SOLICITATION NOTICE
S -- FY13 LINEN CLEANING SERVICE FOR MSANG CRTC GULFPORT, MS
- Notice Date
- 8/23/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812320
— Drycleaning and Laundry Services (except Coin-Operated)
- Contracting Office
- ANG CRTC-Gulfport, 4715 Hewes Avenue, Building 1, Gulfport, MS 39507-4325
- ZIP Code
- 39507-4325
- Solicitation Number
- W9127Q11T0039
- Response Due
- 9/24/2012
- Archive Date
- 11/23/2012
- Point of Contact
- Michael Hornbeck, 228-214-6168
- E-Mail Address
-
ANG CRTC-Gulfport
(michael.hornbeck@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included with this notice. This announcement constitutes the only solicitation; quotations are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is W9127Q-12-T-0039 and is issued as a request for quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. This requirement requires at least two years of successful linen service with a billeting operation. This acquisition is set-aside 100% for small business. The North American Industry Classification System Code (NAICS) is 812320 and the small business size standard is $5,000,000.00. The Governments requirement is to provide laundry and linen cleaning services to base locations on the Combat Readiness Training Center, Gulfport, MS, designated in the contract. The Government will award a firm-fixed priced contract resulting from this solicitation, to the responsible offeror whose offer conforming to the solicitation will be Best Value to the Government. Best Value is the most advantageous offer, price and other factors considered with the Government's stated importance of evaluation criteria. The contract will be awarded based on past performance and price, with past performance being significantly more important than price. Linen/laundry service consists of, but is not limited to, daily and quarterly pick up of soiled items, cleaning, ironing, process, bundling and delivery back to the Air National Guard Combat Readiness Training Center (ANG CRTC) Gulfport, Mississippi. Spreads, blankets, mattress pads rotated and cleaned quarterly; all other items are daily recurring requirements. Contractor will ensure turnaround time of 12 to 24 hours. Linen bid schedule is as follows: Pricing for services should be proposed by unit illustrated. Approximate annual amounts of each item are listed in the Performance Work Statement in paragraph 1.2. SERVICES NON-PERSONAL: FURNISH ALL LABOR, TOOLS, PARTS, MATERIALS, FACILITIES AND TRANSPORTATION TO PERFORM THE FOLLOWING SERVICE: PROVIDE LAUNDRY SERVICES TO PICK UP, WASH, DRY, FOLD, AND DELIVER CLEAN LAUNDRY TO CRTC GULFPORT, MS FOR THE PERIOD OF PERFORMANCE OF 1 OCTOBER 2012 TO 30 SEPTEMBER 2013. CLIN 0001 - FY13 LAUNDRY SERVICE Sheets, Pillowcases, Terry $___________/LBS Shower Liner$___________EA Bed Spreads$___________EA Blankets$___________EA Wool Blankets$___________EA Mattress Pads$___________EA Pillows$___________EA Mop Head$___________EA Table Cloth$___________EA Table Skirt$___________EA Oven Glove$___________EA Oven Pad$___________EA Pillows$___________EA Parka $___________EA Sleeping Bag$___________EA Pleated Curtains $___________EA Rugs$___________EA The quotes submitted shall contain the following information: RFQ number, time specified for receipt of offers, name, address, telephone number of offeror, price, any discount terms and acknowledgement of all solicitation amendments (if applicable). The following factors will be used to evaluate offers: (1) Past Performance - Demonstrating the same or similar service as required for this solicitation. The offeror shall submit (with quote) past/present performance narratives for the firm on not less than two (2) contracts that demonstrate experience in performing work that is similar in scope, size complexity, and client type to the requirements of the Statement of Work (SOW). Include awards, customer letters of commendation, etc., with points of contact and telephone numbers. (2) Price - For evaluation purposes the offerors total evaluated price will be unit price multiplied the approximate annual amounts of each item are listed in the Performance Work Statement in paragraph 1.2 (i.e. the total of Contract Line Items (CLINS). The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. All interested and qualified small business sources are encouraged to submit a quotation, which shall be considered by the agency. Period of Acceptance for Offerors: The offeror agrees to hold its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is stated in an addendum to the solicitation. Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will be handled in accordance with FAR 52.212-1(f). FAR 52.212-1, Instructions to Offerors -- Commercial Items (Feb 2012). Late submissions, modifications, revisions, and withdrawals of offers: Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition. Evaluation/Award: The Government will award a single contract resulting from this solicitation to the responsive responsible offeror whose quote conforms to the solicitation and will be most advantageous to the Government. 52.212-2, Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract 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 contract will be awarded based on past performance and price, with past performance being significantly more important than price. The Government will use the following standards for a final rating: ACCEPTABLE: Quote clearly meets the Past Performance requirements of the Request for Quotation. UNACCEPTABLE: Quote does not clearly meet the Past Performance of the Request for Quotation. Price will be evaluated for reasonableness based on anticipated adequate price competition. Once the past performance factors are rated as acceptable, award will be made to the offeror with the lowest priced proposal. (b) A written notice of award or acceptance of an offer 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. The following clauses and provisions apply to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, Alt 1; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28, Post Award Small Business Program Rerepresentation; FAR 52.222-3 Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-50 Combating Trafficking Persons; FAR 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.223-18, Contractor policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-18, Availability of Funds FAR 232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.237-1, Site Visit; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses; FAR 52.222-36, Affirmative Action for Workers with Disabilities; DFARS 252.201-7000, Contracting Officers Representative; DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 Alt A, Central Contractor Registration; DFARS 252.212-7000, Offeror Representations and certifications-Commercial Items; DFARS 252.212-7001, Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of commercial items; DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.225-7001 Buy American Act Balance of Payments; 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 252.247-7023, Transportation of Supplies by Sea- Alt. III *Note: The full text of a clause /provision may be accessed electronically at this address: http://farsite.hill.af.mil. Award will be made to the offeror, which is most advantageous to the government. To be eligible for an award, all contractors must be registered in the System for Awards Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or via the Internet at www.sam.gov. All offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Application, https://orca.bpn.gov/. QUOTATIONS ARE DUE MONDAY, SEPTEMBER 24, 2012 BY 12:00PM LOCAL TIME. Quotes may be mailed to CRTC, 4715 Hewes Ave., Bldg 146, Gulfport, MS 39507 ; e-mail quotes will also be accepted and can be sent to at michael.hornbeck@ang.af.mil. Facsimile quotes will not be accepted. Questions concerning this solicitation should be addressed to MSgt Michael Hornbeck, Contracting Specialist, Phone (228) 214-6168 or email at michael.hornbeck@ang.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22-1/W9127Q11T0039/listing.html)
- Place of Performance
- Address: ANG CRTC-Gulfport 4715 Hewes Avenue, Building 1, Gulfport MS
- Zip Code: 39507-4325
- Zip Code: 39507-4325
- Record
- SN02851985-W 20120825/120823235850-ad4156305c5690f8d7790f379055896c (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 |