Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
SOLICITATION NOTICE

83 -- Fitted Sheets, Pillows, Pillow Cases - WI National Guard

Notice Date
9/10/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812331 — Linen Supply
 
Contracting Office
USPFO for Wisconsin, 1 Williams Street, Camp Douglas, WI 54618-5002
 
ZIP Code
54618-5002
 
Solicitation Number
W912J215T0022
 
Response Due
9/15/2015
 
Archive Date
11/9/2015
 
Point of Contact
Kayla Krueger, 608-427-7275
 
E-Mail Address
USPFO for Wisconsin
(kayla.m.krueger6.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
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. The solicitation number is W912J215T0022 and is issued as a request for quote (RFQ). The RFQ will result in a firm fixed price contract. This solicitation is a total set-aside for Small Business. The North American Industry Classification System (NAICS) code for this acquisition is - 812331 Linen Supply. The United States Property and Fiscal Office for the Wisconsin Army National Guard is soliciting quotes to procure the following supply or service contract line items: Contract Line Item Number 0001: Fitted Sheets LINE ITEM 1: Deep Pocket Fitted Sheets 39 quote mark x 80 quote mark Quantity: 1,188 or 99 cases (12 per case) Color: White Fiber Content: 100% Egyptian Size: Twin; 39 quote mark x 80 quote mark ; 15 quote mark Deep Pocket Thread Count: 400 Type: Sateen Item #: AMEREG3980DP (from American Hotel Register Company) Contract Line Item Number 0002: Shipping 426th RTI 90 S 10th Avenue Fort McCoy, WI 54656 Delivery should not exceed 90 days after receipt of order. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Submit your quote on a business letterhead and include at minimum the following: (1)The solicitation number (2)The name, address, and telephone number of the offeror (3)A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, pictures, or other documents, if necessary. (4)Price and discount terms showing a price per each requested promotional item to include any set-up costs and total for each promotional item. Include a quote total. (5)Estimated time for delivery (6)CAGE Code and Tax ID Number Please submit all technical descriptions, catalogs, pictures and details as a separate document. The provision at FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. 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. The following factors shall be used to evaluate offers: price and technical capability of the item offered to meet the Government requirement. Offerors must be registered on System for Award Management (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Centers at 866-606-8220. Only contractors who are registered in SAM can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. It is advised for offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The following clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquit ion Regulation (DFARS) apply to this acquisition: FAR 52.204-99 System for Award Management Registration (August 2012) (DEVATION). FAR 52.211-6, (If Applicable) Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-44 Fair Labor Standards act and Service Contract Act- Price adjustment; FAR 52.222-54 Employment Eligibility Verification: FAR 52.228-5 Insurance-Work on a government Installation; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.225-1, FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable) FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), FAR 52.243-1 Alternate I-- Changes -- Fixed-Price, DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243- 7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, 252.215-7008 Only One Offer, Transportation of Supplies by Sea, Alternate III. DFARS 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2014 Appropriations. DFARS 252.232-7006; Wide Area Workflow; 52.204-7 Systems for Award Management; DFARS 252.204-7012 Safeguarding Unclassified; Documents Payment Instructions This announcement is the solicitation which will result in a firm fixed-price contract. Clauses may be accessed electronically in full text through http://farsite/hill.af.mil. Offers are due no later than September 15, 2015 at 12:00PM Central Time and must be submitted electronically to 1LT Kayla Krueger via email at kayla.m.krueger6.mil@mail.mil Questions pertaining to this solicitation must be sent to kayla.m.krueger6.mil@mail.mil and received no later than 3:00PM Central Time on Monday, September 14th, 2015. The Individual to Contact for Information Regarding this Solicitation is: 1LT Kayla Krueger Kayla.m.krueger6.mil@mail.mil 608-427-7275
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J215T0022/listing.html)
 
Place of Performance
Address: USPFO for Wisconsin 1 Williams Street, Camp Douglas WI
Zip Code: 54618-5002
 
Record
SN03879923-W 20150912/150910235927-e5065aade7609c3c8035f9d54bd5d0df (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.