Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2010 FBO #3281
MODIFICATION

S -- Cleaning/laundering service for military gear

Notice Date
11/16/2010
 
Notice Type
Modification/Amendment
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-11-T-DGDG
 
Response Due
11/19/2010
 
Archive Date
1/18/2011
 
Point of Contact
David Gannon, 309-782-0868
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(david.a.gannon@us.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 FAR 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. This combined synopsis/solicitation is issued as a request for quote (RFQ). This solicitation document and incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular (FAC) 2008-19, effective 17 September 2007. This solicitation is issued using Simplified Acquisition Procedures pursuant FAR Part 13. This solicitation is being offered for cleaning of military training gear. Refer to the Performance Work Statement for all details regarding this requirement. Proposals shall include documentation to support all prices proposed (i.e. catalog prices, commercial invoices, price lists, and/or previous contract pricing). All prices are firm-fixed price. Inspection and acceptance are at Destination. Please submit your response by 5:00 pm, Friday, 19 November, 2010 via fax number, 309-782-4998 or email, david.a.gannon@us.army.mil. The following Federal Acquisition Regulation (FAR) clauses are applicable to this solicitation: 52.204-4, Printed or Copied Double-Sided on Recycled Paper. 52.212-1, Instructions to Offerors - Commercial Items. 52.212-3, Offeror Representations and Certifications - Commercial Items. (copy of this provision shall be completed and submitted with the offer.) 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. (Applicability includes Paragraph (b) items 1, 2, 20, 21, 22, 23, 24, 25, 32, 38, 40 and paragraph (c) item 4) 52.217-8 Option To Extend Services (NOV 1999) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (Applicability includes Paragraph (a) 52.203-3, Gratuities and paragraph (b) item 5) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.246-7000, Material Inspection and Receiving Report 52.0000-4001 CLAUSES/SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) (FAR 52.252-1/52.252-2) 52.0000-4003 DISCLOSURE OF UNIT PRICE INFORMATION (JUN 2005) 52.0000-4016 CONTRACTOR MANPOWER REPORTING (CMR) (APR 2005) [NOTE: THIS CLAUSE APPLIES ONLY TO CONTRACTS OVER $25,000.00] 52.0000-4019 SAFETY & SECURITY NOTICES (AUG 2005) 52.0000-4031 TASK AND DELIVERY ORDER OMBUDSMAN (Aug 2010) 52.0000-4035 ROCK ISLAND ARSENAL SAFETY, LAW ENFORCEMENT, SECURITY, AND FIRE PREVENTION REQUIREMENTS/REGULATIONS (AUG 2004) 52.0000-4036 REQUIRED AMOUNTS OF INSURANCE (NOV 1992) 52.0000-4037 U.S. DEPARTMENT OF LABOR WAGE DETERMINATIONS (MAY 1993) 52.0000-4834 AMC-LEVEL PROTEST PROGRAM (MAR 2004) 52.0000-4940 - Wide Area Workflow (WAWF) will be required for use on any resulting contract associated with this solicitation. Contractors will be required to invoice through WAWF and DCMA will use this system to accept the materials for shipment purposes. For information on registration, please go to https://wawf.eb.mil/ 52.237-1 -- Site Visit. Site Visit (Apr 1984) a) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. b) A viewing of the articles will be held from 1:00 to 2:00 pm on Thursday, 18 November, 2010 in the basement of Building 56 on Rock Island Arsenal. c) Participants will enter Building 56 through the north entrance. Please contact David Gannon at 309-782-0868 or david.a.gannon@us.army.mil for directions and to confirm your attendance. Due to heightened security measures on Rock Island Arsenal, reservations for the site visit are required. Attendance is limited to two (2) representatives per company. Access lead time Participants will have to process through the Visitor Registration Area, which is Building 23 at the Moline Gate, to obtain a required Visitors badge. All visitors MUST PROVIDE PHOTO IDENTIFICATION. Participants should allow at least 30 minutes prior to scheduled site visit time to process through the Visitor Registration Area and to travel to Building 56. The Visitor Registration Area may be accessed by crossing the Moline viaduct from downtown Moline and turning to the right before entering the guard house. The Performance Work Statement must be requested from David Gannon at david.a.gannon@us.army.mil or 309-782-0868. PLEASE NOTE: Effective October 1, 2003 all vendors seeking to do business with the Federal Government are required to register with the Central Contract Registration at www.ccr.gov. If you are not registered and are not willing to register we will not be able make an award to your firm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/07231608a550c4f6ddee90dbc0cb3da7)
 
Place of Performance
Address: Rock Island Contracting Center (RI-CC) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02328474-W 20101118/101116234529-07231608a550c4f6ddee90dbc0cb3da7 (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.