Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2014 FBO #4775
MODIFICATION

S -- Blanket Purchase Agreement (BPA) Linen Exchange Service

Notice Date
12/19/2014
 
Notice Type
Modification/Amendment
 
NAICS
812331 — Linen Supply
 
Contracting Office
144 FW/MSC, 5323 East McKinley Avenue, Fresno ANG Base, Fresno, CA 93727-2199
 
ZIP Code
93727-2199
 
Solicitation Number
W912LA15T6003
 
Response Due
12/29/2014
 
Archive Date
2/17/2015
 
Point of Contact
Charles Dutkevitch, 5594545129
 
E-Mail Address
144 FW/MSC
(charles.dutkevitch@ang.af.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. 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. 1. 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 144th Fighter Wing (FW), Fresno Air National Guard, Fresno, CA intends to establish a Blanket Purchase Agreement (BPA) with one or more linen service providers to satisfy the linen exchange service requirements. This exchange service require clean linen: to include sheets, bath towels, wash towels and kitchen towels. These will be delivered and collected in accordance with the provided Performance Work Statement (PWS). The Government intends to enter into a BPA for one base year (1 January 2015 to 31 December 2015) with two (2) option years. The BPA will be reviewed annually. This BPA will have a period of performance of three (3) years from date of agreement via issuance of Blanket Purchase Agreement Calls. 2. This requirement is unrestricted. See clause 52.212-2, quote mark Evaluation Procedures quote mark, for further details on evaluation procedures. The North American Industry Classification System (NAICS) Code is 812331 Linen Supply and the Size Standard for Small Business is $30 Million. The requirement consists of establishing one or more BPAs, for a period of three (3) years from date of award, via issuance of BPA Call Orders. The BPA Master Dollar Limit shall be $120,000. The BPA Call Limit shall be $5,000.00. The Government may issue a BPA Call for a one (1) month period or a BPA Call for more multiple months up to the BPA Call Limit specified. 3. This agreement will be in effect for a period not to exceed three (3) years commencing on 1 December 2014 or until the total spent on the master BPA reaches $120,000 (whichever is sooner), or until such time either party to this agreement requests that it be canceled in writing (30 day notice required). Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring services on an as-needed basis from qualified sources that are readily available and thus eliminate the need for repetitive costly re-procurements. There is no minimum or maximum guaranteed quantity. All BPA Call Orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice. See Performance of Work which is attached. Wage Determination per location shall apply and is also attached. 4. Period of Performance Period of Performance: 1 JAN 2014 - 31 DEC 2017 5. Clauses & Provisions It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm The following provisions and clauses apply to this acquisition: FAR 52.204-99 DEV System for Award Management (SAMS) (Deviation ); FAR 52.204-7 Central Contractor Registration; 52.204-13 - Central Contractor Registration Maintenance; FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation Commercial Items; FAR 52.212-3 ALT I Offerror Representations and Certifications - Commercial Items; 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 Item; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.222-25 Affirmative Action Compliance; FAR 52.222-26 Equal Opportunity; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-23 Assignment of Claims; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-1 Disputes; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.246-1 Contractor Inspection Requirements; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Contract Provisions Incorporated by Reference; FAR 52.252-5 Authorized Deviations in Provisions; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.203-7000 Requirements Related to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.209-7994 DEV Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under and Federal Law - FY14 Appropriations; DFARS 252.232-7010 Levies on Contract Payments. Offers shall include with their quotes a completed copy of 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items or enter at website https://www.sam.gov/portal/public/SAM/; if Representations and Certifications have been completed on System for Award Management (SAM) provide CAGE Code, Dun and Bradstreet number (DUNS) code, and Tax Identification Number (TIN). All firms or individuals responding must be registered with the System for Award Management (SAM) and Wide Area Workflow (WAWF). Information concerning SAM and WAWF registration requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ and https://wawf.eb.mil/. 6. The contracting office address is as follows: 144 FW Fresno Air National Guard Base 144th FW Base Contracting Office 5323 E. McKinley Ave Fresno, CA 93727 7. All responses must be sent to MSgt Charles Dutkevitch via email at charles.dutkevitchang.af.mil, responses shall be submitted no later than 11:00 AM PST, Friday 29 December 2014. Questions via email shall be submitted no later than 11:00 AM PST, Tuesday, 23 December 2014 by emailing them to Charles.dutkevitch@ang.af.mil and Anthony.olivas@ang.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04-1/W912LA15T6003/listing.html)
 
Place of Performance
Address: 144 FW/MSC 5323 East McKinley Avenue, Fresno ANG Base Fresno CA
Zip Code: 93727-2199
 
Record
SN03600990-W 20141221/141219234440-33d0e0e4c837d6753b4ecc1a1351f062 (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.