Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 08, 2015 FBO #4913
SOLICITATION NOTICE

35 -- Laundry Services Requirement - Attachment 1 -- Laundry Services Requirement.pdf

Notice Date
5/6/2015
 
Notice Type
Presolicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Acquisition Operations Division (AOD), 500 C Street SW, Patriots Plaza -- 2nd Floor, Washington, District of Columbia, 20472, United States
 
ZIP Code
20472
 
Solicitation Number
HSFE70-15-R-0031
 
Archive Date
5/27/2015
 
Point of Contact
Cynthia P. Diama, Phone: 2026464017
 
E-Mail Address
cynthia.diama@fema.dhs.gov
(cynthia.diama@fema.dhs.gov)
 
Small Business Set-Aside
Partial Small Business
 
Description
Draft Performance Work Statement (PWS) This is a Synopsis for commercial items prepared in accordance with FAR 5.207 Preparation and transmittal of synopses. HSFE70-15-R-0031 is a Request for Proposal (RFP) to provide laundry services. This requirement will be full and open with a partial Small Business Set-Aside. The associated North American Industrial Classification System (NAICS) Code for this procurement is 812320, Commercial Laundry Services. The Product Service Code (PSC) is: 3510-Laundry and Dry Cleaning Equipment. FEMA intends to award multiple Firm Fixed-Price Indefinite Delivery Indefinite Quantity (FFP/IDIQ) contracts. The Period of Performance will be a Base Period of 12-months with four (4) 12-month Option Periods. The FFP/IDIQ contract is for the rapid deployment of laundry services, per the three (3) Options available for this requirement. The a la carte itemization of the contract's Contract Line Item Numbering (CLIN) structure meets the government's need to itemize each Task Order according to specific, emergency site-conditions. The Performance Work Statement provides the Federal Emergency Management Agency (FEMA) with laundry services throughout the continental U.S. BASIS FOR AWARD: The Government will make award to the responsible/responsive offeror whose offer will be most advantageous to the Government based on Best Value. The provision at FAR 52.212-1 "Instructions to Offerors-Commercial Items" applies to this acquisition. The provision at FAR 52.212-2 "Evaluation-Commercial Items" applies to price/technically acceptable factors. Offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications--Commercial Items" with their response or provide this information via the SAM website, http://sam.gov. The following FAR clauses also apply: 52.212-4 "Contract Terms and Conditions--Commercial Items and 52.212-5 "Contract Terms and Conditions required to implement Statutes or Executive Orders--Commercial Items." FAR provision 52.217-9 also applies to this award. The aforementioned FAR provisions and clauses can be accessed electronically at http://www.acquisition.gov/far. Inquiries can be e-mailed to Ms. Hobday at Toye.Hobday@fema.dhs.gov, and Ms. Diama at Cynthia.Diama@fema.dhs.gov, no later than Tuesday, May 12, 2015, by 11:00 am EST. The solicitation and any amendments to the solicitation will be posted on FedBizOpps at http://fedbizopps.gov. Offerors are reminded that award can only be made to a Contractor who is registered in System for Award Management (SAM). Interested parties are responsible for monitoring the site to assure that they have the most up to date information regarding this solicitation. NO PHONE CALLS will be accepted for this announcement. Any and all questions should be submitted electronically to the Contract Specialist, Cynthia Diama, at Cynthia.Diama@fema.dhs.gov and Contracting Officer, Toye Hobday, at Toye.Hobday@fema.dhs.gov. See Attachment 1: "Laundry Services Requirements," which comprises the PERFORMANCE WORK STATEMENT for this procurement. Draft Contract Line Items Numbers CLIN Description Quantity/Unit Unit Price Amount 0001 Option 1 in accordance with the PWS Ea 0002 Option 2 in accordance with the PWS Ea 0003 Option 3 in accordance with the PWS Ea 0004 Fresh Water in accordance with the PWS Ea 0005 Grey Water in accordance with the PWS Ea 0006 Surge/Emergency Response of 75% in accordance with the PWS within 72 hours Ea 0007 Surge/Emergency Response of 25% in accordance with the PWS within 96 hours Ea 0008 Delivery cost to any location within the US (CONUS) Per mile TBD
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/HSFE70-15-R-0031/listing.html)
 
Place of Performance
Address: To Be Determined (TBD) per Task Order, United States
 
Record
SN03722137-W 20150508/150506235548-bf2b789bc29f30b986b67c8a9164f293 (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.