Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2011 FBO #3560
SOLICITATION NOTICE

S -- Hospital Linen Laundry Services at the U.S. Army Health Clinic in Vicenza, Italy

Notice Date
8/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
W9114F-11-R-0006
 
Response Due
9/21/2011
 
Archive Date
11/20/2011
 
Point of Contact
Domenico Maddaloni, 011496371867043
 
E-Mail Address
European Regional Contracting Office
(domenico.maddaloni@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. Solicitation number: W9114F-11-R-0006 issued as a request for proposal (RFP). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective 16 March 2011. Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 812320. The Europe Regional Contracting Office has a requirement to procure the following Hospital Linen Laundry services on behalf of the U.S. Army Health Clinic in Vicenza, Italy. The contract line items (CLINs) for this acquisition are as follows: Line Item 0001 Hospital Linen Laundry Services QTY Estimated 20,000 Kilograms Line Item 0002 Contractor Manpower Report QTY 1 Line Item 1001 Hospital Linen Laundry Services QTY Estimated 20,000 Kilograms Line Item 1002 Contractor Manpower Report QTY 1 Line Item 2001 Hospital Linen Laundry Services QTY Estimated 20,000 Kilograms Line Item 2002 Contractor Manpower Report QTY 1 Line Item 3001 Hospital Linen Laundry Services QTY Estimated 20,000 Kilograms Line Item 3002 Contractor Manpower Report QTY 1 Line Item 4001 Hospital Linen Laundry Services QTY Estimated 20,000 Kilograms Line Item 4002 Contractor Manpower Report QTY 1 Description of requirements/specifications for the items to be acquired: The Contractor shall furnish all labor, supervision, administrative support, transportation for pickup and delivery services (except as specified in the contract as furnished by the government) as required and necessary for the performance of non-personal laundry cleaning services at the US Army Health Clinic, in Caserma Ederle, Vicenza, Italy. The pickup and delivery schedule will be coordinated between the Contracting Officer Representative and the Contractor. The Contractor shall process the linen in accordance with (IAW) all applicable State and Regional standards of health and safety regulations as applicable to laundry and linens used in Healthcare, the current European Norm EN 14065 - RABC (Risk Analysis and Bio-contamination Control System) and the applicable "Regolamento d'Igiene" from the local government at the contractor site. Please request a copy of the Performance Work Statement for further description of requirements/specifications. The place of delivery and acceptance will be: US Army Health Clinic Caserma Ederle, V.le della Pace 36100 Vicenza, Italy All offerors must quote FOB Destination, US Army Health Clinic, Caserma Ederle, V.le della Pace, 36100 Vicenza, Italy. Period of Performance: Base Period: 1 November 2011 - 31 October 2012 1st Option period: 1 November 2012 - 31 October 2013 2nd Option period: 1 November 2013 - 31 October 2014 3rd Option period: 1 November 2014 - 31 October 2015 4th Option period: 1 November 2015 - 31 October 2016 The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2010 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.212-4 Contract Terms And Conditions - Commercial Items JUN 2010 52.222-50 Alt I Combating Trafficking in Persons (Aug 2007) Alternate I AUG 2007 52.223-18 Contractor Policy to Ban Text Messaging While Driving SEP 2010 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification SEP 2010 52.225-14 Inconsistency Between English Version And Translation Of Contract FEB 2000 52.229-6 Taxes--Foreign Fixed-Price Contracts JUN 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-3 Continuity Of Services JAN 1991 52.242-13 Bankruptcy JUL 1995 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7000 Disclosure Of Information DEC 1991 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7008 Export-Controlled Items APR 2010 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.222-7002 Compliance With Local Labor Laws (Overseas) JUN 1997 252.225-7041 Correspondence in English JUN 1997 252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.232-7010 Levies on Contract Payments DEC 2006 252.233-7001 Choice of Law (Overseas) JUN 1997 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment MAR 1998 CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JAN 2011) 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) 52.212-2 Evaluation-Commercial Items (Jan 1999) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (APR 2011) ALTERNATE I (APR 2011) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (APR 2011) (DEVIATION) 52.214-34 Submission Of Offers In The English Language (APR 1991) 52.216-18 ORDERING. (OCT 1995) 52.216-19 ORDER LIMITATIONS. (OCT 1995) 52.216-22 INDEFINITE QUANTITY. (OCT 1995) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.232-38 Submission of Electronic Funds Transfer Information with Offer (MAY 1999) 52.233-2 SERVICE OF PROTEST (SEP 2006) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) 252.209-7001 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY (JAN 2009) 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS (JUN 2005) 252.225-7042 Authorization to Perform (APR 2003) 252.229-7001 TAX RELIEF (JUN 1997) 252.229-7003 TAX EXEMPTIONS (ITALY) (JAN 2002) 252.237-7013 INSTRUCTION TO OFFERORS (BULK WEIGHT) (DEC 1991) 252.237-7015 LOSS OR DAMAGE (WEIGHT OF ARTICLES) (DEC 1991) 252.237-7016 DELIVERY TICKETS (DEC 1991)-- ALTERNATE II (DEC 1991) 252.237-7023 CONTINUATION OF ESSENTIAL CONTRACTOR SERVICES (OCT 2010) 252.237-7024 NOTICE OF CONTINUATION OF ESSENTIAL CONTRACTOR SERVICES (OCT 2010) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) (DEVIATION) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports - MAR 2008 ADDENDUM TO 52.212-1 Instructions to Vendors--Commercial Items - JUN 2008 1.0 GENERAL INSTRUCTIONS The following terms shall apply to this solicitation in addition to those terms and conditions in FAR provision 52.212-1. Paragraph (b), "Submission of Offers." The following is added: (a) If an offeror believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the offeror shall immediately notify the Contracting Officer (KO) in writing with supporting rationale. (b) PROPOSAL FORMAT. FACTOR 1: TECHNICAL. Offerors shall submit written narratives that demonstrate their qualifications to perform the required services, as follows: SUBFACTOR 1: EXPERIENCE. Offerors shall submit complete and reasonable written narratives which demonstrate its experience in accomplishing hospital linen laundry services as described in the PWS. The Government will evaluate the proposal for demonstrating that the offeror has a clear understanding of the nature and magnitude of the effort. Offeror shall submit its Experience for similar services of at least three (3) years performed during the past five (5) years. SUBFACTOR 2: TECHNICAL APPROACH. Offerors shall submit written narratives that clearly describe what resources - facilities, personnel, equipment, tools, materials, supplies, training and gear - will be dedicated to meeting the requirements outlined in the PWS. SUBFACTOR 3: QUALIFICATIONS. Offerors shall submit written narrative or certificates showing current incorporation of the Chamber of Commerce of the region of residence or a professional or trade registry; an original or authenticated copy of Documento Unico di Regolarit Contributiva (DURC); the European Norm (EN) ISO 9001; and the Ente Nazionale Italiano di Unificazione (UNI) EN 14065 certification. SUBFACTOR 4: QUALITY CONTROL PLAN (QCP). Offerors shall submit written QCP. The plan shall include a description of communications and authorities and responsibilities within the organization as it relates to maintaining a QCP and quality management; methods of measuring performance against the standards and the proposed metrics; use by management of performance measures in controlling quality through corrective and preventive actions; and Quality Control organization/staffing and independence. II. FACTOR 2: PAST PERFORMANCE FACTOR Offerors shall submit no less than 3 and no more than 5 past performance references on contracts or sub-contracts completed during the past three years. Contracts listed may include those entered into with the U.S. Government, local government, and commercial customers. References shall contain email and telephone contact information for all points of contact, where possible. References will be used to evaluate past performance on contracts, sub-contracts, previous employment, or training programs completed during the past three years. III. FACTOR 3: PRICE Offerors shall submit their prices for Contract Line Item Numbers (CLINS) 0001-4002 on the price schedule. Offered prices shall account for all CLINS and the resources necessary to meet the requirements outlined in the solicitation such as the cost of personnel, tools, materials, supplies, training, gear, supervision, reports and travel. ADDENDUM TO FAR 52.212-2 The Government will award an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with fixed unit priced CLINS resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The guaranteed minimum amount for the base period only is 2,000 Kilograms The estimated value of this IDIQ contract (Base plus 4 Options) will be 100,000 Kilograms The maximum amount for this IDIQ contract (Base plus 4 Options) will not exceed 125% of the original contract price (Base plus 4 options) for the life of the ID/IQ contract. Proposals will be evaluated pursuant to FAR 15.101-2, Lowest Price, Technically Accept able (LPTA) source selection process. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the evaluation criteria under the Technical factor and its sub-factors and Past Performance. The Government intends to evaluate three factors: (1) Technical; (2) Past Performance; and (3) Price, in making a source selection decision in accordance with FAR 15.3. FACTOR 1: TECHNICAL. The Government will evaluate Offerors' submitted narratives that demonstrate the qualifications of its offered physicians to perform the required services, as follows: SUBFACTOR 1: EXPERIENCE. The Government will evaluate proposals for completeness and reasonableness, demonstrating the offerors's experience in accomplishing hospital linen laundry services as described in the PWS. The Government will evaluate the proposal for demonstrating that the offeror has a clear understanding of the nature and magnitude of the effort. Experience for similar services will be at least three (3) years performed during the past five (5) years. SUBFACTOR 2: TECHNICAL APPROACH. The Government will evaluate proposals for clearly describing what resources - facilities, personnel, equipment, tools, materials, supplies, training and gear - will be dedicated to meeting the requirements outlined in the PWS. SUBFACTOR 3: QUALIFICATIONS. The Government will evaluate submitted written narrative or certificates showing current incorporation of the Chamber of Commerce of the region of residence or a professional or trade registry; an original or authenticated copy of Documento Unico di Regolarit Contributiva (DURC); the European Norm (EN) ISO 9001; and the Ente Nazionale Italiano di Unificazione (UNI) EN 14065 certification. SUBFACTOR 4: QUALITY CONTROL PLAN (QCP). The Government will evaluate written QCP submitted by the Offerors. The plan shall include a description of communications and authorities and responsibilities within the organization as it relates to maintaining a QCP and quality management; methods of measuring performance against the standards and the proposed metrics; use by management of performance measures in controlling quality through corrective and preventive actions; and Quality Control organization/staffing and independence. The Government will use the following standards to rate Factor 1, Technical. (1) Acceptable - A proposal that satisfies all of the Government's requirements with minimal detail to indicate feasibility of the approach and shows a minimal understanding of the problems, with an overall low to moderate degree of risk in meeting the Government's requirements. (2) Unacceptable - A proposal that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a high or very high risk and none of these conditions can be corrected without a major rewrite or revision of the proposal. (3) Susceptible to Being Made Acceptable - A proposal that demonstrates an approach which, as initially proposed, cannot be rated Acceptable because of error(s), omission(s) or deficiency(ies) which are capable of being corrected without a major rewrite or revision of the proposal. These solutions are further considered to reflect at least a high risk in that they lack clarity and precision, are generally unsupported, and do not demonstrate a complete understanding of the requirements. II. FACTOR 2: PAST PERFORMANCE FACTOR The Government will evaluate each offeror's past performance information by evaluating the past performance questionnaires completed by offeror's customers. A neutral rating will be assigned to an offeror that has no previous past performance experience. If the final rating is neutral, then past performance will not be given an acceptable or unacceptable rating and will not be counted in the final technical rating. The past performance evaluation will be based on the evaluation standards stated below in making a technical acceptability rating of each offeror's past performance questionnaire. PAST PERFORMANCE EVALUATION STANDARDS: (1) Acceptable - The proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes both advantageous and disadvantageous characteristics of substance, where the advantages are not outweighed by the disadvantages. Collectively, the advantages and disadvantages are likely to result in acceptable performance. The risk of unsuccessful performance is moderate, as the proposal solutions are generally feasible and practical. These solutions are further considered to reflect moderate risk in that they are somewhat clear and precise, partially supported, and demonstrate a general understanding of the requirements. Risk Level: Moderate (2) Unacceptable - The proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has numerous disadvantages of substance, and advantages which, if they exist, are far outweighed by disadvantages. Collectively, the advantages and disadvantages will not result in satisfactory performance. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions are further considered to reflect very high risk in that they lack any clarity or precision, are unsupported, and do not demonstrate an understanding of the requirement. Risk Level: Very High. (3) Neutral - Little or no relevant performance record identifiable; equates to an unknown risk rating having no positive or negative evaluation significance. The Government will conduct an in-depth review and evaluation of each offeror's proposal against the solicitation requirements. Application of acceptable or unacceptable evaluation standards will be used to evaluate the technical factor and its subfactors. The narrative findings will identify strengths, inadequacies, weaknesses, and deficiencies associated with each evaluation factor/subfactor (except price). The Government intends to make an award without conducting discussions. After the initial evaluation of proposals is completed, if one or more proposals are rated Acceptable for both Technical and Past Performance, the initial evaluation will become the final evaluation of proposals and award will be made without discussions to the lowest priced offer. If any technical subfactor is rated Unacceptable after the initial evaluation, the technical factor will be rated Unacceptable and the proposal will no longer be considered for award. A competitive range determination will be made by the Contracting Officer in the event discussions are to be opened and conducted. The Government will then send out clarifications to those offerors whose technical subfactors were found to be Susceptible of Being Made Acceptable. The Government evaluation team will evaluate the offeror's response to the Government clarification(s). If further clarifications are necessary, the Government will continue to have clarifications until a determination is made by the Contracting Officer whether the offeror's response is acceptable or unacceptable. After final technical evaluations are concluded and any one technical subfactor is rated unacceptable, the offeror will no longer be considered for award. Once discussions are closed, offerors still in the competitive range, will be asked to submit final proposal revisions (FPRs). The Government will evaluate any FPRs received and then proceed to make contract award. III. FACTOR 3: PRICE The Government will evaluate offers for award purposes only by adding the total price for all option years to the total price for the base year. Once the technical and past performance are rated as acceptable, contract award will be made to the technically acceptable offeror with the lowest price. (b) Options. The Government will evaluate proposals for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of option prices shall not obligate the Government to exercise the options). (c) A written notice of award or acceptance of a proposal, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. It is the responsibility of the Offeror to ensure the offer is received. Please note the offer must be received by European Regional Contracting Office before closing date and time for this solicitation, or the offer will not be considered. SPECIAL NOTE: All vendors must be registered in the Central Contractor Registration (CCR) prior to award, and lack of registration shall make an offer ineligible for award. Vendors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at http://www.ccr.gov/. All quotes are due by September 21st 2011, before 4pm Central European Time. Offers may be sent via email to domenico.maddaloni@us.army.mil, or faxed to 011-49-6371-86-8070.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F-11-R-0006/listing.html)
 
Place of Performance
Address: US Army Health Clinic Caserma Ederle, Viale della Pace Vicenza, Italy IT
Zip Code: 36100
 
Record
SN02544981-W 20110824/110823000151-ef514165f79f882aa0334175ffb3f933 (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.