SOLICITATION NOTICE
S -- Laundry Rag/Coverall Rental BPA - Solicitation Attachments
- Notice Date
- 6/15/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812320
— Drycleaning and Laundry Services (except Coin-Operated)
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
- ZIP Code
- 59402
- Solicitation Number
- FA4626-A2
- Point of Contact
- Mary H Wilczek, Phone: 406-731-3567, Lisa W. Murphy, Phone: 406-731-3625
- E-Mail Address
-
mary.wilczek@malmstrom.af.mil, lisa.murphy@malmstrom.af.mil
(mary.wilczek@malmstrom.af.mil, lisa.murphy@malmstrom.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 4. Bid Schedule Attachment 3. Description of Agreement Attachment 2. AFLCIO Agreement Attachment 2. Collective Bargaining Agreement, Teamsters Attachment 1. Performance Work Statement (PWS) COMBINED SYNOPSIS/SOLICITATION FA4626-A2 RAG AND COVERALL RENTAL, MALMSTROM AFB, MT (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR 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. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number (FA4626-A2). ( iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. (iv) This procurement is being issued as 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 812320 with a small business size standard of $5.0M. (v) Provide all personnel, equipment, tools, materials, supervision, pickup/delivery service and other supplies and services necessary to provide laundry rental services for Malmstrom AFB MT. (vi) Description of requirement: This is a pre-priced Blanket Purchase Agreement (BPA) to provide laundry rental services for Malmstrom AFB MT IAW the attached Performance Work Statement (PWS), Attachment 1. (vii) Period of performance is 1 June 2011 - 31 May 2016. FOB: Destination as described in the attached PWS. Malmstrom, AFB. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Quote will be evaluated on price and ability to meet specification. The Government reserves the right to make award without discussion. (x) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), applies to this acquisition. (xii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: (xiii) Wage Determination 2005-2317, Revision 10, dated 06/15/2010 applies to this solicitation. The full text may be accessed electronically at http://www.wdol.gov. The incumbent contractor employees are covered by a collective bargaining agreement (CBA) and those wages supersede the DOL wage determinations. (Attachment 2) ( xiv) CLAUSE INFORMATION The provisions of the following clauses set forth in the Federal Acquisition Regulation (FAR) or DoD FAR Supplement are hereby incorporated into this order or contract by reference with the same force and effect as though herein set forth in full. The date of each clause shall be current date set forth in FAR or DoD FAR Supplement on the issuance date of this order or contract. The complete text of any clause incorporated in this order or contract by reference may be accessed at http://farsite.hill.af.mil. THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY REFERENCE: 52.219-6 Notice of Total Small Business Set Aside 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-41 Service Contract Act of 1965 52.222-50 Combat Trafficking in Persons 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.232-36 Payment by Third Party 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claims 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive orders Applicable to Defense Acquisitions of Commercial Items 5352.201-9101 Ombudsman, ( HQ AF Global Strike Cmd/A7K, 41 Orville Wright, Ste202, Barksdale AFB, LA71110-2415, 318-456-6336 ) THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT: 52.222-42, Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage Fringe Benefits Assembler $ 9.19 $3.30 Dry Cleaner $11.66 $4.20 Presser, Machine, Dry cleaning $ 9.19 $3.30 (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acq.osd.mil/dp/dars/dfars/html (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 5352.223-9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (APR 2003) (a) Unless the requiring activity has obtained prior Senior Acquisition Official (SAO) approval, contractors may not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that use one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] (c) The requiring activity has obtained SAO approval to permit the contractor to use the following Class I ODS(s): Class I ODS/ Application or Use/Quantity (lbs.) per contract period of performance NONE (d) The offeror/contractor is required to notify the contracting officer if any Class I ODS that is not specifically listed above is required in the test, operation, or maintenance of any system, subsystem, item, component, or process. (End of clause) 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health Standards (AFOSH) and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUG 2007) (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate, in order to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) L-514 CONTRACTOR PASSES Procedures for contractors obtaining entry authority on Malmstrom AFB: Access for contractors entering Malmstrom AFB may be permitted providing the contractor follows the procedures set forth below and 341 SW Pamphlet 31-103 (available at Visitor Control Center) and meets the security standards including applicable background checks. Access for contractors entering Malmstrom AFB will be permitted to contractor personnel who obtain proper credentials and passes through one of the two main entry points (Commercial Gate on 2 nd Ave North or 10 th Ave North Gate). Retired military members and dependents of active duty or retired military members who are employed by your company may use their retired or dependent Armed Forces Identification Card to enter Malmstrom AFB; however, they must still obtain a contractor's pass through the Visitor's Center located outside of the Commercial gate. In the event of increased force protection conditions, retired military members and the dependents of active duty or retired military personnel without a contractor's pass, will be required to follow the security measures enacted under the respective force protection condition. Contractor's badges will be obtained in the following manner: First, contractor employees must already have adequate identification such as a driver's license or company ID card. This identification should include, as a minimum, the physical description of the individual (i.e., height, weight, date of birth, eye and hair color), a picture of the individual, and the individual's signature. Upon award of a contract, the contractor will be issued an Entry Authorization List (EAL) by the contract administrator in 341 CONS. The contractor will need to submit the required information for the EAL to the contract administrator in 341 CONS prior to contractor personnel coming to Malmstrom AFB. Upon initial entrance to Malmstrom AFB, contractors' personnel shall obtain a contractor's pass from the Visitor's Center where the EAL will be filed. Contractor passes will be valid for the duration of the contract. The contractor will be required to resubmit a new EAL upon exercising option years, contract renewals or extensions, and adding or subtracting names to and from the EAL. If contractors need access to Malmstrom AFB for time(s) outside of the performance period of the contract (i.e., administrative issues, warranty issues, site visits), they will need to be vouched on by the customer, or supporting agency, of the respective contract they are associated with. At the time contractors initially come to the Visitor's Center to obtain their pass, they will be required to fill out DD Form 1172, which the Visitor's Center will issue and maintain. It will be the sole responsibility of the contractor to renew, remove, and add employees to the EAL. In order to renew, remove or add names to the EAL the contractor must follow the same processes as if they were submitting the EAL for the first time. For existing contracts that are already in progress, contractors will follow the procedures mentioned above if any person(s) need a new or updated pass. Any other instances where contractors need access to Malmstrom AFB will be dealt with on a case-by-case basis in which the customer, or supporting agency, will need to sponsor contractor personnel entry and accompany them while on base. All passes must be returned to 341 SFS (Visitor Center) upon completion of the contract, or personal no longer require access to the installation, under performance of this contract. Vehicles owned by your firm will be permitted entry to Malmstrom AFB if they are conspicuously marked with your firm's name or logo, with the exception of magnetic signs, when you have contract requiring performance on the base. If your vehicles are not so marked, it will be necessary for you to obtain a temporary vehicle registration for each vehicle to be operated on Malmstrom AFB. This registration is accomplished by the contractor or designated representative at the Pass and Registration Section. Proof of ownership and a current valid driver's license are required for vehicle registration. You or your representative will be required to certify in writing that your firm carries insurance on your vehicle or vehicles as outlined below: • i. $10,000 Property Damage Liability. • ii. $25,000 Personal Liability for each person. • iii. $50,000 Personal Liability for each accident. (Note:) Each vehicle must be insured for the above limits if not already covered in your contract. MALM I-2 General Insurance Requirements (a) Workers' compensation and employer's liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $1,000,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (See 28.305 (c) for treatment of contracts subject to the Defense Base Act.) (b) General liability. (1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $1,000,000 per occurrence. (2) Property damage liability insurance shall be required only in special circumstances as determined by the agency. (c) Company Owned Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $500,000 per person and $1.000,000 per occurrence for bodily injury and $50,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. (xv) DPAS Rating does not apply to this acquisition. (xvi) Quotes are required to be received NO LATER THAN 9:00 am MST, Thursday, 23 June 2011. All quotes must be emailed to mary.wilczek@malmstrom.af.mil and lisa.murphy@malmstrom.af.mil or faxed to (406) 731-4005 to the attention of Mary Wilczek and/or Lisa Murphy. Please follow-up quote submission with a phone call to ensure receipt. (xvii) Direct your questions to Mary Wilczek at (406) 731-4554 or e-mail address mary.wilczek@malmstrom.af.mil or Lisa Murphy at (406) 731-4015 or e-mail address lisa.murphy@malmstrom.af.mil. 4 Attachments: 1. Performance Work Statement 2. Collective Bargaining Agreement 3. Description of Agreement 4. Bid Schedule
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/86bcb118ab69c677a13bc2ef680d5798)
- Place of Performance
- Address: Malmstrom Air Force Base, Great Falls, Montana, 59402-6863, United States
- Zip Code: 59402-6863
- Zip Code: 59402-6863
- Record
- SN02473360-W 20110617/110615234708-86bcb118ab69c677a13bc2ef680d5798 (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 |