Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2010 FBO #3183
SOLICITATION NOTICE

S -- SERVICES - DRY CLEANING SERVICES FOR U. S. MARINE CORPS BAND

Notice Date
8/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
M00264 MARINE CORPS RCO - NATIONAL CAPITAL REGION 2010 Henderson Rd Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M0026410T0266
 
Response Due
8/31/2010
 
Archive Date
9/15/2010
 
Point of Contact
ANN RENEE BRANHAM (703) 432-1085
 
E-Mail Address
ann.branham@usmc.mil
(ann.branham@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial supplies and services 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 written solicitation will not be issued. Solicitation number M00264-10-T-0266 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. The Federal Supply Classification (FSC) is 8415. The North American Industrial Classification System (NAICS) code for this requirement is 812320 and the small business size standard is $4.5M. This solicitation is 100% Set Aside for Small Business. SERVICES-DRY CLEANING/LAUNDRY SERVICES FOR US MARINE BAND AT WASHINGTON D.C., A BASE WITH FOUR (4) OPTION YEARS TO BE EXERCISED AT THE DISCRETION OF THE GOVERNMENT. (See Statement of Work for complete requirements.) These services are in support of the US Marine Corps Band. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are incorporated by reference: FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.217-6 Option for Increased Quantity, FAR 52.217-8 Option to Extend Services, FAR 52.217-9 Option to Extend the Term of the Contract, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28 Post-Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, FAR.222.19 Child Labor, FAR 52.222-21 ! Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52-222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-41 Service Contract Act of 1965, FAR 52.232-18 Availability of Funds, FAR 52.222-50 Combating Trafficking in Persons, FAR 52-223-6 Drug-Free Workplace, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration,; FAR 52.233-1 Disputes, FAR 52.237-2 protection of Government Buildings, Equipment, and Vegetation, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim; DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; clauses incorporated in full text: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.219-1 Small Busines! s Program Representations, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, FAR 52-243-1 Changes - Fixed-Price, FAR 52.252-2, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR websites: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Offerors are required to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR) and willing to register in Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. Offerors must have a current CCR record prior to receiving an award for this solicitation or for any future awards. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if received by closing, must be considered by the agency. The evaluation factors that will be used to determine Best Value to the Government are price, technical capability and past performance. Contact information (Company Name & Address, Phone Number, POC) must be provided for one source, commercial or government, that is similar in scope to this requirement. The closing date for this solicitation is 31 August 2010, at 1000 hr (10:00 am EST). Offerors are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to ann.branham@usmc.mil. QUESTIONS DUE DATE AND TIME: Questions concerning this RFQ shall be due to the Contracting Office no later than 10:00 AM, 17 August 2010, EST. All questions shall be submitted electronically (via email) to ann.branham@usmc.mil and QUANTICORCO-NCRBRA.FCT@USMC.MIL. Questions and Answers will be posted on NECO. Proposals must be submitted/received no later than 10:00 AM, 31 August 2010, EST. Proposals should be emailed to the Regional Contracting Office - National Capital Regional: QUANTICORCO-NCRBRA.FCT@USMC.MIL, Ann Branham: Ann.Branham@usmc.mil and to Shelly Willis: Shelly.Willis@usmc.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/M0026410T0266/listing.html)
 
Place of Performance
Address: 8TH AND I STREETS SE, WASHINGTON, DC
Zip Code: 20390
 
Record
SN02235680-W 20100812/100811000147-4d89eb5b256000b9d9443e944e6109bd (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.