Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2008 FBO #2499
SOLICITATION NOTICE

S -- LAUNDRY SERVICE - LINENS

Notice Date
9/27/2008
 
Notice Type
Presolicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, N68836 FISC JACKSONVILLE, CORPUS CHRISTI DET 9035 Ocean Drive Corpus Christi, TX
 
ZIP Code
00000
 
Solicitation Number
N6883608T0499
 
Response Due
10/3/2008
 
Archive Date
10/18/2008
 
Point of Contact
Krista Slezinsky 361-961-2998
 
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 notice constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number N68836-08-T-0499 applies and is issued as a Request for Quotation. This announcement constitutes the request for the required service under RFQ N68836-08-T-0499. The North American Industry Classification System (NAICS) Code is 812320 and the Small Business Size Standard is $4.5 million. This procurement will be awarded using the Simplified Acquisition Procedures Test Program outlined in FAR part 13.5. Linen wash and fold service at Navy Gateway Inns & Suites, 1140 Moffett Ave. Bldg. 2700, Naval Air Station Kingsville Texas 78363. 1. GENERAL REQUIREMENTS: The work herein consists of providing laundry services for government owned linen at contractors facility. All linens provided will be sorted and inventoried before and after, by a Navy Gateway Inns & Suites (NGIS) representative before pick up or drop off of linens for services. Pickup and delivery (by contractor)will occur twice weekly before noon on Wednesdays and Fridays. Performance period: 08 October 2008 - 31 September 2009 2. QUALITY STANDARDS: The following quality standards must be maintained by the contractor. a. All articles furnished hereunder shall be of good quality, laundered clean and suitable for the purpose intended.b. Fabrics shall be free of all removable soil and stains. A government representative before acceptance must approve linen with non-removable spots and stains.c. All work shall be entirely clean, dry, and free of lint.d. All fabrics shall be bright and all colored fabrics shall be clearly defined.e. All linen shall be free of objectionable odors.f. Care shall be exercised to ensure that shrinkage is kept to a minimum. Items shall be completely dry and neatly folded.g. Finished linen shall be washed, dried, folded, and bagged in packages of 10 according to item. 3. LINEN - Quantities are yearly estimated requirement. No promise will be made for cleaning of all items. Figures are based on FY2007 usage. CLIN 0001-FLAT SHEETS 8500 EA, QUEEN XL, 96" x 120", 60% COTTON/40% POLY, WHITE CLIN 0002-FITTED SHEETS- 8500 EA, QUEEN, 60" x 80", 60% COTTON/40% POLY, WHITE CLIN 0003-PILLOW CASES-8500 EA, QUEEN, 42" x 40", 60% COTTON/40% POLY, WHITE CLIN 0004-BATH TOWELS - 13,000 EA, 27" x 54", 100% COTTON, WHITE CLIN 0005-HAND TOWEL - 13,000 EA, 16" x 30", 100% COTTON, WHITE CLIN 0006-WASH CLOTH -13,000 EA, 13" x 13", 100% COTTON, WHITE CLIN 0007-BATH MATS- 5000 EA, 21" x 32", 100% COTTON, WHITE CLIN 0008-BLANKET- 1000 EA, QUEEN 90" x 90", 100% NYLON W/POLY FOAM CENTER, IVORY CLIN 0009-DUVET COVER - 500 EA, QUEEN 94" x 94", 60% COTTON/40% POLY, WHITE CLIN 0010-COMFORTER- 500 EA, QUEEN 102" x 116", 50% POLY/50% COTTON, VAQUERO (GREEN) CLIN 0011-COMFORTER- 500 EA, QUEEN 102" x 121", POLY/COTTON BLEND W/6oz FIBER FILL, FLORA CLIN 0012-COMFORTER/QUILT-500 EA, QUEEN 100" x 116", GOLD CLIN 0013-COMFORTER/QUILT- 500 EA, QUEEN 102" x 116", VAQUERO CLIN 0014-MATRESS PADS - 500 EA, QUEEN 60" x 80", FITTED STYLE, 50% POLY/50% COTTON, WHITE The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.204-7 Central Contractor Registration, 52.204-9 Personal Identity of Contractor Personnel, 52.211-17 Delivery of excess Quantities, 52.212-1 Instructions to Offers-Commercial, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.225-13 Restrictions on Certain Foreign Purchases, 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, 52.247-34 FOB Destination, 52.252-1 Solicitation Provisions Incorporated by Reference. The following FAR and DFAR provisions and clauses are incorporated by FULL TEXT: 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items Alt 1, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Within 52.212-5, the following clauses apply 52.219-6 Notice of Total Small Business Set-Aside, 5! 2.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans (38 U.S.C. 4212), 52.222-36 Affirmative Action for workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans (38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332), 52.222-41 Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hires. 52.215-5 Facsimile Proposals, 52.219-1 Small Business Program Representations Alt 1, 52.222-22 Previous Contracts and Compliance Reports, 52.223-6-Drug Free Workplace, 52.232-18 Availability Of Funds, DFAR 252.204-7004-Central Contractor Registration (52.204-7) Alt A, 252.211-7003 Item Identification and Valuation, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acqui! sitions of Commercial Items. Within DFAR 252.212-7001, the following clauses apply: 252.225-7001 Buy American Act, and 252.232-7003 Electronic Submission of Payment Requests. 5252.232-9402 Invoicing and Payment (WAWF) Instructions, NAVSUP H25-SPS CONSOLIDATED SERVER TIME ZONE (NAVSUP) All interested parties are hereby advised that the date and time for the Contracting Officer signature and the release of this contractual document are based on US Central Time Zone. All other dates and times are based on local time. To calculate your time in relation to US Central Time Zone, vendors may visit the following url: http://www.timeanddate.com/worldclock/converter.html Disclaimer: this site is not owned or maintained by the U.S. Government and therefore isn't warranted to be correct. This URL is provided as a convenience only and is not intended to preclude use of other time conversion devices. Freedom of Information Act (FOIA). INVOICE NUMBER-In accordance with Title 5 of the Code of Federal Regulation (CFR), Part 1315, Prompt Payment, Final Rule, a! vendor's invoice number (account number and/or any other identifying number agreed to by contract) is now required for a proper invoice. INVOICING INSTRUCTIONS - Contractor may invoice on a monthly, quarterly or semi-annual basis. Invoices shall show period billed and the prorated amount for the period. The Government will authorize payment at the end of the month, quarter or semi-annual period being billed. No payment will be made in advance of the ending of a period being billed. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses include county, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number, 6) Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items and 252.212-7000 Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible Offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. Quotations must be received no later than 10:00 A.M., 03 Oct 08 CST. Quotations must be in writing and may be emailed, faxed, or mailed to the following. Attn: Krista Slezinsky, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX 78419-5021. Fax 361-961-2394, Telephone 361-961-2998, EMAIL: krista.slezinsky@navy.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a61fc02d1202380b7b252bcc69d2363a&tab=core&_cview=1)
 
Record
SN01683913-W 20080929/080927214242-b25a38d61b990da7d975abc59e30b663 (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.