SOLICITATION NOTICE
S -- LAUNDRY DROP-OFF/PICK-UP SERVICES
- Notice Date
- 6/2/2022 3:27:09 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812320
— Drycleaning and Laundry Services (except Coin-Operated)
- Contracting Office
- W7N6 USPFO ACTIVITY WA ARNG TACOMA WA 98430-5170 USA
- ZIP Code
- 98430-5170
- Solicitation Number
- FY22-11794079
- Response Due
- 6/16/2022 2:00:00 PM
- Archive Date
- 07/01/2022
- Point of Contact
- Dennis Jutras, Phone: 5095322874, Nicholas Parker, Phone: 2535128225
- E-Mail Address
-
dennis.k.jutras.civ@army.mil, nicholas.a.parker24.mil@army.mil
(dennis.k.jutras.civ@army.mil, nicholas.a.parker24.mil@army.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W912K3-22-R-0002 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06, Dated 26 May 2022 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20220428.� It is the contractor�s responsibility to become familiar with applicable clauses and provisions.� This acquisition is unrestricted, FULL & OPEN COMPETITION under North American Industry Classification Standards (NAICS) code 812320. This RFQ is for a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity contract. The Government intends to award a contract to a qualified vendor deemed responsive in accordance with the Federal Acquisition Regulation (FAR) Part 12, whose quote conforms to all of the RFQ's requirements and is judged to represent the Best Value to the Government.� A best value to the government under FAR Part 13 allows the contracting officer broad discretion to evaluate offers based on price and non-priced factors.� Non-price factors that may be considered include past performance, pick-up/drop-off process, methods used (to include packaging completed items), and any other process relevant to this type of service.� Delivery of requirements will be FOB destination. This office will consider any late quotes or any late revisions of quotes as non-responsive. ln no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government. Government POC:� Government POC will be provided at time of award. Any changes must be coordinated through the government POC and approved in writing by the Contracting Officer. Responses must be submitted in writing no later than 16 June 2022 at 2:00 P.M. (Pacific Time) to dennis.k.jutras.civ@army.mil. All questions regarding this RFQ must be submitted by email no later than 24 hours prior to RFQ closing time. *ALL QUESTIONS MUST BE IN WRITING (EMAIL)* � Description of Requirement See attached SF1449 Solicitation Document and PWS.� Vendors must include pricing per item.� The IDIQ will be established with maximum quantities per CLIN based on pricing.� Task orders will be awarded on an as needed basis (may be for up to an entire year at a time).� The minimum guarantee for this IDIQ is $5,000, which will be met with the first task order (concurrent with the establishment of the IDIQ). Extended Description Please see Performance Work Statement (PWS) for full details of training requirement.� Vendor�s quote must be a single firm fixed-price for all CLINs inclusive of all related fees/charges.� Service Contract Act Wage Determinations Apply � Location specific wage determinations may be found at: https://sam.gov/content/wage-determinations Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF).��Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission�of Payment Requests.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/68fc05d25e35471ba1f24bd09b40c357/view)
- Place of Performance
- Address: Camp Murray, WA 98430, USA
- Zip Code: 98430
- Country: USA
- Zip Code: 98430
- Record
- SN06345434-F 20220604/220602230109 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |