Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
SOLICITATION NOTICE

S -- Laundry Service Sleep Bags Army - Laundry Service Info

Notice Date
1/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Florida, 189 Marine Street, St. Augustine, Florida, 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN_18_T_0001
 
Archive Date
2/2/2018
 
Point of Contact
Rebecca Chechila, Phone: 9048230551
 
E-Mail Address
rebecca.r.chechila.mil@mail.mil
(rebecca.r.chechila.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation The solicitation number W911YN-18-T-0001 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78. (http://farsite.hill.af.mil/vffara.htm) This is a total small business set-aside. The North American Industry Classification System (NAICS) code for this project is 812332 with a size standard of $38.5M. Location of USPFO warehouse is located on Camp Blanding Joint Training Center Starke, FL. Contractor shall provide laundry services for the USPFO CIF Warehouse (pickup, wash, dry, fold, and deliver) off site of CBJTC. Items to be laundered as follows: Quantities were inventoried as of 11/01/17 government reserves the right to increase or decrease. Five (5) part sleeping system to include: Bivy Cover - Quantity 1800 each Foil Green Sleeping Bag - Quantity 1800 each Small Stuff Sack - Quantity 1800 each Large Stuff Sack - Quantity 1800 each Urban Grey Sleeping Bag - Quantity 1800 each GRAND TOTAL PCS: 9,000 each. Components will be separated by the government in "like" item bins for pick up, and shall be returned and sorted in the same fashion by the contractor. All components shall be laundered in accordance with (IAW) the attached TM instruction (see highlighted sections in the attachment). All components must be picked up in one lump sum from the warehouse upon contract award, and returned once all components are laundered. Period of performance is 90 days. See additional information for SOW, cleaning instructions. Quotes are due NLT 3:00pm (est.) 18 January 2018 Statement of Work: Attached Wage Determination: Attached NOTE TO OFFERORS: In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market.. Bid Schedule: Please submit your quote in the following format. Item Each CLIN 0001 Bivy Cover CLIN 0002 Green Sleeping bags (cold weather) CLIN 0003 Gray sleeping bags (light weight) CLIN 0004 Stuff sacks (both small and large) CLIN 0005 CMRA (if applicable) Total tiny_mce_marker_____________ FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addendem applies: RFQ due date: 18 January 2018 RFQ due time: 3:00pm (est) Fax RFQ to 904-823-0551 or mail to: rebecca.r.chechila.mil@mail.mil USPFO Florida (attn Contracting) 189 Marine Street St Augustine Florida, 32084 DUNS Number: Cage Code: Tax ID Number: *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above All questions regarding this solicitation must be submitted to: rebecca.r.chechila.mil@mail.mil All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the System for Award Management (SAM) www.sam.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. WAWF instruction shall be provided at time of award FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: "Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon price, and ability to fulfill the requirement. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. An offeror must be determined to be responsible by the Contracting Officer in order to be eligible for award. Responsibility is described in Federal Acquisition Regulation (FAR) Subpart 9.1, "Responsible Prospective Contractors." Part of the determination addresses financial capability. Please provide the names, addresses and points of contact for all financial institution organizations utilized to determine if contractor has adequate financial resources to perform the contract or the ability to obtain them to include written authority to contact the provided financial institution. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with it's Alternate I, applies to this acquisition. All vendors must be registered in System for Award Management (SAM) at the time of Quote submittal. www.sam.gov DFARS Provision 252.212-7000, Offeror Representations and Certifications-Commercial Items, applies to this acquisition Service Contract Act of 1965 FAR clause 52.222-41 is applicable -see attached wage determination. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEV), additionally, the following FAR clauses cited in 52.212-5 are applicable: DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEV), additionally, the following FAR clauses cited in 252.212-7001 are applicable: DFARS Clause 252.237-7012, Instruction to Offerors (Count-of-Articles), in solicitations for laundry and dry cleaning services to be provided on a count-of-articles basis. DFARS Clause 252.237-7014, Loss or Damage (Count-of-Articles), in solicitations and contracts for laundry and dry cleaning services to be provided on a count-of-articles basis. DFARS Clause 252.237-7016 Delivery Tickets, in all solicitations and contracts for laundry and dry cleaning services. The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN_18_T_0001/listing.html)
 
Place of Performance
Address: USPFO Purchasing and Contracting, 189 marine street, St.Augustine, fl 32084, Saint Augustine, Florida, 32084, United States
Zip Code: 32084
 
Record
SN04787352-W 20180113/180111230921-2c914e3f2ad367a1931dd85958cbd9d4 (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  © 1994-2020, Loren Data Corp.