Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2008 FBO #2356
SOLICITATION NOTICE

99 -- LAUNDRY SERVICE

Notice Date
5/7/2008
 
Notice Type
Modification/Amendment
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Washington, USPFO for Washington, Building 32, Camp Murray, Tacoma, WA 98430-5170
 
ZIP Code
98430-5170
 
Solicitation Number
W90ED381130100
 
Response Due
5/22/2008
 
Point of Contact
Fredesvin Quintana, Phone: 253-512-8309
 
E-Mail Address
fredesvin.quintana@wa.ngb.army.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 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. Solicitation number W90ED381130100 is issued as a Request for Quote (RFQ). This request for Quote is due by 22 MAY 2008, 12:00pm (local time). The RFQ will result in a firm fixed price contract. This solicitation is 100% set aside for small business. The North American Industry Classification System (NAICS) code for this acquisition is 812320. The United States Property and Fiscal Office of the Washington Army National Guard is soliciting quotes to procure the following supply or services: CLIN 0001: Laundry service Military pant - cost per piece $__________ CLIN 0002: Laundry service Military shirt - cost per piece $__________ CLIN 0003: Laundry service Military T-shirt - cost per piece $__________ CLIN 0004: Laundry service Military socks - cost per pair $__________ CLIN 0005: Laundry service Undergarments - cost per piece $__________ STATEMWNT OF WORK Provide laundry service for approximately 2,200 individuals during the period of 18 July through 5 August 2008, with pick up and drop off at the Yakima Training Center (YTC), Yakima, WA. No facility will be provided for the vendor to perform this service. Vendor must be able to accept individual laundry in cloth bags marked with the individuals' names (bag to be washed also); drop off off individually wrapped packages (wrapped with clear wrapping) with the individuals' name clearly visible; provide at least a 3-copy sequentially numbered ticket for each package (one copy for the vendor, one for the individual and one for the Washington National Guard Point of Contact). Pick up will be on 6 dates - 18, 19, 25, 26 July, 1 and 2 August between the hours of 4:00 p.m. and 8:00 p.m. Delivery will be made on 21, 22, 28, 29 July, 4 and 5 August between the hours of 4:00 p.m. and 8:00 p.m. It is estimated that each individual will have a 6 to 7 day accumulation of military clothing to include but not limited to military uniform (pant and shirt), military T-shirts, military socks and undergarments. No civilian clothes shall be cleaned. Vendor will be responsible for furnishing and manning a shelter between 4:00 p.m. and 8:00 p.m. on the drop off and pick up dates. Two locations for pickup/drop off will be designated at YTC at time of award. The offeror must be registered on the Central Contractors Registration database (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR registration centers at 1-888-227-2423. Only contractors who are registered in the Central Contractor Registration (CCR) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability Will vendor take payment by credit card? Yes____ No_____. Offerors proposals shall be valid for a minimum of 60 days to be acknowledged in the offerors proposals. 52.212-2 Evaluation of Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be the lowest priced offer. All FAR clauses may be viewed in full text via the Internet at www.arnet.gov. The following FAR clauses and provisions apply to this RFQ and are incorporated by reference: provision 52.212-1, Instructions to Offerors-Commercial items (Jan 2005); provision 52.211-6, Brand name or Equal (Aug 1999); 52.212-3 Evaluation-Commercial Items (Jan 1999); provision FAR clause 52.212-4, Contract Terms and conditions-Commercial items (Oct 2003); FAR clause 52.212-5 (Dev), Contract terms and conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2005), 52.219-6 Notice of Small Business Set Aside, 522.222-3 Convict Labor, 52.222-19 Child Labor- Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52,232-33 Payment by Electronic Funds Transfer, 52.233-3 Protest After Award, 52.252 Clauses Incorporated by Reference (http://farsite.hill.af.mil), 52.222-35 Equal Opportunity for Special Disabled veterans, 52.222-37 Employment Reports on Special Disabled veterans, 252.225-7035 Buy Ammerican Act, applies to this RFQ. Point of contact: Fred Quintana at 253-512-8309. Quotations can be emailed to fredesvin.quintana@wa.ngb.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b7d076dcc2e4a3438b9820cba34a31dd&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Washington Building 32, Camp Murray Tacoma WA
Zip Code: 98430-5170
 
Record
SN01568138-W 20080509/080507215418-b7d076dcc2e4a3438b9820cba34a31dd (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.