Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2008 FBO #2482
SOLICITATION NOTICE

S -- LINEN SERVICE

Notice Date
9/10/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812331 — Linen Supply
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ08261083Q
 
Response Due
9/19/2008
 
Archive Date
9/10/2009
 
Point of Contact
Scott Stephens, Contract Specialist, Phone 281-792-7521, Fax 281-333-0459, - Jessica C. Miller, Contracting Officer, Phone 281-483-6792, Fax 281-333-0459, />
 
E-Mail Address
scott.stephens-1@nasa.gov, jessica.c.miller@nasa.gov<br
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for a firm fixed-pricecontract to provide the National Aeronautics and Space Administration (NASA), Lyndon B.Johnson Space Center (JSC) and Sonny Carter Training Facility (SCTF), laundry services,rental/laundering of uniforms, and laundering of Government-furnished garments inaccordance with standard commercial practice. The Contractor shall furnish all labor,plant facilities, transportation, materials, and/or supplies, (except as may be otherwiseprovided) necessary to provide rental uniforms and laundering of uniforms andGovernment-furnished linens within Harris County, Texas. All garments shall be laundered in accordance with standard commercial practice.Bio-hazard bags shall be laundered in accordance with Center for Disease Controlguidelines found at the following link: http://www.cdc.gov/od/ohs/biosfty/laundry.htm The Contractor shall make a minimum of one pickup and one delivery each week. TheContractor shall furnish a sustaining quantity at delivery. Pickups and deliveries areto be made during normal operating hours (7:30 a.m. to 3:30 p.m. CST). Payments forservices will be paid on a monthly basis.The NAICS Code and Size Standard are 812331 and $13M, respectively. The offerer shallstate in their offer their size status for this procurement.All responsible sources may submit an offer which shall be considered by the agency.This will be a three year contract with (2) option years. Year 1 will be October 1, 2008through September 30, 2009; Year 2: October 1, 2009 through September 30, 2010; Year 3:October 1, 2010 through September 30, 2011; Option Year 4: October 1, 2011 throughSeptember 30, 2012; Option Year 5: October 1, 2012 through September 30, 2013.The solicitation and any documents related to this procurement will be available over theInternet. These documents will reside on a World-Wide Web (WWW) server, which may beaccessed using a WWW browser application. The Internet site, or URL, for the NASA/JSCBusiness Opportunities page is:http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73Offerors shall review the document links below, complete and provide the followingdocuments in their response.Completed 1449Filled in Terms and Conditions (T&Cs) Exhibit A - Proposed Pricing TemplateExhibit B - Total Compensation Templateshttp://procurement.jsc.nasa.gov/docs/1449_FINAL.pdfhttp://procurement.jsc.nasa.gov/docs/52-212_TCs_Final.pdf http://procurement.jsc.nasa.gov/docs/Exhibit_A_Proposed_Pricing_Template.xls http://procurement.jsc.nasa.gov/docs/Exhibit_B_Compensation_Worksheets_Instructions.pdf http://procurement.jsc.nasa.gov/docs/Exhibit_B_Compensation_Worksheets.xls Offerors should review Exhibit C Notice of Intention to Make a Service Contract andResponse to Notice (Standard Form e 98 and Form 98a) and the current wage determination(2005-2515, Rev 7) and provide quotations in keeping with these requirements. http://procurement.jsc.nasa.gov/docs/SF_98E_Linens_RFP_09-08.doc http://procurement.jsc.nasa.gov/docs/SF98A_Linens_RFP_09-08.doc http://procurement.jsc.nasa.gov/docs/2005-2515_Rev_7_Harris_Co_TX.doc Additionally, Offerors should review Attachment 1 Data Requirements Description for anunderstanding of how the contractor will be required to report wage/salary and fringebenefit data during the life of the contract. http://procurement.jsc.nasa.gov/docs/DRD-Wage-Salary-2008.doc http://procurement.jsc.nasa.gov/docs/Form_2_2008.xls http://procurement.jsc.nasa.gov/docs/FORM3A.DOC http://procurement.jsc.nasa.gov/docs/FORM3.DOC Offers for the items(s) described above are due by 2:30PM on September 19, 2008 to NASAJohnson Space Center, Institutional Procurement Office, Mail Code BJ4, Houston TX77058/Attn: Scott Stephens, and must include: solicitation number, FOB destination tothis Center, proposed delivery schedule, discount/payment terms, taxpayer identificationnumber (TIN), identification of any special commercial terms, and be signed by anauthorized company representative. Offerors are encouraged to use the Standard Form1449, Solicitation/Contract/Order for Commercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference:(see attached).The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to ScottStephens not later than September 15, 2008. Telephone questions will not be accepted.Selection and award will be made on lowest price in accordance with FAR 13.106-1. Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. These representations and certifications will be incorporated by reference inany resultant contract.An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73. Potential offerors will be responsible for downloading their own copy of thiscombination synopsis/solicitation and amendments (if any).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=de66b4b8c2f9222a683a0a2e347e3475&tab=core&_cview=1)
 
Record
SN01666155-W 20080912/080910222427-de66b4b8c2f9222a683a0a2e347e3475 (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.