Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2024 SAM #8129
SOLICITATION NOTICE

S -- Uniform Rental & Cleaning Services

Notice Date
2/27/2024 8:12:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-24-Q-0112
 
Response Due
3/7/2024 7:00:00 AM
 
Archive Date
03/22/2024
 
Point of Contact
Tim Caracciolo, Phone: 7323234643
 
E-Mail Address
timothy.j.caracciolo.civ@us.navy.mil
(timothy.j.caracciolo.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 0002: The purpose of this amendment is to update the Statement of Work to include the Place of Performance as well as update the date responses are due to 07 March 2024 at 10:00am EST. I. Description of Requirement This procurement is for Uniform Rental and Cleaning Services for work pants and shirts for 10 employees and one spare set, and coveralls for one person in support of the Prototype, Manufacturing, and Test Division (PMTD).� Please see the attached SOW and CLIN Structure for the following: Warranty Vendor provided services Contract Options Inspection and Acceptance Packaging, Preservation and Shipping The resultant contract will be a firm-fixed-price contract. II. Solicitation Instructions.� (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (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.� (ii) This solicitation is issued as a Request for Quotation (RFQ) in accordance with FAR Subpart 12.6 & FAR Part 13 under combined synopsis/solicitation number N68335-24-Q-0112.� (iii) The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01.� (iv) This will be Small Business Set-Aside.� The associated North American Industrial Classification System (NAICS) code for this procurement is 812332 with a size standard of $47 million.� The Product Service Code is S209.� (v) See attached Statement of Work (SOW) and CLIN Structure for requirement specifications.� (vi) The description of the requirements for the items to be acquired are provided in the description above and the attached SOW and CLIN Structure.� (vii) See attached SOW for Date(s) and place(s) of delivery and acceptance.� FOB point is destination.� Any applicable shipping costs shall be factored into the unit price(s) of each item.� Do not include a separate line item for shipping charges.� (viii) FAR 52.212-1 Instructions to Offerors--Commercial Products and Commercial Services, is incorporated.� (ix) FAR 52.212-2, Evaluation-Commercial Products and Commercial Services is incorporated.� (x) This solicitation is open to small businesses. (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: Award shall be made to the offeror whose quotation is deemed technically acceptable and is lowest price.� The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Description; and, 2) Price. 1. Technical Description: The Government will evaluate whether the quoter has included a technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, including the attached SOW and CLIN Structure.� Quotations that do not include a technical description of the services being offered or do not include a technical description of the services being offered in sufficient detail to evaluation compliance with the requirements in the solicitation, including the attached SOW and CLIN Structure will not be considered for award. 2. Price: The Government will evaluate price for reasonableness. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer or a statement that its Representations and Certifications was completed in the System for Award Management (SAM). �(xi)� FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated. (xii)� FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders �Commercial Items is incorporated in this contract by full text; the following provisions apply: 52.222-50, Combating Trafficking in Persons (Mar 2015). (xiii)� Additional clauses and provisions and requirements: FAR 52.204-7: System for Award Management FAR 52.204-13: System for Award Management Maintenance FAR 52.204-16: Commercial and Government Entity Code Maintenance FAR 52.204-21: Basic Safeguarding of Covered Contractor Information Systems FAR 52.204-24: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-27: Prohibition on a ByteDance Covered Application FAR 52.219-6: Notice of Total Small Business Set-Aside FAR 52.223-5: Pollution Prevention and Right-to-Know Information FAR 52.225-18:� Place of Manufacture FAR 52.225-25: Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation FAR 52.227-1:� Authorization and Consent FAR 52.227-2: Notice And Assistance Regarding Patent And Copyright Infringement and Certifications. FAR 52.229-3: Federal, State And Local Taxes FAR 52.232-39: Unenforceability of Unauthorized Obligations FAR 52.232-40: Providing Accelerated Payments to Small Business Subcontractors FAR 52.252-2: Clauses Incorporated By Reference DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005: Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003: Control Of Government Personnel Work Product DFARS 252.204-7007: Alternate A, Annual Representations and Certifications DFARS 252.204-7008: Compliance With Safeguarding Covered Defense Information Controls DFARS 252.204-7009: Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7016: Covered Defense Telecommunications Equipment or Services � Representation DFARS 252.204-7017: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation DFARS 252.204-7018: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.211-7003: Item Unique Identification and Valuation DFARS 252.211-7008: Use of Government-Assigned Serial Numbers DFARS 252.215-7013: Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.217-7026: Identification of Sources of Supply DFARS 252.223-7008: Prohibition of Hexavalent Chromium DFARS 252.225-7001: Buy American And Balance Of Payments Program�Basic DFARS 252.225-7002: Qualifying Country Sources As Subcontractors DFARS 252.225-7007: Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies DFARS 252.225-7012: Preference For Certain Domestic Commodities DFARS 252.225-7013: Duty-Free Entry�Basic DFARS 252.225-7048: Export-Controlled Items DFARS 252.226-7001: Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns DFARS 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006:� Wide Area Workflow Payment Instructions DFARS 252.232-7010: Levies on Contract Payments DFARS 252.243-7001: Pricing Of Contract Modifications DFARS 252.244-7000: Subcontracts for Commercial Products or Commercial Services Additional requirements: Quotes are due by 10:00am EST, 07 March 2024 to Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil.� Please see attachments for the SOW and CLIN Structure.� All proposals shall meet all requirements as outlined in the attached SOW and CLIN Structure.� Proposals shall include price, be �FOB: Destination�, with inspection and acceptance at �destination.�� Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors.� The Government will accept only electronic proposals.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/28ba805472b944ba81b70ed65b11e7cc/view)
 
Place of Performance
Address: Lakehurst, NJ, USA
Country: USA
 
Record
SN06978186-F 20240229/240227230046 (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.