Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2012 FBO #3885
SOLICITATION NOTICE

S -- Shop Towel Service Pick Up/Replace - Attachments

Notice Date
7/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Eglin Research Site, 101 West Eglin Blvd, Suite 337, Eglin AFB, Florida, 32542-6810
 
ZIP Code
32542-6810
 
Solicitation Number
F1T0CW2096A001
 
Archive Date
8/11/2012
 
Point of Contact
Caroline H. Frank, Phone: 850-882-3349, Fausto R. Fernandez, Phone: 850-882-2797
 
E-Mail Address
Caroline.Frank@eglin.af.mil, fausto.fernandez@eglin.af.mil
(Caroline.Frank@eglin.af.mil, fausto.fernandez@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Shop Towel Service Requirements Document The Operational Contracting Division, Air Armament Center, Eglin AFB, FL intends to solicit, negotiate, and award a Firm-Fixed Price contract. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition format, 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 separate, written solicitation will not be issued. This announcement is issued as Request for Quotation (RFQ) # F1T0CW2096A001. The North American Industry Classification System (NAICS) code for this acquisition is 812332, with small business size standard of $35.2M; Please identify your business size in your response based upon this standard. Offerors will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis IAW FAR 15.101-2 and the award will be made to the lowest priced offeror that meets the minimum requirement. The government will not accept refurbished/used equipment. There will be no advance payments. Offerors are advised to include a completed copy of provision 52.212-3, Offer Representations and Certifications - Commercial Items, with their offer. This requirement is for: CLIN 0001: Shop Towels. Pick up/replace rags in accordance with (IAW) "Requirements Document for Shop Towel Service" dated 28 Jun 2012. Vendor must supply rags to include replacement for dirty rags picked up and clean ones dropped off and have inventory remain constant. See attachments for service point buildings, number of required rags and frequency. Period of Performance 1 Oct 2012 to 30 Sep 2013. The total number of towels required to remain constant at 3,825. OPTION CLIN 1001: Shop Towels. Pick up/replace rags in accordance with (IAW) "Requirements Document for Shop Towel Service" dated 28 Jun 2012. Vendor must supply rags to include replacement for dirty rags picked up and clean ones dropped off and have inventory remain constant. See attachments for service point buildings, number of required rags and frequency. Period of Performance 1 Oct 2013 to 30 Sep 2014. The total number of towels required to remain constant at 3,825. OPTION CLIN 2001: Shop Towels. Pick up/replace rags in accordance with (IAW) "Requirements Document for Shop Towel Service" dated 28 Jun 2012. Vendor must supply rags to include replacement for dirty rags picked up and clean ones dropped off and have inventory remain constant. See attachments for service point buildings, number of required rags and frequency. Period of Performance 1 Oct 2014 to 30 Sep 2015. The total number of towels required to remain constant at 3,825. OPTION CLIN 3001: Shop Towels. Pick up/replace rags in accordance with (IAW) "Requirements Document for Shop Towel Service" dated 28 Jun 2012. Vendor must supply rags to include replacement for dirty rags picked up and clean ones dropped off and have inventory remain constant. See attachments for service point buildings, number of required rags and frequency. Period of Performance 1 Oct 2015 to 30 Sep 2016. The total number of towels required to remain constant at 3,825. OPTION CLIN 4001: Shop Towels. Pick up/replace rags in accordance with (IAW) "Requirements Document for Shop Towel Service" dated 28 Jun 2012. Vendor must supply rags to include replacement for dirty rags picked up and clean ones dropped off and have inventory remain constant. See attachments for service point buildings, number of required rags and frequency. Period of Performance 1 Oct 2016 to 30 Sep 2017. The total number of towels required to remain constant at 3,825. Note to Offerors: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-58 effective 18 May 2012. • FAR 52.204-7, Central Contractor Registration; • FAR 52.204-9, Personal Identity Verification of Contractor Personnel; • FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation; • FAR 52.212-1, Instructions to Offerors -- Commercial Items; • FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items with Alt 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 (Apr 2012); incorporating the following: • FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; • FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; • FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; • FAR 52.219-28, Post-Award Small Business Program Rerepresentation; • FAR 52.222-3, Convict Labor; • FAR 52.222-19 Child Labor - Cooperation With Authorities and Remedies; • FAR 52.222-21, Prohibition of Segregated Facilities; • FAR 52.222-26, Equal Opportunity; • FAR 52.222-36, Affirmative Action for Workers With Disabilities; • FAR 52.222-41, Service Contract Act of 1965; • FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; • FAR 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts); • FAR 52.222-50, Combating Trafficking in Persons; • FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; • FAR 52.225-13, Restrictions on Certain Foreign Purchases; • FAR 52.232-29, Terms for Financing of Purchases of Commercial Items; • FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • FAR 52.233-3, Protest After Award; • FAR 52.233-4, Applicable Law for Breach of Contract Claim; (End Clause) • FAR 52.217-8, Option to Extend Services; • FAR 52.217-9, Option to Extend the Term of the Contract; • FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; • FAR 52.237-3, Continuity of Services; • FAR 52.247-34, F.o.b. Destination; • FAR 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form); • FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), which reads as follows: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause). • FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984), which reads as follows: (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. • DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; • DFARS 252.204-7003, Control of Government Personnel Work Product; • DFARS 252.204-7004, Alt A, CCR; • DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION); • DFARS 252.211-7003, Item Identification and Valuation; • DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: • DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; • DFARS 252.225-7001, Buy American Act and Balance of Payments Program; • DFARS 252.232-7003, Electronic Submission of Payment Requests; • DFARS 252.247-7023, Transportation of Supplies by Sea, with Alt III; • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; • DFARS 252.232-7010 Levies on Contract Payments; • AFFARS 5352.201-9101, Ombudsman; • AFFARS 5352.223-9001, Health and Safety; • AFFARS 5352.242-9000, Contractor Access to Air Force Installations; • AFFARS 5352.242-9001, CAC for contractor; • LOCAL CLAUSE H-850: THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF. Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) *Contract Number: FA2823-12-P- _ _ _ _ *Delivery Order: TBD *Issue Date: TBD *Issue DODAAC: FA2823 *Admin DODAAC: FA2823 *Inspected By DODAAC/Ext: F1T0CW *Ship To Code/Ext: F1T0CW *Ship From Code: *Pay DODAAC: F03000 Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil (End of provision) Please provide DUNS or Cage Code, Shipping Point, payment terms, quote expiration date, lead time and any charges for shipping on the response to this solicitation. Offerors must be registered in Central Contractor Registration (CCR) in order to be eligible for award. All questions are due five (5) calendar days from posting date. If your company is capable of providing this item, pricing and any product literature must be received NLT 12:00PM Central Time, 15 days from posting date. Please send all questions via email to Caroline Frank @ Caroline.Frank@eglin.af.mil and Cc Fausto Fernandez @ Fausto.Fernandez@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLERS/F1T0CW2096A001/listing.html)
 
Place of Performance
Address: Eglin AFB, Florida, United States
 
Record
SN02801401-W 20120714/120712235814-8630909bef06a11e9c601506c5583202 (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.