Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2016 FBO #5357
SOLICITATION NOTICE

S -- Laundry Services - Solicitation Supporting Documents

Notice Date
7/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Oklahoma Area Ofc Claremore Service Unit, Claremore Indian Hospital, 101 South Moore, Claremore, Oklahoma, 74017
 
ZIP Code
74017
 
Solicitation Number
HHSI-246-16-Q-0033
 
Archive Date
8/19/2016
 
Point of Contact
LaDonna Collins, Phone: 9183426447, Eileen S. Soban, Phone: 9183426511
 
E-Mail Address
ladonna.collins@ihs.gov, eileen.soban@ihs.gov
(ladonna.collins@ihs.gov, eileen.soban@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
D-1 / Performance Work Statement Terms and Conditions SF-1449 This is a combined synopsis/solicitation for commercial items 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; quotes are being requested via the attached SF-1449, solicitation document and the performance work statement. The solicitation is issued as Request for Quote (RFQ) # HHSI-246-16-Q-0033. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, effective 7/14/2016. This procurement is full and open competition under NAICS Code 812320 with a small business size standard of $5.5M. The attached RFQ is to provide laundry services for the Claremore Indian Hospital IAW the attached performance work statement. CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. The provisions of 52.212-1, Instructions to Offerors-Commercial Items (OCT 2015), applies to this acquisition. In addition to the information required in FAR 52.212-1, Contractors shall provide the following: (1) three past performance references to include the contact name and phone number, contract number, company name, brief description of project; and (2) their Dun and Bradstreet Number (note: Contractors must be registered in the System for Award Management (SAM) to be eligible for award. This can be done at http://www.sam.gov). The provisions of 52.212-2, Evaluation-Commercial Items (OCT 2014), applies to this acquisition. 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: Method and Approach, Past Experience and Past Performance. Method and Approach, Past Experience and Past Performance, when combined, are more important than price factors. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (JUL 2016) or indicate certifications in ORCA at https://orca@bpn,gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2015), applies to this acquisition. The FAR and HHSAR clauses that apply are listed in the solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (JUN 2016) applies to this acquisition. The government reserves the right to request a tour of the potential contractor's laundry facility prior to award of the contract. All offers must allow tour of the contractor's laundry facility upon request. Questions concerning this solicitation may be submitted no later than 3:00pm CST, July 28, 2016, in writing to ladonna.collins@ihs.gov. All responsible sources may submit a response which, if timely received, will be considered by the agency. Proposals are due by 4:30 pm CST, August 4, 2016, at Claremore Indian Hospital, 101 S.Moore Ave, Claremore, Oklahoma, 74017-5047 and must be delivered electronically to LaDonna Collins, Supervisory Contract Specialist, ladonna.collins@ihs.gov and Eileen Soban, Purchasing Agent, eileen.soban@ihs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Claremore/HHSI-246-16-Q-0033/listing.html)
 
Place of Performance
Address: 101 S. Moore Ave, Claremore, Oklahoma, 74055, United States
Zip Code: 74055
 
Record
SN04193437-W 20160724/160722234832-ea1d3cb5f5b472b59a8691bd5ec2c9e3 (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.