Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
MODIFICATION

S -- APF Linen Exchange

Notice Date
6/17/2024 6:11:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
FA4830 23 CONS CC MOODY AFB GA 31699-1700 USA
 
ZIP Code
31699-1700
 
Solicitation Number
FA483024Q0039
 
Response Due
7/17/2024 9:00:00 AM
 
Archive Date
08/01/2024
 
Point of Contact
SSgt Tiffany Turgeon, Phone: 229-257-2811, Gerard J. Entwisle, Phone: 2292572509, Fax: 2292574709
 
E-Mail Address
tiffany.turgeon@us.af.mil, gerard.entwisle.2@us.af.mil
(tiffany.turgeon@us.af.mil, gerard.entwisle.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis and solicitation for commercial items 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; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. AVAILABILITY OF FUNDS The Government intends to award for this service; HOWEVER FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS CONTRACT. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The solicitation number for this procurement is FA483024Q0039 and it is issued as a Request for Quotation (RFQ). All References to �offer� or �offeror� in the clauses and provisions incorporated below are deemed to have the meaning of �quotation� and �quoter� respectively. Any quotation received in response to this RFQ is not binding until the contractor either signs the purchase order issued at time of award or starts of performance. This RFQ and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2023-03, Defense Acquisition Circular (DAC) 2021-12-30, and Air Force Acquisition Circular (AFAC) 2021-0726. In accordance with FAR 52.219-1 the North American Industry Classification System (NAICS) is 812320. The small business size standard is $8 million. The Government intends to award a single contract from this solicitation. This acquisition will be set aside 100% for Small Businesses in accordance with FAR 19.502-2(a). Description: The purpose of this RFQ is to acquire linen exchange services for Moody AFB in accordance with Attachment 1: Performance Work Statement (PWS). FOB Point: Destination (Moody AFB, GA.) Period of Performance: The resulting contract from this solicitation will contain a twelve (12) month base period beginning 01 Oct 2024, and four (4), one year option periods. The break out is listed below: Base Year:� � � 1 Oct 2024 through 30 Sept 2025 Option Year 1: 1 Oct 2025 through 30 Sept 2026 Option Year 2: 1 Oct 2026 through 30 Sept 2027 Option Year 3: 1 Oct 2027 through 30 Sept 2028 Option Year 4: 1 Oct 2028 through 30 Sept 2029 All quoters must be System for Award Management (SAM) registered and the online representation and certification in SAM must be completed. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling 866-606- 8220, or 334-206-7828 for international calls. Quoters that reject the terms and conditions of the solicitation may be excluded from consideration. The below listed FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply to this RFQ and will be incorporated into the resulting contract. All clauses may be viewed in full text via the internet at http://acquisition.gov. The Certificate of Compliance with Insurance Requirements at Attachment 4 also apply to the solicitation. Response Time: Quotations will be accepted electronically no later than 12:00 P.M. E.S.T. on Thursday, 2 May 2024. All quotations shall be marked with the RFQ number and title. Email quotations shall be sent to both the primary and alternate points of contact identified below. The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. Quotations shall contain the following information: RFQ Number; Time Specified for Receipt of Quotations; Name, Address, CAGE/DUNS, and Telephone Number of Quoter; Name and Email address of Representative authorized to discuss quote; Any Discount Terms; and Acknowledgement of all Solicitation Amendments (if applicable). Quotations shall also include the following required documentation: Price: Quoted prices must be submitted using the Pricing Schedule at Attachment 5. Quoters shall insert unit prices in the attached pricing schedule, rounded to the nearest cent (for example $0.02 not $0.0231). Quoters rejecting the terms and conditions may be excluded from consideration. Note: Department of Labor (DOL) Wage Determination 15-4493 Rev. 23, dated 12/26/2023, at Attachment 2, applies. Technical: The quoter must submit a technical approach that clearly demonstrates a complete and realistic plan to meet Service Summary item SS-1, SS-2, SS-3, SS-4, SS-5, SS-6, and SS-7 of the Performance Work Statement (Reference Section 2.1 of the Performance Work Statement). Past Performance: The contractor may submit no more than three (3) past performance references. References should be for services similar in scope to this requirement that have occurred in the last five years prior to the closing date of the solicitation. References for past performance shall include a point of contact, their phone number, email address, name of the company, contract number (if applicable), initial contract cost and period of performance. Evaluation of past performance will also include past performance information obtained from any suitable source, such as Air Force automated past performance data bases (i.e. CPARS, PPIRS), direct local business experience with the quoter, or similar. Evaluation: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract to the quoter whose quotation is judged to represent the best value to the Government based on Price, Technical Factors, and Past Performance. Price: Evaluation of price will consider the total of the annual prices for all contract years (base plus all options, including a possible six-month extension), with each year�s price evaluated as the sum of the prices of all contract line items (CLINs) for that year. Each CLIN price will be evaluated as the quantity multiplied by the unit price, rounded to the nearest cent. A potential six-month extension IAW the clause FAR 52.217-8 will be evaluated at the pricing of the final option year divided by two. In the event of an extension under this clause, it will be exercised at the prices of the prior contract year. Technical: The quoter must submit a technical approach that clearly demonstrates a complete and realistic plan to meet Service Summary item SS-1, SS-2, SS-3, SS-4, SS-5, SS-6, and SS-7 of the Performance Work Statement (Reference Section 2.1 of the Performance Work Statement). Past Performance: The contractor may submit no more than three (3) past performance references. References should be for services similar in scope to this requirement that have occurred in the last five years prior to the closing date of the solicitation. References for past performance shall include a point of contact, their phone number, email address, name of the company, contract number (if applicable), initial contract cost and period of performance. Evaluation of past performance will also include past performance information obtained from any suitable source, such as Air Force automated past performance data bases (i.e. CPARS, PPIRS), direct local business experience with the quoter, or similar. A site visit will be held on 27 June 2024 at 10:00 AM EST. We will start at the contracting office conference room and travel to the Moody Inn. If you wish to attend, fill out Attachment 6 - Base Pass Request and email it to the contracting POCs no later than 12:00 PM EST 26 June 2024. Questions and Answers: Should you have any questions about this requirement, please submit them no later than 12:00 PM EST� 2 July 2024, all questions must be submitted via email. Answers to all questions will be posted to SAM.gov when the government has generated any and all answers. Should an amendment be necessary to allow for additional time, this solicitation may be extended with a later quotation due date. Primary Point of Contact: Mr. Gerard Entwisle at gerard.entwisle.2@us.af.mil, �Phone: 229-257- 2509 Alternate Point of Contact: SSgt Tiffany Turgeon, Email: tiffany.turgeon@us.af.mil, Phone: 229-257-2811. Wage Determination IAW FAR 52.222-41 the below wage determination applies and can be found at www.beta.sam.gov Wage Determination No.: 2015-4493 Rev.: 23 Dated: 12/26/2023 ATTACHMENTS: Attachment 1 � Performance Work Statement (PWS) Attachment 2 � DOL Wage Determination 15-4493 Rev. 23 Attachment 3 - Required Insurance Compliance Attachment 4 - Pricing Schedule Attachment 5 - Base Pass Request Attachment 6 � PPQ Questionnaire
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ca1af455db1a416dacf64644563cc782/view)
 
Place of Performance
Address: Moody AFB, GA 31699, USA
Zip Code: 31699
Country: USA
 
Record
SN07099044-F 20240619/240617230113 (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.