SOLICITATION NOTICE
S -- Lodging Laundry Services - Combined Synopsis/Solicitation
- Notice Date
- 8/15/2017
- Notice Type
- Combined Synopsis/Solicitation
- 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
- FA9301-17-Q-0007
- Archive Date
- 9/14/2017
- Point of Contact
- Amber D. Lauderdale, Phone: 6612773441, Leonard J. Buckless, Phone: 6612773238
- E-Mail Address
-
amber.lauderdale@us.af.mil, leonard.buckless.1@us.af.mil
(amber.lauderdale@us.af.mil, leonard.buckless.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 2--Lodging Linen Performance Work Statement (PWS)--FA9301-17-Q-0007 Attachment 1--NAF General Contract Provisions--Lodging Linen--FA9301-17-Q-0007 Combined Synopsis/Solicitation Narrative FA9301-17-Q-0007 Combined Synopsis/Solicitation Solicitation Number: FA9301-17-Q-0007 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, as supplemented with additional information included in this notice. This announcement consititutes the only solicitation; quotes are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The solicitation number is FA930117Q0007 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and Defense Acquisition Regulations Supplement (DFARS) DPN current to 20161222. Offerors must be registered in the System for Award management (SAM). The associated North American Industrial Classification System (NAICS) code for this procurement is 812320-Drycleaning and Laundry Services (except Coin-Operated) With an associated small business size standard of $5M. This requirement is a total 100% small business set-aside for purposes of business participation. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses and provisions may be accessed in full text at these addresses: http://farsite.hill.af.mil AFTC/PZIOA, Edwards AFB, CA, is seeking Lodging Laundry Services for 1 year. This contract will be awarded using Non-Appropriated Funds (NAF). All responsible sources may submit a firm-fixed price (FFP) quote, which shall be considered by the agency. Award will be made to the lowest price, technically acceptable offeror. This is an "All or None" acquisition; incomplete quotes will not be considered. Interested parties who believe they can meet all the requirements for the service described in the synopsis are invited to submit, in writing, a complete quote; in accordance with (IAW) the attached Performance Work Statement (PWS). Offerors are required to submit, with their quote, enough information for the Government to evaluate the minimum requirements detailed in the synopsis. The following factors will be used to evaluate offers: •1. Price •2. Technical Acceptability Interested offerors must submit any questions before Thursday, August 24, 2017 at 12:00pm (noon) PST. Responses to all questions will be electronically posted in FBO. No telephonic requests will be accepted. Applicable clauses and provisions are included below, as well as in Attachment 1 to this solicitation. 52.212-2-Evaluation-Commercial Items (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: (i) Price; (ii) Technical capability of the service offered to meet the Government requirement; To be found technically acceptable, the quote must adhere to the requirements as specified in this solicitation and the attached Performance Work Statement (iii) Past performance (see FAR 15.304); (b) Evaluation will be competed using Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (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. 5352.201-9101 Ombudsman (Jun 2016) 5352.223-9001 Health & Safety on Government Installations (Nov 2012) 5352.242-9000 Contractor Access to the Air Force Installations (Nov 2012) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. All quotes shall be submitted for items requested in accordance to the specifications included herein. Quotes must be submitted NO LATER THAN: Wednesday, 30 August 2017 at 4:00pm PST. Quotes must be submitted via e-mail to BOTH of the following points of contact: Primary Point of Contact: Amber Lauderdale, amber.lauderdale@us.af.mil, 661-277-3441 Secondary Point of Contact: Leonard "Buck" Buckless, leonard.buckless.1@us.af.mil, 661-277-7583 Attachment 1: NAF General Contract Provisions-Lodging Linen Attachment 2: Lodging Linen PWS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9301-17-Q-0007/listing.html)
- Record
- SN04628870-W 20170817/170815231752-07c881ecfaecd59a5253a1d259ec5ed3 (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 |