Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 02, 2006 FBO #1802
SOLICITATION NOTICE

84 -- Uniform supply & services

Notice Date
10/31/2006
 
Notice Type
Solicitation Notice
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Office of Procurement, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
PR20025525
 
Response Due
11/2/2006
 
Archive Date
11/17/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; No written solicitation will be issued. Solicitation Number PR20025525 is used for reference purposes. The Dept of Homeland Security, Bureau of Customs and Border Protection has a requirement for the following item: CLIN 0001, qty: 1 LOT. This is a requirement to furnish all labor material, equipment, transportation, and supervision necessary to provide and maintain leased uniforms, mats and shop towels. These items are to be delivered weekly to various locations (garages stations and departments) throughout San Diego Sector. Uniforms are to be delivered clean and on hangers: shop towels in bundles. Statement Of Work (SOW) is provided upon request. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. The following clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors Commercial Items; however, sub-paragraphs (g) and (h) are deleted as this is an RFQ. FAR 52.212-2, Evaluations, Commercial Items with the following factors included in FAR 52.212-2(a) used to evaluate offers: The government will evaluate the proposals based on: (a) Technical Capability. (b) Past Performance, (c) Price. Technical Capability and past performance when combined are equal to price. Offerors shall submit as a part of their quote, completed copies of the provisions at FAR 52.212-3 with Alt I, Offeror Representations and Certifications Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items. FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition; addenda are as stated herein. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following clauses within paragraph 52.212-5(b) apply to this solicitation: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases; and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS 252.204-7004, Required Central Contractor Registration and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this acquisition. The following clauses within paragraph 252.212-7001(a) apply to this solicitation: DFARS 252.225-7001, Buy American Act and Balance of Payments Program; Required Central Contractor Registration applies to this acquisition. The complete text of any of the clauses and provisions effective on the date of the latest Federal/Defense Acquisition Circular is available electronically from the following site: http://farsite.hill.af.mil. Offers in response to this combined synopsis/solicitation are due not later than 2 Nov 06. Firms offering in response to this notice should ensure registration in the Central Contractor Registration Database prior to submission for consideration. For further information regarding this acquisition, please contact Alejandrina Demshok at 619-216-4097 or email, alejandrina,demshok@dhs.gov. Quoters are requested to submit quotes via e-mail, however, facsimile copies are acceptable at 619-216-4110. Hard copies will not be accepted.
 
Place of Performance
Address: 2411 Boswell Road, Chula Vista, CA
Zip Code: 91914
Country: UNITED STATES
 
Record
SN01173436-W 20061102/061031220209 (fbodaily.com)
 
Source
FedBizOpps 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.