Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2011 FBO #3602
MODIFICATION

S -- Uniform Rental

Notice Date
10/3/2011
 
Notice Type
Modification/Amendment
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Fort Sam Houston, 502d Contracting Squadron, 2270 Rattlesnake Street, Ste 202, Fort Sam Houston, Texas, 78234-1800, United States
 
ZIP Code
78234-1800
 
Solicitation Number
F2MRAA1209AQ01
 
Archive Date
11/30/2011
 
Point of Contact
Lisa K. Brown, Phone: 2102214061, Charles D. Rhea, Phone: 2102213107
 
E-Mail Address
lisa.k.brown1.civ@mail.mil, charles.d.rhea.civ@mail.mil
(lisa.k.brown1.civ@mail.mil, charles.d.rhea.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Closing date of this solicitation is hereby amended to 5 Oct 2011. This is a combined synopsis/solicitation for commercial supplies and services 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; quotations are being requested and a written solicitation will not be issued. Solicitation number F2MRAA-1209-AQ01 is issued as a Request for Quotation (RFQ). This solicitation is being solicited as a 100% Small Business Set Aside, with NAICS code 812332 and the small business size standard of $35,000,000.00. This combined synopsis/solicitation incorporates provisions and clauses in effect through the Federal Acquisition Circular 2005-534 and DFARS change notice 20110819. Award will be made in accordance with FAR Parts 12 and 13 using Simplified Acquisition Procedures (SAP). This combined synopsis/solicitation is NOT to be construed as a commitment by the Government. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the vendor and will not be charged to the Government for reimbursement. In order to be considered for award by the Government, vendors must adhere to the quotation requirements Performance Work Statement (PWS) and respective evaluation factors set herein within FAR 52.212-1 Addendum. The 502d Contracting Squadron, Fort Sam Houston, Joint Base San Antonio, Texas, 78234, has a requirement to provide six (6) sets of eleven (11) each, uniform shirt and pants, in accordance with the attached PWS. Five (5) sets of clean laundered uniforms shall be delivered once a week and five (5) sets of soiled uniforms shall be picked up once a week to be laundered and returned the next week to the 502d Civil Engineering Squadron (CES) at Fort Sam Houston, Texas. 52.232-18 -- Availability of Funds. As prescribed in 32.705-1(a), insert the following clause: Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) CLIN STRUCTURE: CLIN Quantity Unit Unit Price Extended Price 0001 12 Month Description: Rental and laundry service for one (6) sets of eleven (11) each uniform shirt and pants in accordance with the attached PWS. BASE YEAR: 07 OCT 2011 TO 06 OCT 2012 1001 12 Month Description: Rental and laundry service for one (6) sets of eleven (11) each uniform shirt and pants in accordance with the attached PWS. OPTION YEAR 1: 07 Oct 2012 to 06 OCT 2013 2001 12 Month Description: Rental and laundry service for one (6) sets of eleven (11) each uniform shirt and pants in accordance with the attached PWS. OPTION YEAR 2: 07 Oct 2013 to 06 OCT 2014 3001 12 Month Description: Rental and laundry service for one (6) sets of eleven (11) each uniform shirt and pants in accordance with the attached PWS. OPTION YEAR 3: 07 Oct 2014 to 06 OCT 2015 4001 12 Month Description: Rental and laundry service for one (6) sets of eleven (11) each uniform shirt and pants in accordance with the attached PWS. OPTION YEAR 4: 07 Oct 2015 to 06 OCT 2016 Total Dollar Amount: $ As prescribed in 12.302(d) the following addenda is provided for solicitation provision FAR 52.212-1 to make this RFQ compliant with FAR Part 12 and 13 solicitation procedures. ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS 1. QUOTING INSTRUCTIONS AND INFORMATION A. Submit quote no later than 4:00 p.m., Central Standard Time (CST) 5 October 2011. Submit electronically (e-mail) to lisa.k.brown.civ@mail.mil. I. The quote must include the following: a. All required Offeror Representations and Certifications specified IAW FAR 52.212-3 Alt 1, as specified above and includes but is not limited to include the Tax Identification Number (TIN), Cage Code, DUNS Number, firm evidence of ability to perform, and any discount terms. b. Additionally, FAR 52.222-22 must be filled in and provided. II. Contractors must be registered in the DoD Central Contractor Registration (CCR) database--NO EXCEPTIONS. To register, call 1-888-227-2423, or apply via the Internet at: http//www.bpn.gov. The CCR registration must be completed before the award can be made. III. The anticipated award date is 3 October 2011. B. To assure timely and equitable evaluation of quotations, vendors must follow the instructions contained herein. Vendors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical capability requirements, in addition to those identified as evaluation factors or sub-factors. Quotations submitted in response to this combined synopsis/solicitation must include a price quote. C. To ensure the integrity of the procurement process, questions regarding this acquisition are to be directed ONLY to the 502 Contracting Squadron personnel. Questions to other contractors and other Government personnel may render a quote invalid. Questions will be accepted until 4:00PM, Central Standard Time (CST), 29 September 2011. Answers considered material to the successful receipt of quotes will be made accessible to all potential vendors via an amendment to this solicitation. Questions should be in writing and sent by email to Lisa K. Brown, Contract Specialist, at lisa.k.brown.civ@mail.mil. D. Under Best Value evaluation and award procedures, discernible technical capabilities quoted by vendors that are considered by the Government as either inadequate or substandard may result in quotation being determined as unacceptable, and therefore not given consideration for award. In addition, quotations that contain ambiguous information, and/or lack thereof, and/or are determined to be priced unreasonably too high or low, will be considered unacceptable and therefore not given consideration for award. Therefore, quotations should contain the vendor's best terms, from a price and technical capability standpoint. E. Specific Instructions I. Submit one (1) copy of the following: insert quoted unit and extended prices in the above price schedule for each contract line item number (CLIN). All pricing will remain valid from the date of submission for thirty (30) days. Quotations must be priced and submitted for the entire five (5) year ordering period. F. Documents submitted in response to this RFQ must be fully responsive to and consistent with the following: I. Requirements of the RFQ (CLINs, PWS and all attachments) and Government standards and regulations pertaining to the PWS. End of 52.212-1 addendum. 2. IN ACCORDANCE WITH FAR 12.602(A) AND FAR 13.106-2, THE FOLLOWING IS PROVIDED: A. This is a competitive solicitation for quotations utilizing Best Value procedures in accordance with FAR Parts 12 and 13. As outlined in the addenda to FAR 52.212-1, the evaluation factors of price and technical capability will be utilized by the Government in making an award determination. B. The Government intends to evaluate quotations and award to the lowest priced, technically acceptable (LPTA) vendor. The Government shall make a determination of technical acceptability, based upon meeting the salient performance characteristics of the Performance Work Statement. C. Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the base year. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). D. Award Determination. Basis for award: The award will be made to the vendor whose quotation represents the best value to the government. As allowed by FAR 13.106-2(b)(1), the Lowest Price Technically Acceptable (LPTA) selection process shall be applied. Award will be made to the vendor who is deemed responsible and responsive that reflects a complete understanding of the Performance Work Statement (PWS) and represents the best value to the Government based on selection of the technically acceptable quotation with the lowest evaluated price. The best value is represented by the lowest priced technically acceptable quotation. To be eligible for award, a quotation must meet all technical requirements, conform to all required terms and conditions, and provide all information required. The technical area will be evaluated on an "acceptable" or "unacceptable" basis. Only those quotations determined to be technically acceptable will be evaluated on price. If the quotation received is determined to be unacceptable, the vendor will be excluded from competition and will not be considered for award. 3. In accordance with FAR 13.004 -- Legal Effect of Quotations. The following information is provided in regards to quotations: A. A quotation is not an offer and consequently cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies and/or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies and/or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet access at the Federal Acquisition Regulation (FAR) site, http://farsite.hill.af.mil: FAR 52.204-7 Central Contractor Registration FAR 52.212-1 Instruction to the Offerors - Commercial Items (to include Addendum below) FAR 52.212-3 Alt l Offeror Representations and Certifications - Commercial Items; the offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If the offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (c) through (m) of this provision. FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010) with Addendum as follows: COMMERCIAL ITEMS. Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes - Changes in the terms and conditions of this contract may be made Only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, in paragraphs (b) and (c) the following clauses apply: FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards FAR 52.219-6 Notice of Total Small Business Set Aside FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (END OF FAR 52.212-5 CLAUSE SELECTION) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses selected: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.247-7023 Alt III Transportation of Supplies by Sea (END OF DFARS 252.212-7001 CLAUSE SELECTION) Additional Provisions and Clauses FAR 52.204-8 Annual Representations and Certifications FAR 52.204-9 Personal Identity Verification of Personnel FAR 52.211-5 Material Requirements FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.219-1 Small Business Program Representations FAR 52.222-42 Statement of Equivalent rates for Federal Hires FAR 52.222-50 Combat Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.232-23 Assignment of Claims FAR 52.232-25 Prompt Payment FAR 52.233-1 Disputes FAR 52.233-3 Protests After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.244-6 Subcontracts for Commercial Items FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil//. FAR 52.253-1 Computer Generated Forms DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7004 Alt A, Central Contractor Registration DFARS 252.211-7003 Item Identification and Valuation DFARS 252.225-7000 Buy American-Balance of Payments Program Certificates DFARS 252.232-7010 Levies on Contract Payments DFARS 252.247-7023 Transportation of Supplies by Sea AFFARS 5352.201-9101 Ombudsman AFFARS 5352.223-9001 Health and Safety on Government Installations AFFARS 5352.242-9000 Contractor Access to Air Force Installations *All payments will be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your contract number will be required in order to inquire on the status of your payment. Points of Contact: Lisa K. Brown, Contract Specialist, Commercial Telephone: (210) 221-4061, FAX: (210) 808-6143; Email Address: lisa.k.brown1.civ@mail.mil Charles D. Rhea, Contracting Officer, Commercial Telephone: (210) 221-3107; FAX: (210) 808-6143, Email Address: charles.d.rhea.civ@mail.mil. Attachments: Attachment 1, Performance Work Statement, dated 07 October 2011
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/792ae1d90f07ae27006c279c77b485bf)
 
Place of Performance
Address: Joint Base San Antonio, Ft. Sam Houston, Texas, 78234, United States
Zip Code: 78234
 
Record
SN02601236-W 20111005/111003235304-792ae1d90f07ae27006c279c77b485bf (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.