Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2015 FBO #5028
SOLICITATION NOTICE

W -- LEASE/RENTAL SHOP TOWELS

Notice Date
8/28/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
M67004 Marine Corps Logistics Command 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700415R0055
 
Response Due
9/28/2015
 
Archive Date
10/13/2015
 
Point of Contact
KEVIN FRALISH 229-639-8594
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial supplies/services prepared in accordance with the format in FAR Subparts 12.6 and 15.101-2, as supplemented with additional information included with or attached to this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. Competition for this requirement is unrestricted. The Marine Corps Logistics Command (MCLC) Albany, Georgia intends to solicit and award a Firm Fixed Price contract with (two) option years for this requirement. The North American Industry Classification System (NAICS) Code 812332- Industrial Launderers- Size Standard 35.5 Mil applies. The government reserves the right to make one, multiple or no award resulting from this solicitation. Notes: 1.Deliveries and Pick-Up Location : Marine Corps Logistics Base, Albany GA. 31704-0325 2.Period of performance: Base Year (52 wks.) and potentially two optional one year periods. CLIN 0001: Shop Towels “ In accordance with the Statement of Work(SOW) provided, an estimated 25,000 shop towels per week x 52 weeks = 1,300,000.00 towels per year. CLIN 1001(Option Period): Shop Towels “ In accordance with the Statement of Work(SOW) provided, an estimated 25,000 shop towels per week x 52 weeks = 1,300,000.00 towels per year. CLIN 2001(Option Period): Shop Towels “ In accordance with the Statement of Work(SOW) provided, an estimated 25,000 shop towels per week x 52 weeks = 1,300,000.00 towels per year. Offers will be evaluated in accordance with FAR 13.106-2 considering the lowest-priced, technically acceptable offer and past performance. The following FAR/DFAR Clauses/Provisions apply: 52.203-3 Gratuities 52.203-6 Restrictions on Subcontract Sales to the Government 52.203-12 Limitations on PAYMENTS TO Influence Certain Federal Transactions 52.204-2 Security Requirements 52.204-7 Central Contracting Registration 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 Central Contractor Registration Maintenance 52.209-5 Certification Regarding Responsibility Matters 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.211-15 Defense Priority and Allocation Requirements; 52.212-1 Instructions to Offerors ”Commercial Items; 52.212-2 Evaluation-Commercial Items, with the following paragraph addenda: Award will be made on a lowest Price Technically acceptable basis, considering the following factors: Technical capability of the Vendor to meet the requirement, past performance and price. 52.212-3(Alt 1) Offerors Representations and Certifications “ Commercial Items; 52.212-4 Contract Terms and Conditions “ Commercial Items; 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders- Commercial Items 52.213-3 Notice to Supplier 52.217-5 Evaluation of Options 52.217-9 Option to Extend the Term of the Contract 52.219-4 Limitations on Subcontracting 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment reports on Veterans 52.222-41 Service Contract Act 1965 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to BAN Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer 52.232-39 Unenforceability of Unauthorized Obligations 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.247-34 F.O.B. Destination; 52.252-1 Solicitation Provisions Incorporated by Reference. 52.252-2 Clauses Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 (Alt A) Central Contractor Registration Alternate A 252.204-7012 Safeguarding of unclassified controlled technical information 252.204-7015 Disclosure of Information Litigation Support Contractors Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7012 Preference for Certain Domestic Commodities 252.225-7036 Buy American- Free Trade Agreement- Balance of Payments Program 252.225-7048 Export of Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow WAWF 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing Contract Modifications 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification of Transportation of Supplies by Sea; Offerors responding to this announcement must provide the information required by 252.212-7000 Offeror Representations and Certifications ”Commercial Items - with their offer or indicate that they have entered the information via Online Representations and Certifications Application at https://www.sam.gov/portal/public/SAM/. The Offeror must provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register (CCR) and Wide Area Workflow (WAWF) to be considered for award. The United States Marine Corps utilizes WAWF as its ONLY authorized method to electronically process vendor requests for payment. If your business is not currently registered to use WAWF-RA, visit the WAWF-RA website at https://wawf.eb.mil. All responsible small business sources may submit a quote which shall be considered. Email (preferred) or faxed quotes with cover sheet and all of the above required information (call the P.O.C. above before faxing). All quotes must be received by the above listed Point of Contact (P.O.C), no later than the Solicitation Closing Date indicated above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e790da73c934943d8412463828c09766)
 
Record
SN03862339-W 20150830/150829000200-e790da73c934943d8412463828c09766 (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.