Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2011 FBO #3540
SOLICITATION NOTICE

S -- Laundry Services - Statement of Work

Notice Date
8/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812310 — Coin-Operated Laundries and Drycleaners
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fcp), U.S. Coast Guard Training Center Cape May, Administration Building, Room 212A, Cape May, New Jersey, 08204-5092
 
ZIP Code
08204-5092
 
Solicitation Number
HSCG42-12-Q-QNF001
 
Archive Date
9/15/2011
 
Point of Contact
Terry J Trammell, Phone: 609-898-6452
 
E-Mail Address
Terry.J.Trammell@uscg.mil
(Terry.J.Trammell@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Addendum to SF-1449 with anticipated annual requirements and FAR clauses. SF-1449 Statement of work and access to site instructions. This is a combined synopsis/solicitation for non-personal laundry services, prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (A) The solicitation number is HSCG42-12-Q-QNF001 and is issued as a Request for Quote (RFQ). The US Coast Guard intends to award an Indefinite Delivery-Indefinite Quantity (IDIQ) Order using Simplified Acquisition Procedures (FAR 13) resulting from this solicitation to the responsible contractor whose proposal conforms to this solicitation and is determined to be most advantageous to the Government based on ability to meet the basic requirements, past performance, and price. (B) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (C) This combined synopsis/solicitation is set-aside 100% for small business concerns only. The North American Industry Classification System (NAICS) code is 812310 and the small business size standard is $7 million IAW 13 CFR § 121.104. Department of Labor Wage Determination No. 2005-2345 rev. 13 shall be applicable to this contract. Due to the delivery requirements, this synopsis/solicitation is set aside for small businesses within a 50 mile radius of zip code 08204. (D) Description/Statement of Work/Specification: See attached Statement of Work (SOW). Contractor shall provide all labor, materials, equipment, and transportation required for laundry services for the designated areas described in the USCG SOW. Quoted prices are required for all line items, per unit and total aggregate amount based on USCG provided annual estimates. Prices may also be listed overall by the pound. (E) Acceptance Plan: Completion of work under this contract will be monitored and accepted by a designated Contracting Officer's Technical Representative (COTR). (F) Evaluation of Offers shall be performed iaw FAR 13.106. 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. The Government will evaluate offers in response to this solicitation with or without discussions; Offers that are unrealistic in terms of price will be deemed reflective of an inherent lack of technical competence or indicative of a failure to comprehend the complexity and risk of the proposed contract. Such offers may be rejected as unacceptable without further discussion; The Government may reject any or all offers and waive informalities or minor irregularities in offers received; The Government may accept any item or combination of items, unless doing so is precluded by a restrictive limitation in the solicitation. (G) Offerors are required to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. Offerors may complete FAR 52.212-3 online at ORCA: https://orca.bpn.gov/login.aspx. NOTE: An offeror must state in their offer if they completed FAR 52.212-3 online at ORCA (the information on ORCA must be up-to-date and valid). (H) DATE, TIME, AND PLACE OFFERS ARE DUE. Offers are due no later than 31 AUGUST 2011, 11:00AM Eastern Time. Offers may be mailed to the address below or emailed to Terry.J.Trammell@uscg.mil. Submit offers to the following mailing address by the offer due date and time to: U.S. Department of Homeland Security United States Coast Guard Training Center 1 Munro Avenue Mission Support Building #262, Room 212a Cape May, NJ 08204 Attn: Terry Trammell, Contract Specialist Any and all questions regarding this solicitation shall be submitted in writing on the Request for Information (RFI) form provided - see attached. (I) SITE VISIT: No organized site visit will be conducted for this procurement. Contractors shall make arrangements to schedule a site visit by contacting Mr. Terry Trammell at Terry.J.Trammell@uscg.mil or at (609) 898-6452.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGTCCM/HSCG42-12-Q-QNF001/listing.html)
 
Place of Performance
Address: U.S. Department of Homeland Security, United States Coast Guard Training Center, 1 Munro Avenue, Mission Support Building #262, Room 212a, Cape May, NJ 08204, Cape May, New Jersey, 08204, United States
Zip Code: 08204
 
Record
SN02519574-W 20110804/110803000159-a8c4d9748657183d99e05724ad1ca65c (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.