Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2011 FBO #3401
MODIFICATION

S -- Commercial Shop Towels and Mats Service

Notice Date
3/16/2011
 
Notice Type
Modification/Amendment
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
104 FW/MSC Contracting Office, 175 Falcon Drive, Barnes Air National Guard Base, Westfield, MA 01085-1385
 
ZIP Code
01085-1385
 
Solicitation Number
W912SV11T0004
 
Response Due
1/21/2011
 
Archive Date
5/25/2011
 
Point of Contact
Edward Chrusciel, Phone: 4135689151
 
E-Mail Address
edward.chrusciel@ang.af.mil
(edward.chrusciel@ang.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. (I) 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; proposals are being requested and a written solicitation will not be issued. (II) Solicitation W912SV-11-T-0004 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-43. (IV) This acquisition is unrestricted. (V) COMMERCIAL ITEM DESCRIPTION: The intention of the Government is to award 1 Base Year and 4 Option Years. CLIN 0001 - Quantity 10,800 each - Towel, Standard Wiping. See attached statement of work for specifics. CLIN 0001 is the base year. Period of Performance: 1 April 2011 - 31 March 2012. CLIN 0002 - Quantity 480 each - Mat, Floor. See attached statement of work for specifics. CLIN 0002 is the base year. Period of Performance: 1April 2011 - 31 March 2012. CLIN 0003 - Quantity 768 each - Mat, Cotton rubber back. See attached statement of work for specifics. CLIN 0003 is the base year. Period of Performance: 1 April 2011 - 31 March 2012. CLIN 0004 - Quantity 10,800 each - Towel, Standard Wiping. See attached statement of work for specifics. CLIN 0004 is the option year 1. Period of Performance: 1 April 2012 - 31 March 2013. CLIN 0005 - Quantity 480 each - Mat, Floor. See attached statement of work for specifics. CLIN 0005 is the option year 1. Period of Performance: 1 April 2012 - 31 March 2013. CLIN 0006 - Quantity 768 each - Mat, Cotton rubber back. See attached statement of work for specifics. CLIN 0006 is the option year 1. Period of Performance: 1Apri 2012 - 31 March 2013. CLIN 0007 - Quantity 10,800 each - Towel, Standard Wiping. See attached statement of work for specifics. CLIN 0007 is the option year 2. Period of Performance: 1 April 2013 - 31 March 2014. CLIN 0008 - Quantity 480 each - Mat, Floor. See attached statement of work for specifics. CLIN 0008 is the option year 2. Period of Performance: 1 April 2013 - 31 March 2014. CLIN 0009 - Quantity 768 each - Mat, Cotton rubber back. See attached statement of work for specifics. CLIN 0009 is the option year 2. Period of Performance: 1 April 2013 - 31 March 2014. CLIN 0010 - Quantity 10,800 each - Towel, Standard Wiping. See attached statement of work for specifics. CLIN 0010 is the option year 3. Period of Performance: 1 April 2014 - 31 March 2015. CLIN 0011 - Quantity 480 each - Mat, Floor. See attached statement of work for specifics. CLIN 0011 is the option year 3. Period of Performance: 1 April 2014 - 31 March 2015. CLIN 0012 - Quantity 768 each - Mat, Cotton rubber back. See attached statement of work for specifics. CLIN 0012 is the option year 3. Period of Performance: 1 April 2014 - 31 March 2015. CLIN 0013 - Quantity 10,800 each - Towel, Standard Wiping. See attached statement of work for specifics. CLIN 0013 is the option year 4. Period of Performance: 1 April 2015 - 31 March 2016. CLIN 0014 - Quantity 480 each - Mat, Floor. See attached statement of work for specifics. CLIN 0014 is the option year 4. Period of Performance: 1 April 2015 - 31 March 2016. CLIN 0015 - Quantity 768 each - Mat, Cotton rubber back. See attached statement of work for specifics. CLIN 0015 is the option year 4. Period of Performance: 1 April 2015 - 31 March 2016. (VII) Place of Delivery: FOB POINT IS DESTINATION Barnes ANGB, Westfield, Massachusetts, 01085 and MA JFHQ, Milford, Massachusetts, 01757 (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial Items. (IX) The FAR provision 52.212-2, Evaluation -- Commercial Items, also applies to this acquisition. The Government will award a contract resulting from this solicitation to the resposible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price, technical and past performance. Technical and past performance, when combined, are significantly less important than cost or price. The Government intends to evaluate offers and make award without discussions.However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Quotes must provide information on price, delivery, Tax ID number, Caged Code and DUNS Number. Additionally, your company must be registered in the CCR System as well as registered and have completed the online Reps and Certs at the following website: http://orca.bpn.gov (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items. Offerors shall include a completed copy as part of their quote. A copy of the Offerors Representations and Certifications may be obtained from (http://farsite.hill.af.mil). However, vendor must complete the Reps and Certs as stated in section (IX) above at http://orca.bpn.gov. (XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contract Registration, Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) The following clauses are incorporated 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. Also, the full text of a clause may be accessed electronically at this website http://farsite.hill.af.mil: 52.204-7, Central Contractor Registration; 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services (30 Days); 52.217-9, Option to Extend The Term of the Contract (60 days, 5 years); 52.222-3, Convict Labor; 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires ($20.02/hour); 52.222-50, Combating Trafficking in Persons; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.237-3, Continuity of Services; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions and Contract Clauses (http://farsite.hill.af.mil); 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil); 52.253-1, Computer Generated Forms; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alt A, Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (DEVIATION); 252.232-7003, Electronic Submission of Payment requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.247-7023 Alt III, Transportation of Supplies Sea. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted via e-mail to 104fw.msc@ang.af.mil. All answers (on a non-attribution basis) will be posted on the FedBizOpps (https://www.fbo.gov) web site. They will be contained in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than 14 January 2011. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XIV) N/A. (XV) Quotes will be due electronically to 104fw.msc@ang.af.mil by 25 March2011, 1:00 p.m. eastern standard time. Hard copy and FAX submissions will not be accepted. (XVI) Point of Contact is Mr. Ed Chrusciel, (413) 568-9151 extension 1406 or via email at edward.chrusciel@ang.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-2/W912SV11T0004/listing.html)
 
Place of Performance
Address: 104 FW/MSC Contracting Office 175 Falcon Drive, Barnes Air National Guard Base Westfield MA
Zip Code: 01085-1385
 
Record
SN02402715-W 20110318/110316235114-a377cd2c417a710947ee5a6416596add (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.