SOLICITATION NOTICE
S -- Laundry Dry Cleaning
- Notice Date
- 7/24/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812320
— Drycleaning and Laundry Services (except Coin-Operated)
- Contracting Office
- N68836 NAVSUP Fleet Logistics Center Jacksonville Pensacola Office 690 San Carlos Road Suite A Pensacola, FL
- ZIP Code
- 00000
- Solicitation Number
- N6883617Q0245
- Response Due
- 7/31/2017
- Archive Date
- 9/30/2017
- Point of Contact
- Thomas H. Edwards 850-452-9904
- E-Mail Address
-
thomas.h.edwards1@navy.mil
(thomas.h.edwards1@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a SOLE-SOURCE COBMINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in using Simplified Acquisition Procedures under found at FAR Part 13. This announcement constitutes the only solicitation; a written solicitation will not be issued. Paper copies of this solicitation will not be available. This combined synopsis/solicitation shall be posted on NECO (http://www.neco.navy.mil/) and FEDBIZOPPS (https://www.fbo.gov/). The Request For Quote (RFQ) number is N6883617Q0245. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Change Notice provisions. The clauses may be accessed in full text at these addresses: www.acquisition.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. This acquisition will result in a Firm-Fixed Price contract under NAICS code 517410 and the Small Business Standard is $5,500,000.00. Under the authority of FAR 6.302-1(b)(1)(i), NAVSUP Fleet Logistics Center, Jacksonville/Pensacola Contracting Department intends to award a Firm Fixed Price contract to Vicks Cleaners, Inc., 2965 W. Navy Blvd., Pensacola, FL 32505-8021. The service term is for 1 year. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR Part 13. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is NOT a request for competitive proposals; however, all bids, proposals, or quotations received by closing date will be considered by the Government. A determination by the Government not to compete this proposed contract is based upon responses to this notice and is solely within the discretion of Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Period of Performance: August 4, 2017-August 3, 2018 This announcement will close on July 31, 2017, 9:00 a.m. Central Standard Time. Responses may be submitted to Thomas Edwards who can be reached at (850) 452-9904, or e-mail Thomas.h.edwards1@navy.mil. System for Award Management: Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name, phone number, GSA contract if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. The following FAR provisions and clauses are applicable to this procurement: 52.204-7System for Award Management (SAM) 52.204-13SAM Maintenance 52.209-2Prohibition on Contracting with Inverted Domestic Corportations- Representation (DEC 2014) 52.209-11REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) 52.204-19Incorporation by Reference of Representations and Certifications (DEC 2014) 52.212-1Instructions to Offerors-Commercial Items 52.212-3Alt 1 Offeror Representations and Certifications 52.212-4Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-C Commercial Items 52.204-10Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (August 2013) 52.217-9Option to Extend the Term of the Contract (March 2006) 52.219-28Post Award Small Business Program Representation (July 2013) 52.222-3Convict Labor 52.222-19Child Labor 52.222-21Prohibition of Segregated Facilities 52.222-22Previous Contracts and Compliance Reports (Feb 1999) 52.222-26Equal Opportunity 52.222-35Equal Opportunity for Veterans 52.222-36Affirmative Action for Workers with Disabilities 52.222-37Employment Reports on Disabled Veterans (Oct 2015) 52.222-50COMBATING Trafficking in Persons (Feb 2009) 52.223-18Encouraging Contractor 52.225-13Restriction on Certain Foreign Purchases 52.232-33Payment by Electronic Funds Transfer-SAM (July 2013) 52.225-25Prohibition on Contracting with Entities 52.232-39Unenforceability of Unauthorized Obligations (June 2013) 52.232-40Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.252-1Solicitation Provisions Incorporated by Reference 52.252-2Clauses Incorporated by Reference Additional contract terms and conditions applicable to this procurement are: 52.204-2Security Requirements 52.204-9Personal Identity Verification of Contractor Personnel 52.219-6Notice of Total Small Business Set-Aside 52.237-7014Loss or Damage Count-of-Articles
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836FJDPEN/N6883617Q0245/listing.html)
- Place of Performance
- Address: Blue Angels Hangar Bldg 1854, Pensacola, FL
- Zip Code: 32508
- Zip Code: 32508
- Record
- SN04592713-W 20170726/170725085311-181838bc6b1848e02d39e0b1ad09f630 (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 |