Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2004 FBO #1115
SOLICITATION NOTICE

S -- Laundry/Dry Cleaning Service

Notice Date
12/13/2004
 
Notice Type
Solicitation Notice
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN-05-T-0002
 
Response Due
12/20/2004
 
Archive Date
2/18/2005
 
Point of Contact
Debbie Rice, 904-823-0555
 
E-Mail Address
USPFO for Florida
(debbie.rice@fl.ngb.army.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. Solicitation Number W911YN-05-T-0002 must be referenced in your response. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-25, Effective 5 Oct 2004 & Class Deviation 2004-O0002 and Defense Federal Acquisition Regulation Supplement DCN 20041122 Edition. The Government intends to establish a Blanket Purchase Agreement (BPA) for this item which will be effective for the period of on or about 21 December 2004 through 30 September 2009. This synopsis/solicitation is for small business set-aside. The North American Industry Classification System code for this synopsis/solicitation is 812320 and the associated small business size standar d is $4,000,000. Item Name: Laundry/Dry Cleaning. Pick Up and Delivery shall be FOB Destination to Post Camp Station (PCS) Warehouse at Camp Blanding Joint Training Center (CBJTC), Starke, FL. Vendor must be capable of responding on short notice. If not able to respond on short notice vendor must provide minimum delivery period. Vendor shall propose pricing to show any quantity discounts up the maximum estimated quantity. All deliveries completed under the BPA shall be accompanied by sales slips that shal l contain the following minimum information: Name of supplier, BPA number, date of service request, call number, itemized list of services furnished, quantity, unit price, and extension of each service, date service was provided. The government estimates, but does not guarantee, that the following quantities of laundry/dry cleaning items to be laundered/dry cleaned on the BPA is 5,000 Blankets, 10, 000 Sheets and 5,000 Pillow cases per year. The Government is obligated only to the extent of authorized purch ases actually made under the BPA. Individual purchases under this BPA are limited to $100,000.00 or less. A list of individuals authorized to purchase under this BPA, identified either by title of position or by name of individual, organizational component , and the dollar limitation per purchase for each position title or individual shall be furnished to the provider by the contracting officer. The following provisions and clauses apply to this procurement: FAR 52.204-7, Central Contractor Registration; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212- 3, Offeror Representations and Certifications-Commerc ial Items, Alternate I; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Deviation; FAR 52.219-6, Notice of Total Small Business Se t-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.22 2-36, Affirmative Action For Workers With Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-42 Statement of Equiva lent Rates for Federal Hires (See www.wdol.gov) ; FAR 52.222-43 Fair Labor Standards Act Price Adjustment (Multiple Year and Option Contracts); FAR 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment; FAR 52.232-33, Payment by Ele ctronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; 52.242-15, Stop-Work Order; FAR 52.246-1, Contractor Inspection Requi rements; FAR 52.247-34, F.O.B. Destination; FAR 52.252-1, Solicitation Provisions incorporated by Reference may be accessed in full text at http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.dtic.mil/dfars; FAR 52.252-2, Clauses incorporated by Reference may be accessed in full text at http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.dtic.mil/dfars; FAR 52.253-1, Computer Generated Forms; FAR 252-6, Authorized Deviations In clauses; DFARS 252.204-7003, Control of Government Per sonnel Work Product; DFARS 252.204-7004, Alternate A, Required Central Contractor Registration; Responses to this notice must be received no later than 5:00 p.m. EST, 20 December 2004 at the following address: USPFO for Florida, 189 Marine Street, St. Augu stine, FL 32084-5154; emailed to debbie.rice@fl.ngb.army.mil or faxed to (904) 823-0512 to the attention of Debbie Rice. Responses may be submitted on company letterhead stationary and must include the following information: Solicitation Number, Payment T erms, discount offered for prompt payment, and must include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial items. Additional information: be advised that all interested parties must be registered in the Central Contractor R egistration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.bpn.gov. All responsible sources may submit a proposal, which shall be considered b y the agency. Evaluation procedures will be based on Best Value using FAR Part 13. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-DEC-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/NGB/DAHA08/W911YN-05-T-0002/listing.html)
 
Place of Performance
Address: USPFO for Florida PO Box 1008 (189 Marine Street), St. Augustine FL
Zip Code: 32085-1008
Country: US
 
Record
SN00720758-F 20041215/041213212052 (fbodaily.com)
 
Source
FedBizOpps.gov 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.