Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 13, 2020 SAM #6650
SOLICITATION NOTICE

S -- Shop Towels Lease and Laundering

Notice Date
2/11/2020 5:42:05 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812331 — Linen Supply
 
Contracting Office
W7M8 USPFO ACTIVITY IA ARNG JOHNSTON IA 50131 USA
 
ZIP Code
50131
 
Solicitation Number
W912LP-20-Q-4503
 
Response Due
1/21/2020 8:00:00 AM
 
Archive Date
02/18/2020
 
Point of Contact
Kelsey Letcher, Phone: 5152524508, Tracy C. Miller, Phone: 5152524616
 
E-Mail Address
kelsey.l.letcher.civ@mail.mil, tracy.c.miller11.mil@mail.mil
(kelsey.l.letcher.civ@mail.mil, tracy.c.miller11.mil@mail.mil)
 
Description
Shop Towel Lease and Laundering Iowa Army National Guard � 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; quotes are being requested and a written solicitation will not be issued.� This solicitation, W912LP-20-Q-4503, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-02, effective 23 Dec 2019. �This procurement is unrestricted. The NAICS code is 812331 and the small business size standard is $35,000,000.� Basis for award is Price. The government intends to award to the vendor whose quote, conforming to the requirements of this solicitation, represents the lowest priced items meeting the minimum specifications identified in the Performance Work Statement (PWS). The government intends to make a single award in response to this solicitation; however reserves the right to make multiple awards if it is determined to be in the best interest of the government. The following commercial items are requested in this solicitation: Contractor shall provide Shop Towel Lease and Laundering in accordance with the attached Performance Work Statement (PWS). Contract line item numbers (CLINS) and quantities are as follows: CLIN 0001, Shop Towel Lease and Laundering Services, 135,200 Job, Base Period CLIN 0002, Replacement Towels, 4,212 Job, Base Period CLIN 0003, Contractor Manpower Reporting (CMR), 1 Job, Base Period CLIN 1001, Shop Towel Lease and Laundering Services, 135,200 Job, Option Period 1 CLIN 1002, Replacement Towels, 4,212 Job, Option Period 1 CLIN 1003, CMR, 1 Job, Option Period 1 CLIN 2001, Shop Towel Lease and Laundering Services, 135,200 Job, Option Period 2 CLIN 2002, Replacement Towels, 4,212 Job, Option Period 2 CLIN 2003, CMR, 1 Job, Option Period 2 CLIN 3001, Shop Towel Lease and Laundering Services, 135,200 Job, Option Period 3 CLIN 3002, Replacement Towels, 4,212 Job, Option Period 3 CLIN 3003, CMR, 1 Job, Option Period 3 CLIN 4001, Shop Towel Lease and Laundering Services, 135,200 Job, Option Period 4 CLIN 4002, Replacement Towels, 4,212 Job, Option Period 4 CLIN 4003, CMR, 1 Job, Option Period 4 NOTE: Unit of Issue �Job� equals �each.� Proposed prices for CLINS 0001 through CLIN 4002 shall be firm fixed price (FFP) and inclusive of all labor, materials, travel, supervision, and associated services required to provide the laundering services in accordance with the PWS. CLINS 0003, 1003, 2003, 3003, and 4003 may be priced, or contractor may indicate �Not Separately Priced (NSP)� on the quotation for these CLINS. The following provisions are incorporated into this solicitation by reference: FAR 52.212-1 (DEV 2018-O0018), Instructions to Offerors � Commercial Items FAR 52.217-5, Evaluation of Options DFARS 252.225-7050, Disclosure or Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism The following clauses are incorporated into this solicitation by reference: FAR 52.212-4, Contract Terms and Conditions � Commercial Items FAR 52.217-8, Option to Extend Services FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7015, Notice of Authorized Disclosure of Information to Litigation Support DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated by full text.� The full text is found in Attachment #2, Full-Text Provisions and Clauses. Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov. � FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items, Alternate I DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials The following clauses are incorporated by full text.� The full text is found in Attachment #2, Full-Text Provisions and Clauses. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.232-19, Availability of Funds for the Next Fiscal Year DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Submission Requirements - the following documents/information must be submitted with the quotation: Attachment #3, Contractor Information and Pricing Table Quotations are due at 10:00 a.m. local (central) time on Friday, January 17, 2020. Quotations may be submitted via e-mail to Ms. Kelsey Letcher, kelsey.l.letcher.civ@mail.mil.� Facsimile quotations will not be accepted.� Questions regarding this solicitation may be directed to Ms. Kelsey Letcher, at (515) 252-4508 or to the email address identified above. Final questions must be received by no later than Friday, January 10, 2020, 10:00 a.m. local (central) time. Attachments: #1 � Performance Work Statement (PWS) #2 - Full Text Provisions and Clauses #3 - Contractor Information and Pricing Table #4 � Wage Determination (WD) 2015-4979 #5 � Wage Determination (WD) 2015-4985 #6 � Wage Determination (WD) 2015-4990 #7 � Wage Determination (WD) 2015-4991 #8 � Wage Determination (WD) 2015-4995 #9 � Wage Determination (WD) 2015-4999 #10 � Wage Determination (WD) 2015-5001 #11 � Wage Determination (WD) 2015-5006 #12 � Wage Determination (WD) 2015-5007 #13 � Wage Determination (WD) 2015-5011
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7fd32449ff5e4c19a737fbf44dc62259/view)
 
Place of Performance
Address: IA, USA
Country: USA
 
Record
SN05557665-F 20200213/200211230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.