Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2010 FBO #3039
MODIFICATION

S -- Laundry services for the Lawton Indian Hospital - Solicitation 1

Notice Date
3/19/2010
 
Notice Type
Modification/Amendment
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
 
ZIP Code
73114
 
Solicitation Number
HHSI2462010Q0021
 
Archive Date
4/9/2010
 
Point of Contact
Anna M Hulsey, Phone: 580-354-5383, Arlene T Belindo, Phone: 405-951-3897
 
E-Mail Address
anna.hulsey@ihs.gov, arlene.belindo@ihs.gov
(anna.hulsey@ihs.gov, arlene.belindo@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Lawton Laundry Service Request for Quote (RFQ) SF-1449 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; quotes are being requested and a written solicitation will not be issued. The solicitation is issued as Request for Quote (RFQ) # HHSI2462010Q0021. The SF-1449 (RFQ) is attached. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24, effective 3/31/2008. This procurement is a 100% small business set-aside under NAICS code 812320 with a standard business size of $4.5M. Contractor shall provide laundry services to Lawton Indian Hospital in accordance with the attached performance based statement of work, April 1, 2010 to March 31, 2011, with four pre-priced option years. CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. The provisions of 52.212-1, Instructions to Offerors-Commercial Items (Nov 2007), applies to this acquisition. In addition to the information required in FAR 52.212-1, Contractors shall provide their Dun and Bradstreet Number (Note: Contractors must be registered in the Central Contractor Registration to be eligible for award. This can be done at http://www.ccr.gov). Contractors shall provide the following: (1) completed SF-1449 (2) technical proposal of how services will be provided and (3) three past performance references to include the contact name and phone number, contract number, company name, and brief description of project. The provisions of 52.212-2, Evaluation – Commercial Items (Jan 1999) applies to this acquisition. The Government intends to award this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Price, (2) Technical Proposal and (3) Past Performance. All factors are equal in importance. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Items (Nov 2007) or indicate certifications in ORCA at https://orca@bpn,gov. The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Items (Feb 2007), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 Central Contractor Registration (July 2006), 52.223-6 Drug-free Workplace (May 2001) and 352.270-13 Tobacco-Free Facilities (Jan 2006). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders—Commercial Items (Feb 2008) applies to this acquisition. The following clauses apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sept. 2006); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003). Quotes are due by 4:30 pm CST, March 25, 2010, and must be delivered to the Lawton Indian Hospital, Division of Acquisitionl Management, 1515 Lawrie Tatum Road, Room 33, Lawton, OK 73507, Attn: Anna Hulsey. Questions concerning this solicitation may be addressed to Anna Hulsey at 580-354-5383.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/HHSI2462010Q0021/listing.html)
 
Place of Performance
Address: Lawton Indian Hospital, 1515 Lawrie Tatum Road, Lawton, Oklahoma, 73507, United States
Zip Code: 73507
 
Record
SN02097474-W 20100321/100319234840-2e2b80b3a198916129155ff20db01fe9 (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.