Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2011 FBO #3505
SOLICITATION NOTICE

S -- Leasing of Uniforms

Notice Date
6/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
MICC - Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W91248-11-T-0017
 
Response Due
7/29/2011
 
Archive Date
9/27/2011
 
Point of Contact
Lilia Wood, 270-798-6068
 
E-Mail Address
MICC - Fort Campbell
(lilia.wood@us.army.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. Solicitation number W91248-11-T-0017 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52 date May 31, 2011. The NAICS is 812332; business size is $35.5M; acquisition is solicited on an unrestricted basis. Description of Item Requested: It is contemplated that the period of performance for this requirement is a Base Year and Two Option Periods. A total performance period of 3 years. All responsible concerns may submit a quote that will be considered by this agency. The Government's intent is to make one single award to the most responsive and responsible lowest price offeror. The provisions 52.212-1-Instruction to Offerors-Commercial Items (Jun 2008) is applicable 52.252-1, Solicitation provisions(Feb 1998) incorporated by reference (http://farsite.hill.af.mil); The successful offer must be registered on the Central Contract Registration (CCR) also On-line Representations and Certifications Application (ORCA). The CCR website is https://www.ccr.gov. Offerors are instructed to submit completed copies of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Apr 2011)and DFARS provisions 252.212-7000 Offeror Representations and Certifications ((Jun 2005); or offerors may complete Representation and Certification on website http://orca.bpn.gov. The following clauses apply: 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Contract Items (Apr 2011),The following apply under this clause; 52.222-21, Prohibition of Segregation Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.232-33, Payment by Electronic Funds Transfer-Central -Central Contractor Registration (Oct 2003); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders _ Commercial Items (Mar 2011) (DEVIATION); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010); 52.222-41,Service Contract Act of 1965 (Nov 2007); Other Applicable Clauses: 52.217-5, Evaluation of Options (Jul 1990); 52.232-19, Availability of funds for the Next Fiscal Year (Apr 1984); 52.217-8, Option to Extend (Nov 1999); 52.217-9,Option to Extend Terms of the Contract (Mar 2000); 52.237-3, Continuity of Services (Jan 1991); The following DFARS clauses are applicable to this acquisition: 252.201-7000, Contracting Officer Representative (Dec 1991-Rev. Sep 27, 10); 252.204-7003, Control of Government Personnel Work Products (Apr 1992); 252.209-7004, Subcontracting with Firms that are Owned or Controlled by Terrorist Country (Dec 2006); 252.211-7003, Items Identification and Valuation (Jun 2011); 252.212-7000, Offeror Representations and Certifications-Commercial Items (Jun 2005); 252.232-7007, Limitation of Government Obligation (May 2006); 252.223-7007, Prohibition on Storage and Disposal of Toxic and Hazardous Materials (Sep 1999); 252.212-7001; Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jun 2011), 252.204-7004, Alt A, Central Contractor Registration (Sep 2007); Required Central Contractor Registration; 252.225-7001, Buy American Act and Balance of Payment Program (Jan 2009), 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); 252.225-7031, Secondary Arab Boycott of Israel (Jun 2005) 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000); The following AFARS clauses are applicable to this acquisition: 5152.209-4000 DOD Anti-Terroism (AT) Standards (Feb 2009); (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation,facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) 5151.233-4000 HQ AMC - Level Protest Program (Nov 2008): If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapel Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. Delivery Order: The Government reserves the right to issue monthly delivery orders. Credit Cards: The government's intent is to utilize the Government Credit Card as method of payment. Credit card fees should be included in the unit price for each line item for this acquisition. Facsimile quotations are acceptable at 270-798-3987; mailing address is Mission and Installation Contracting Command-Fort Campbell, 2176 13-1/2 St, Fort Campbell, Kentucky 42223-5355. Any questions concerning this solicitation shall be directed to Liz Galbreath, 270-798-7832, or liz.galbreath@campbell.army.mil, or Jeanne Shykes, 270-798-7568.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7c01acd2a0a790d2c81916e58e218b57)
 
Place of Performance
Address: MICC - Fort Campbell 2176 13 1/2 Street Fort Campbell KY
Zip Code: 42223-5355
 
Record
SN02484508-W 20110630/110628235010-7c01acd2a0a790d2c81916e58e218b57 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.