Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 29, 2023 SAM #8037
SOLICITATION NOTICE

S -- 96 MXG Shop Towels

Notice Date
11/27/2023 7:02:13 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
 
ZIP Code
32542-5418
 
Solicitation Number
FA282324Q0006
 
Response Due
11/28/2023 10:00:00 AM
 
Archive Date
12/13/2023
 
Point of Contact
Kristina B. Brannon
 
E-Mail Address
Kristina.Brannon@eglin.af.mil
(Kristina.Brannon@eglin.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment #3 on 27 Nov 2023: Add consolidated RFIs as of 27 November. Amendment #2 on 16 Nov 2023:�Add consolidated RFIs as of 16 November. Amendment #1 on 15 Nov 2023: Add consolidated RFIs as of 15 November. This is a combined synopsis/solicitation for commodities prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will NOT be issued. This is a competitive Request for Quote (RFQ) and the solicitation number for this requirement is FA2823-24-Q-0006. The Operational Contracting Division, Air Force Test Center at Eglin, AFB, Florida, requires Shop Towel services�in accordance with the Performance Work Statement dated 23 October 2023. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, as supplemented. This procurement will be conducted as a 100% Small Business set-aside; please identify your business size in your response based upon this standard. Award will be made to the lowest priced, responsible Offeror whose offer conforms to all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements. The North American Industry Classification System code (NAICS) is 812332 Industrial Launderers, with a size standard of $47M. A firm-fixed priced purchase order will be awarded. The Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. All terms and conditions (including clauses and CLIN structure) in this RFQ shall be incorporated into the resulting award. Any issue or concerns with them must be addressed prior to the solicitation close date. The Government is not responsible for any costs incurred or associated with preparation and submission of an offer in response to this solicitation. NO OFFERORS WILL BE COMPENSATED FOR SUBMITTING AN OFFER. The Contracting Officer has determined that there is a high probability of adequate price competition for this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer�s opinion, adequate price competition exists no additional price information will be requested. However, if at any time during the evaluation the Contracting Officer determines that adequate price competition no longer exists, Offerors may be required to submit information to the extent necessary to determine the price fair and reasonable. BASIS FOR AWARD: In accordance with FAR 13.106-1(a)(2) offerors are notified that the award will be made to the lowest priced offeror that meets the minimum technical requirements. Offeror will be evaluated in accordance with FAR 13.106-2(b). ***� Please provide any technical specifications/literature regarding the different towel types your company is offering to the Government in performance of this service. Please also provide one to two pages of your company�s understanding of which shops will receive regular towels that will be laundered, which shops will receive regular towels that will be provided by the Service Provider and disposed of by Eglin AFB, and which shops will be provided new, lint-free towels that will also be disposed of by Eglin AFB. In this one to two pages please also provide your company�s proposed delivery/pick up schedule. *** Generalized statements such as �will comply with the Performance Work Statement� will not suffice as a substitute for the aforementioned items that are being requested with offers. A. Evaluation of Options and Determining Total Evaluated Price (TEP): For the purposes of the award of this contract, the Government intends to evaluate the option to extend services provided under FAR 52.217-8, as follows: The extension of services option can be exercised at any time and can be exercised in increments of one to six months, but for no more than a total of six months during the life of the contract. For the purposes of evaluation and determining the Total Evaluated Price the evaluation of the six month extension will utilize the pricing offered for Option Year 4. The evaluation will assume that the addition of the Price of any possible extension(s) under FAR 52.217-8 to the total Price for the basic requirement and the total Price for the priced options has the same effect on the total Price of all quotes relative to each other, and will not affect the ranking of quotes based on Price. Evaluation of options shall not obligate the Government to exercise such options. The Offeror must submit pricing for each year in order to be considered acceptable. B. Reasonableness: Normally, Price reasonableness is established through adequate price competition, but may also be determined using one or more of the techniques defined in FAR 13.106-3(a)(2). Once the Contracting Officer has determined that adequate price competition exists the Price fair and reasonableness will be evaluated, at a minimum, based on the comparison of the Offeror�s overall TEP with all other competitive Offerors� overall TEPs received in response to the solicitation. C. Rejection of Unbalanced Offers: Offeror�s Price quote will be evaluated to determine if unbalanced pricing exists. Unbalanced pricing exists when, despite an acceptable total evaluated Price, the Price of one or more contract line items is significantly over or understated as indicated by application of Price analysis techniques. An offer may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government. D. Representations and Certifications in the SF1449 must be completed if they are not already in the Offeror�s SAM profile. Please return the representations and certifications with the quote. E. Offerors are not required to complete the entire SF1449 or return it; only the Section K representations and certifications. �Offerors should provide a quote on their standard letterhead listing the below information, their payment terms (NET 30 or discount for prompt payment), their price, any technical literature on the towels themselves, and their understanding of which shops receive which towels. All offers must list CAGE code, Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov/portal/public/SAM/. Lack of registration in SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINES: Submit any questions to the attention of Kristina B. Brannon by email to kristina.brannon.1@us.af.mil no later than 12:00 PM Central Time on 22 November 2023. Offers are due no later than 12:00 PM Central Time on 28 November 2023 to kristina.brannon.1@us.af.mil. Attachments: 1. Performance Work Statement dated 23 October 2023 2. Wage Determination 2015-4531 Revision 24
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aeac07eba05f4f77b4213f36ebd3b6a2/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN06894423-F 20231129/231127230043 (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 |
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.