Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2010 FBO #3134
SOLICITATION NOTICE

S -- Laundry/Rental of Electrical Arc Flash Garments - Solicitation Attachments

Notice Date
6/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
F2F3239337A002
 
Archive Date
7/14/2010
 
Point of Contact
Betty Guillot, Phone: 850-884-3266, David P. Jesmain, Phone: 850-884-3262
 
E-Mail Address
betty.guillot@hurlburt.af.mil, david.jesmain@hurlburt.af.mil
(betty.guillot@hurlburt.af.mil, david.jesmain@hurlburt.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Bid Schedule for Solicitation # F2F3239337A002 Statement of Work for Laundry/Rental of Electrical Arc Flash Garments 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; a quotation is being requested and a written solicitation will not be issued. Solicitation Number F2F3239337A002 is hereby issued as a Request for Proposal. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-42, effective 16 June 2010. This is a 100% set-aside for Small Businesses. The North American Industry Classification System (NAICS) code for this requirement is 812332 with a size standard of $14M; the SIC code is 7218. The contractor shall provide all garments, management tools, equipment, supplies and labor necessary to provide the following line items: Contract Line Item (CLIN) 0001, Laundry Service of Electrical Arc Flash garments. Service includes rental of Electrical Arc Flash garments, garment lockers, and collection bins; and weekly pick-up and delivery of laundered garments in accordance with the attached Statement of Work (SOW). Contract Line Item (CLIN) 0002, Cost Reimburseable Items. Cost-reimbursable items are Contractor-owned items that have been lost, stolen, or damaged due to Government negligence. Concurrence by the designated Government representative or Contracting Officer shall be obtained prior to invoicing in accordance with the attached Statement of Work (SOW). The performance period will be twelve (12) months from effective date of award with four (4) option periods (12 months each). Delivery Terms are FOB Destination for delivery to 1SOCES, Building 90053, 415 Independence Blvd., Hurlburt Field, FL 32544-5267. The following provisions and clauses apply to this acquisition and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008). It is amended to read: Offeror shall submit signed and dated proposal to 1 SOCONS/LGCA, Attn: Betty Guillot, 350 Tully Street, Building 90339, Hurlburt Field FL 32544-5810, by 29 June 2010 at or before 15:00 p.m. CDT. Submit signed and dated proposal on company letterhead and marked with solicitation number F2F3239337A002. Proposals should include Price and Technical Capability, which will be used to determine if the offeror is technically acceptable. Pricing should include: 1) weekly prices for CLIN 0001 (a bid schedule is attached); 2) a price list for cost reimbursable items identified in the SOW (prices valid for the first/base year of the contract); and, 3) any other applicable costs that may be associated with this requirement, but not identified in the SOW. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) which is incorporated into this Request for Proposal, with an addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: (i) Technical Capability (ii) Price. Technical capability is approximately equal to price. Technical acceptability will be determined by: 1) proof of offerors' ability to provide Electrical Arc Flash protective garments in accordance with the standards outline in the SOW; 2) review of the offerors' proposed Rental Program (limited to 10 pages); and, 3) offerors' proposed method of returning laundered items in the same groupings as received. The Government will award a Firm-Fixed Price contract to the technically-acceptable and responsible offeror with the lowest price offer. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jun 2010) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2010) (Deviation) also apply to this Request for Proposal. The Government will award a Firm-Fixed Price contract to the technically-acceptable and responsible offeror with the lowest price offer. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jun 2010) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2010) (Deviation) also apply to this Request for Proposal. FAR 52.212-3, Offeror Representations and Certifications (Aug 2009) - Commercial items applies to this Request for Proposal and the offeror must include a completed copy of this provision with their proposal or indicate (with DUNS Number) that current information is available on the federal government website ORCA ( https://orca.bpn.gov/ ). The full text of these clauses and provisions may be accessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration (CCR) database prior to award of a government contract. Additionally, the offeror shall comply with the DFARS clause at 252.223-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008). Points of contact are Betty Guillot, Contract Specialist, Ph: 850-884-3266, Email: betty.guillot@hurlburt.af.mil ; or David Jesmain, Contracting Officer, Ph: 850-884-3262, Email: david.jesmain@hurlburt.af.mil. List of Attachments: 1. Statement of Work 2. Bid Schedule 3. Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/F2F3239337A002/listing.html)
 
Place of Performance
Address: 415 Independence Blvd., Building 90053, Hurlburt Field, Florida, 32544, United States
Zip Code: 32544
 
Record
SN02184203-W 20100624/100622235016-90b8eb29f4ea2ff7c00738c7a647e7ff (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.