Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2010 FBO #3186
MODIFICATION

S -- 52MDG Laundry and Dry Cleaning for Spangdahlem and Bitburg

Notice Date
8/13/2010
 
Notice Type
Modification/Amendment
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 52 CONS - Spangdahlem, Spangdahlem AB, Unit 3910 Bldg 128, Spangdahlem AB, Germany, 09126-3910, United States
 
ZIP Code
09126-3910
 
Solicitation Number
F3W4010181A002
 
Archive Date
9/11/2010
 
Point of Contact
Tamerra Hite, Phone: (01149) or (0) 6565619543, Renate A Vereen, Phone: (01149) or (0) 6565619540
 
E-Mail Address
tamerra.hite@spangdahlem.af.mil, renate.vereen@spangdahlem.af.mil
(tamerra.hite@spangdahlem.af.mil, renate.vereen@spangdahlem.af.mil)
 
Small Business Set-Aside
N/A
 
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. ************************************************************************************** Purchase Request Number: F3W4010181A002 Request for Quote. This document incorporates provisions and clauses in effect through the Federal Acquisition Circular 2005-44. ************************************************************************************** Performance of the following service: Nonpersonal Servcies: 52MDG Laundry and Dry Cleaning Services - The contractor shall provide all management, supervision, personnel, labor, equipment, materials, tools, supplies, facilities, transportation and other items necessary to perform Laundry and Dry-Cleaning services, including pick-up and delivery of all items to be serviced for 52nd Medical Squadron, Spangdahlem Air Base. Pick-up and delivery days shall be Tuesday and Friday for Spangdahlem Clinic and 1 delivery / pick up on Friday in Bitburg. All work to be accomplished in accordance with the attached Performance Work Statement. Contract Line Item 0001 - 52MDG Laundry and Dry Cleaning Services, Period of Performance: 01 Oct 2010-30 Sep 2011 Contract Line Item 1001 - 52MDG Laundry and Dry Cleaning Services, Period of Performance: 01 Oct 2011-30 Sep 2012 PLEASE SUBMIT YOUR QUOTATION NLT 27 AUG 2010 TO TAMERRA.HITE@SPANGDAHLEM.AF.MIL AND RENATE.VEREEN@SPANGDAHLEM.AF.MIL Please contact the above individuals for more information. ************************************************************************************** The following clauses and provisions apply to this solicitation (available from http://farsite.hill.af.mil) 52.212-1 - INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (JUN 2008) 52.212-2 - EVALUATION - 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 most advantageous to the Government, price and other factors considered. A purchase order will be issued to the lowest priced technically acceptable offeror representing the best value to the Government. An evaluation of "Technically Acceptable" will be assigned when the minimum acceptable criteria are clearly met by the proposal and the offeror meets the performance and technical capability requirements defined in the Performance Work Statement (PWS). (1) A copy of the Documentation reflecting RAL Deutsches Institut fuer Guetesicherung und Kennzeichnung e.V. certification is required to be provided with proposals. Proposal must be submitted on an all or none basis. (2) The evaluation process shall proceed as follows: (i) After determining that a complete and acceptable proposal has been received in accordance with the requirements, offers shall initially be ranked according to price, as identified under the Description of requirement above. The price evaluation process will document the completeness and reasonableness of the proposed total evaluated price. (ii) Next, the government technical team shall evaluate, on a pass/fail basis, the technical proposals submitted by the lowest priced offerors (approximately the lowest 5 proposals) against the evaluation factor identified in (a)(1) above. (iii) By submission of an offer, the offeror accedes to these terms. Award will be made without discussions - contractors are encouraged to offer their most advantageous pricing with their response. The government, however, reserves the right to conduct discussions if deemed in its best interest. Therefore, each initial offer should contain the offeror's best terms from both a price and a technical standpoint. Failure of an offeror's proposal to meet any given requirement may result in the entire proposal being found to be unacceptable and eliminated from further consideration. (iv) Once determinations are made regarding technical acceptability of proposals, award will be made to the lowest priced offeror who submitted a proposal rated technically acceptable. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) 52.212-3 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (AUG 2009) ALTERNATE I (APR 2002) 52.212-4 - CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAR 2009) 52.212-5 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (DEC 2009) (DEVIATION) 52.225-14 - INCONSISTENCY BETWEEN ENGLISH VERSION AND TRANSLATION OF CONTRACT (FEB 2000) 252.212-7001 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (NOV 2009) 252.232-7008 - ASSIGNMENT OF CLAIMS (OVERSEAS) (JUN 1997) 252.232-7003 - ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (MAR 2008) 252.229-7001 - TAX RELIEF (JUNE 1997) ALTERNATE I (JUN 1997) 252.222-7002 - COMPLIANCE WITH LOCAL LABOR LAWS (OVERSEAS) (JUN 1997) 252.225-7041 - CORRESPONDENCE IN ENGLISH (JUN 1997) 252.225-7042 - AUTHORIZATION TO PERFORM (APR 2003) 252.233-7001 - CHOICE OF LAW (OVERSEAS) (JUN 1997) 5352.242-9000 - CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUG 2007) ************************************************************************************** NOTES: (1) In accordance with FAR 52.212-1(k), prospective awardees shall be registered in the Central Contractor Registration (CCR) database. Offerors may obtain information on registration and annual confirmation requirements at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Foreign registrants must obtain a North Atlantic Treaty Organization CAGE (NCAGE) code in order to register in the CCR database. NCAGE codes may be obtained from the Codification Bureau in the foreign registrant's country. Additional information on obtaining NCAGE codes is available at http://www.dlis.dla.mil/Forms/Form_AC135.asp. (2) Wide Area Workflow is the Dept of the Air Force's mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/52DCS/F3W4010181A002/listing.html)
 
Place of Performance
Address: US Medical Clinics, Spangdahlem and Bitburg Annex, Germany
 
Record
SN02240402-W 20100815/100813235947-724df4ac3a1a2518bd9d3033ebbb660a (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.