Ms. Robyn Villafranco (210) 3085 at robyn.a.villafranco.civ@mail.mil. 17. Questions regarding this Request for Quote are to be in writing and directed ONLY to 502d Contracting Squadron personnel, all questions must be submitted to the Contracting POCs listed above by 12 PM CST Tuesday, 26 August 2014. Note Extension to Question deadline: email POC addresses have changed; please re-submit any questions previously submitted and any new questions by the due date and time. Questions or discussions with other contractors and other than contracting Government personnel may render a quote invalid. List of Attachments: Attachment 1- Performance Work Statement, dated 23 July 2014 Attachment 2- Addendum to FAR 52.212-1, Instructions to Offerors - Commercial Items Attachment 3- Addendum to FAR 52.212-2, Evaluation - Commercial Items Attachment 4- Request for Quote Attachment 5- Wage Determination No. 05-2521 (Rev.-14)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/433784b37c4e1b0111f7b722fd3802bb)
 
Place of Performance
Address: Laundry services for Joint Base San Antonio include pick-up and delivery at Lackland Air Force Base, Randolph Air Force Base, Medina Annex, and 433rd Airlift Wing, Texas., Lackland AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN03482989-W 20140829/140828022344-433784b37c4e1b0111f7b722fd3802bb (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.