Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2010 FBO #3203
SOLICITATION NOTICE

R -- Dry Cleaning Services - Peformance Work Statement

Notice Date
8/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, Hawaii, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
FA5215-10-T-0014
 
Archive Date
9/30/2010
 
Point of Contact
Jeanna Butler, Phone: (808) 448-2964, Donald K. Thorndyke, Phone: 808-448-2955
 
E-Mail Address
jeanna.butler@hickam.af.mil, keith.thorndyke@hickam.af.mil
(jeanna.butler@hickam.af.mil, keith.thorndyke@hickam.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement Insert individual cost to dry clean each item on the attached Price Breakdown. Award will be based on the best value of the overall prices. Final award amount will be based on lump sum and the final monthly amount will be deducted from the lump sum. General Information Document Type: Combined Sysopsis/Solicitation Solicitation Number: FA5215-10-T-0014 Subject: Dry Cleaning Services, Hickam AFB Chapel, HI Posted Date: 30 August 2010 Response Deadline: 14 September 2010, 1300 HST Classification Code: R - Professional, Administrative, and Management Support Services Set Aside: Total Small Business NAICS Code: 812320 - Drycleaning and Laundry Services Contracting Office Address Department of the Air Force, Pacific Air Forces, 647 CONS/LGCB, 90 G Street, Hickam AFB, HI, 96853-5230 Description This is a combined synopsis/solicitation for commercial items/services prepared in accordance with FAR 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. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation will be issued as a request for quotation (RFQ) under the solicitation number: FA5215-10-T-0014. Solicitation number is subject to change upon receipt of funding clarification. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2010820, and Air Force Acquisition Circular (AFAC) 20100402. This acquisition is a small business set aside under NAICS code 812320 with a small business size standard of $4.5 million. This RFQ contains three (3) line items for Dry Cleaning non-personal services in accordance with the Performance Work Statememt (PWS). This service is on a firm fixed price basis. The line items are as follows: CLIN 0001: Base Year, 30 September 2010 to 30 September 2011, for Dry Cleaning Services. Quantity is 12 months. CLIN 1001: Option Year 1, 1 October 2011 to 30 September 2012, for Dry Cleaning Services. Quantity is 12 months. CLIN 1002: Option Year 2, 1 October 2012 to 30 September 2013, for Dry Cleaning Services. Quantity is 12 months. The initial Period of Performance (POP) shall be 30 September 2010 to 30 September 2011. Services shall be performed at 65 AS, Building 1050, Hickam AFB, HI 96853, PACAF Protocol, Building 1102, Hickam AFB, HI 96853, and PACAF Band, Building 1225, Hickam AFB, HI 96853. Any questions in regards to this solicitation must be submitted no later than 7 September 2010 to ensure Government ample response time and timely submittal of quotes. Point of contact (POC) is jeanna.butler@hickam.af.mil. An alternate POC is keith.thorndyke@hickam.af.mil. The FAR provision 52.212-1 (June 2008), Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (a) All quotes are due on or before 1300 hours Hawaii Standard Time (HST), Tuesday, 14 September 2010. Electronic quotes are acceptable. Submission may be made via email to jeanna.butler@hickam.af.mil, or via facsimile at 808-448-2911 ATTN: 2Lt Jeanna Butler. Quotes must reference the solicitation number. (b) Central Contractor Registration (CCR). Offerors must be registered with the CCR database (http://www.ccr.gov) upon submission of request for quote (RFQ) to be considered responsive. If confirmation of CCR is not provided with the proposal submission by the closing date of the RFQ, the offer shall be considered nonresponsive and ineligible for contract award. (c) Wide Area Work Flow (WAWF). Offerors must be registered and active in WAWF (https://wawf.eb.mil) in order to submit invoices. If the offeror does not become registered in the WAWF database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. In accordance with (IAW) FAR 52.212-2, Evaluation - Commercial Items (January 1999), (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government - price and other factors considered. The following factors shall be used to evaluate offers for this service: award will be based upon the lowest price technically acceptable offer. (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). IAW 52.212-3 (Alt I), Offeror Representations and Certifications -- Commercial Items (August 2009), an offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offerer shall complete only paragraphs (c) through (m) of this provision and return along with the quotation. Additionally, Online Representations and Certifications (ORCA) is mandatory in lieu of Representations and Certifications in hard copy form. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010), applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (July 2010), is applicable to this procurement along with the following addenda: 52.219-6 Notice of Total Small Business Set-Aside (June 2003) 52.219-28 Post Award Small Business Program Representation (April 2009) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (February 1999) 52.222-26 Equal Opportunity (March 2007) 52.222-36 Affirmative Action for Workers with Disabilities (June 1998) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (October 2003) Addional contract terms and conditions - FAR references: 52.217-8 Option to Extend Services (Nov 1999) - FILL IN "30 Days" 52.217-9 Option to Extend the Term of the Contract (Mar 2000) - FILL IN "30 Days" and "60 Days" 52.232-18 Availability of Funds (Apr 1984) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2010), with the following addenda: 252.225-7001 Buy American Act and Balance of Payments Program (January 2009) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (March 2008) 5352.201-9101 Ombudsman (April 2010) - FILL IN "Lt Col Jason Bock, phone number 808-448-2901" IAW FAR 52.252-2 (February 1998), this combined synopsis/solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicitation may be accessed via the Internet at https://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/15CONS/FA5215-10-T-0014/listing.html)
 
Place of Performance
Address: 65 AS, Building 1050, Hickam AFB, HI 96853, PACAF Protocol, Building 1102, Hickam AFB, HI 96853, and PACAF Band, Building 1225, Hickam AFB, HI 96853., Hickam AFB, Hawaii, 96853, United States
Zip Code: 96853
 
Record
SN02259723-W 20100901/100830234713-64b73afedc4cae8c528c05d621c0225d (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.