SOLICITATION NOTICE
S -- Coveralls and Shop Towels Rental and Cleaning
- Notice Date
- 6/18/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- FA4418COVERALLS2010
- Archive Date
- 7/15/2010
- Point of Contact
- Thomas R. Buena, Phone: 843-963-3327, Jacqueline Brown, Phone: (843) 963-5857
- E-Mail Address
-
thomas.buena@charleston.af.mil, jacqueline.brown@charleston.af.mil
(thomas.buena@charleston.af.mil, jacqueline.brown@charleston.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) 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 requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FA4418COVERALLS2010 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-42 effective 16 June 2010. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 812332 with a $13 million size standard. (v) Contractors shall submit a quote to include pricing breakdown to provide Coverall & Shop Towel rental and cleaning service in accordance with (IAW) the performance work statement (PWS) on the attached request for quote sheet. All responsible sources may submit a quotation, which shall be considered (vi) Coverall & Shop Towel Rental and Cleaning will be conducted in various buildings on Charleston Air Force Base, South Carolina. (See attached statement of work) (vii) The award will be made on a blanket purchase agreement (BPA) for a 5-year period beginning 1 Oct 2010. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial (ix) FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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 following factors shall be used to evaluate offers in the following relative order of importance: 1. Price. The Government will evaluate the total price of the offer for the award purposes. 2. Past Performance. Past performance is significantly more important than price. The Government will initially evaluate offers for award purposes by ranking them in order of total price, to include option years, then evaluate past performance starting with the lowest offeror. The contractor must provide 2-3 past performance references of your most recent contracts (within 5 years). Each reference will be surveyed and receive an overall rating from Unsatisfactory to Exceptional. Based on survey ratings, the contractor will receive and overall performance risk rating ranging from Unsatisfactory to Exceptional. No more than 3 surveys are conducted per contractor. *If the lowest priced evaluated responsible offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. The government reserves the right to award to other than the low offeror. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2008) (Deviation) are incorporated by reference, however, the following clauses apply; (mandatory clauses; 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 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement. • FAR 52.211-17 Delivery of Excess Quantities • FAR 52.217-5, Evaluation of Options • FAR 52.217-8, Option to Extend Services • FAR 52.217-9, Option to Extend the term of the Contract • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-28, Post Award Small Business Representation • 52.222-50, Combating Trafficking in Persons. • FAR 52.225-13, Restrictions on Certain Foreign Purchases (>$2,500) • FAR 52.253-1 -Computer Generated Forms • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiv) Defense Priorities and Allocation System (Not applicable) (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 30 June 2010 no later than 12:00 Noon Eastern Standard Time. Requests should be marked with solicitation number FA4418COVERALLS2010. (xvi) Address questions to Thomas Buena, Contract Specialist, at (843) 963-5167, fax (843) 963-5183, email Thomas.buena@charleston.af.mil or Jacqueline Brown, Contracting Officer, Phone (843) 963-5857, email Jacqueline.brown@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418COVERALLS2010/listing.html)
- Place of Performance
- Address: Various Locations on Charleston Air Force Base, Charleston AFB, SC 29404, Charleston AFB, South Carolina, 29404, United States
- Zip Code: 29404
- Zip Code: 29404
- Record
- SN02181745-W 20100620/100618234504-2ff0efbc20914c81f87b1fd1a480b650 (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 |