Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2024 SAM #8208
SOLICITATION NOTICE

S -- Shop Towel Lease and Laundering Services

Notice Date
5/16/2024 9:13:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812331 — Linen Supply
 
Contracting Office
W7M8 USPFO ACTIVITY IA ARNG JOHNSTON IA 50131-1824 USA
 
ZIP Code
50131-1824
 
Solicitation Number
W912LP-24-Q-2006
 
Response Due
5/30/2024 8:00:00 AM
 
Archive Date
06/14/2024
 
Point of Contact
Kelsey Letcher, Phone: 5152524508, Tracy C Miller, Phone: 5152524248
 
E-Mail Address
kelsey.l.letcher.civ@army.mil, tracy.c.miller11.civ@army.mil
(kelsey.l.letcher.civ@army.mil, tracy.c.miller11.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, �Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services,� as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-04, dated 01 May 2024. The associated North American Industrial Classification System (NAICS) code for this procurement is 812331, with a small business size standard of $40 million. The Iowa Army National Guard is seeking to purchase shop towel lease and laundering services. All interested companies must provide quotation for the following: Services See Attachment 1 � Performance Work Statement for Shop Towel Lease and Laundering Services. The purchase order period of performance will run from date of award for no more than 12 months and four (4) 12-month option periods. Place of Performance: See Attachment 1 � Performance Work Statement Award will be made to responsible offeror whose quotation, submitted in accordance with the solicitation, provides the lowest total price to the government. See Attachment 2 for FAR and DFARS provisions and clauses which are hereby incorporated into this solicitation. The clauses will be incorporated into the resultant purchase order. The full text of FAR provisions or clauses may be accessed electronically at acquisition.gov. Offerors shall complete annual representations and certifications online in the System for Award Management in accordance with FAR 52.212-3, �Offeror Representations and Certifications�Commercial Products and Commercial Services.� If paragraph (b)(2) of the provision is applicable, a written submission is required. All quotations shall include the following information. Quotations that do not include all required information may be determined non-compliant and may not be considered for award. Completed Contact Information and Pricing Table (Attachment 3) Questions regarding this solicitation shall be submitted via email to kelsey.l.letcher.civ@army.mil and tracy.c.miller11.civ@army.mil no later than 10:00 a.m. local (central) time on 24 May 2024. Questions will not be accepted by phone. Questions and answers will be consolidated into a single Q&A document and posted to Contract Opportunities on www.sam.gov on a non-attribution basis. Offerors shall monitor the website for the most current Q&A documents and amendments to the solicitation. Quotations are due at 10:00 a.m. central (local) on 30 May 2024.� Quotations shall be submitted via email to Kelsey Letcher, kelsey.l.letcher.civ@army.mil and Tracy Miller, tracy.c.miller11.civ@army.mil in accordance with FAR 52.212-1 Addendum located in Attachment 2 � Provisions and Clauses. The contractor is responsible for ensuring quotes are submitted by the due date and time indicated. Late submissions will be treated in accordance with the solicitation provision at FAR 52.212-1(f).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/911e84773c12456880d831051e52fbbd/view)
 
Place of Performance
Address: IA, USA
Country: USA
 
Record
SN07066727-F 20240518/240516230051 (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.