Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2003 FBO #0548
SOLICITATION NOTICE

S -- LAUNDRY SERVICE

Notice Date
5/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ESC/PKOP, Services Branch, 20 Schilling Circle, Bldg. 1305, 3rd. floor, Hanscom AFB, MA 01731-2800
 
ZIP Code
01731-2800
 
Solicitation Number
F1MWR131390200
 
Response Due
6/5/2003
 
Archive Date
8/29/2003
 
Point of Contact
Kay Teahan, Contract Specialist, 781-377-2030; Susan Bergeron, Contracting Officer, 781-377-3987
 
E-Mail Address
Email your questions to Click Here to E-mail the POC
(kay.teahan@hansom.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This requirement is set-aside for small business only. The NAICS Code for this synopsis/solicitation is 812320; PR F1MWR131390200 is issued as a Request for Quote. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-14. The Government intends to award (1) CLIN for laundry service for daily towel requirement for the Hanscom Fitness and Sports Center (HF&SC). This requirement is estimated at 600 incoming towels and 600 outgoing towels per day (calculates to 600 times 360 days). The five exclusion days consists of the two holidays, Thanksgiving and Christmas and three down days due to adverse weather during the winter. The towels are 3.5' x 2' and are provided by the government for a quantity of 216000 each. The price quote should indicate estimated unit price and estimated total cost. Charges will be assessed by the piece count. Quotations that do not include prices for all Requirements will not be considered. The Period of Performance is 1 July 2003 to 30 June 2004. The work performed consists of the following features and must meet all local, State and Federal Codes in accordance with the following Statement of Work (SOW): Delivery & Pick Up: Seven (7) days per week, excluding Thanksgiving, Christmas holidays, and New Year's, determined to be five (5) days. Pick-up of soiled laundry and delivery of clean laundry will be no later than 1100 hours each day at the designated central pick-up/drop-off location. The contractor shall provide all products and materials necessary to accomplish the tasks including a vehicle to transport soiled and clean laundry to and from the designated building located at the HF&SC. Laundry Service: Each piece shall be washed, bleached, dried, and folded. The contractor will replace damaged laundry with the cost of reimbursement or an exact duplicate. Laundry will be counted by piece during pick-up and drop-off at designated central location. Billing: Billing will occur monthly for services rendered. Charges will be assessed by the piece count. The number of items detailed on the monthly bill will match those listed in the daily pick-up/ drop-off receipts. Quality Assurance: The contractor and the General Manager or designated representative will conduct joint quality assurance evaluations once each quarter to ensure performance of the contract. The following provisions and clauses apply to this procurement: FAR 52.212-1, Instructions to Offerors-Commercial. Award will be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering delivery time, technical acceptability, past performance, and price. Offerors are required to submit at least three references for evaluation of past performance of same or similar services or items. FAR 52-212-3, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, in paragraph (b) the following clauses apply; FAR 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.232-33. Included are DFARS 252.204-7004, FAR 252.225-7002 and 252.212-7001 (in para. b), the following clause(s) apply: FAR 252.225-7001. FAR 52.252.1, Solicitation Provisions and 52.252.2, Clauses Incorporated by Reference may be accessed in full text at http://farsite.hill.af.mil. POC: Kay Teahan. Price quotes are requested by 3:00 PM (EST) 5 June 2003 and may be Emailed to: kay.teahan@hanscom.af.mil, or Faxed to: (781) 377-0339. Contractor shall perform a site visit in the field prior to starting work at the Fitness Center located at Hanscom AFB, Bedford, MA, Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website www.ccr.gov.
 
Web Link
ESC Business Opportunities Web Page
(http://www.herbb.hanscom.af.mil)
 
Place of Performance
Address: Hanscom AFB
Zip Code: 01731
Country: USA
 
Record
SN00334185-W 20030531/030529213417 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.