SOLICITATION NOTICE
S -- LAUNDRY SERVICE - STATEMENT OF WORK
- Notice Date
- 8/23/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812320
— Drycleaning and Laundry Services (except Coin-Operated)
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NH Camp Pendleton, Box 555191, Marine Corps Base, Camp Pendleton, California, 92055-5191, United States
- ZIP Code
- 92055-5191
- Solicitation Number
- N6809413T0037
- Point of Contact
- Denise D. Bond, Phone: 7607635735, Timothy A. Daniels, Phone: 7607251425
- E-Mail Address
-
denise.bond@med.navy.mil, timothy.daniels@med.navy.mil
(denise.bond@med.navy.mil, timothy.daniels@med.navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOW Combined Synopsis/Solicitation Notice of Intent - 100% Total Small Business Set-Aside Solicitation Number: N68094-13-T-0037 Purchase Description: Laundry Services This is a Combined Synopsis/Solicitation for the purchase of Commercial Items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. This solicitation will be posted to the Federal Business Opportunities (FBO) web-site as a "100% Total Small Business Set-Aside". The Navy Hospital Camp Pendleton (NHCP), Material Management Department, Contracting Division is issuing this combined synopsis/solicitation, reference solicitation number N68094-13-T-0037, as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is, "812320", with a small business standard of "$5.0". The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-69 effective August 1, 2013 and Defense Federal Acquisition Regulation Supplement DPN 20130808 effective August 08, 2013. DESCRIPTION: Describe ALL items below or attach an item list to include a description of item, quantities, and unit of issue. Base Year: Laundry service for Naval Dental Clinic Point Mugu, CA 93042 For the period of 01 November 2013 to 31 October 2014 to be performed IAW the statement of work. Qty: 12 / MO, Unit Cost $ ______, Extended Cost $ ______ Base Year: Laundry service for Naval Dental Clinic Port Hueneme, CA 93043 For the period of 01 November 2013 to 31 October 2014 to be performed IAW the statement of work. Qty: 12 / MO, Unit Cost $ ______, Extended Cost $ ______ Base Year: Laundry service for Naval Branch Health Clinic, Port Hueneme, CA 93043 For the period of 01 November 2013 to 31 October 2014 to be performed IAW the statement of work. Qty: 12 / MO, Unit Cost $ ______, Extended Cost $ ______ Option Year 1: Laundry service for Naval Dental Clinic Point Mugu, CA 93042 For the period of 01 November 2014 to 31 October 2015 to be performed IAW the statement of work. Qty: 12 / MO, Unit Cost $ ______, Extended Cost $ ______ Option Year 1: Laundry service for Naval Dental Clinic Port Hueneme, CA 93043 For the period of 01 November 2014 to 31 October 2015 to be performed IAW the statement of work. Qty: 12 / MO, Unit Cost $ ______, Extended Cost $ ______ Option Year 1: Laundry service for Naval Branch Health Clinic, Port Hueneme, CA 93043 For the period of 01 November 2014 to 31 October 2015 to be performed IAW the statement of work. Qty: 12 / MO, Unit Cost $ ______, Extended Option Year 2: Laundry service for Naval Dental Clinic Point Mugu, CA 93042 For the period of 01 November 2015 to 31 October 2016 to be performed IAW the statement of work. Qty: 12 / MO, Unit Cost $ ______, Extended Cost $ ______ Option Year 2: Laundry service for Naval Dental Clinic Port Hueneme, CA 93043 For the period of 01 November 2015 to 31 October 2016 to be performed IAW the statement of work. Qty: 12 / MO, Unit Cost $ ______, Extended Cost $ ______ Option Year 2: Laundry service for Naval Branch Health Clinic, Port Hueneme, CA 93043 For the period of 01 November 2015 to 31 October 2016 to be performed IAW the statement of work. Qty: 12 / MO, Unit Cost $ ______, Extended ESTIMATED USAGE DENTAL, POINT MUGU ESTIMATED DESCRIPTION USAGE QTY/year BAG, LAUNDRY 2 COAT, LAB 80 DOCTOR 64 SCRUB, PANT 1778 SCRUB, TOP 2664 WRAP, COLOR 116 WOOL 2 SERV CHG 156 DENTAL, PORT HUENEME ESTIMATED DESCRIPTION USAGE QTY/year BAG, LAUNDRY 2 DOCTOR 1352 COAT, LAB 126 SCRUB, PANTS 3420 SCRUB, TOP 6326 WRAP, COLOR 258 SERV CHG 156 NBHC, PORT HUENEME ESTIMATED DESCRIPTION USAGE QTY/year PILLOW CASES 2244 QUEEN FLT 4970 KING FLT 216 TOWEL, BATH 2894 TOWEL, BATH COLOR 8 TOWEL, HAND 78 BATH MAT 4 WASH CLOTH 88 DOCTOR 30 BLANKET, THERMAL TWIN 30 HEAT PAD 118 BAG, LAUNDRY 4 SERV CHG 156 Freight: F.O.B. Destination (FAR 52.247-34) Place of Delivery: Naval Dental Clinic Bldg. 5 Point Mugu, CA 93042 HM3 Ekong, (805) 989-7603 POC: Mario Orozco (805) 982-5584 Naval Dental Clinic Bldg. 914 Port Hueneme, CA 93043 POC: Mario Orozco (805) 982-5584 Naval Branch Health Clinic 162 First Street Bldg. 1402 Port Hueneme, CA 93043-4316 POC: SH2 Ducay (805) 982-6328 Responses/quotes MUST be received no later than September 16, 2013; 12:01 PM (Pacific Daylight Time). Forward responses by e-mail to denise.bond@med.navy.mil or fax to 760-725-1485. Due to technical issues, please allow additional time if you're using electronic means. Offerors must ensure that their company is registered with System for Award Management (SAM) prior to award. For information refer to: https://www.sam.gov/portal/public/SAM/ APPLICABLE FAR CLAUSES: EVALUATION CRITERIA: Award will be made to the schedule contractor that represents the "best value", defined as the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement, using the following evaluation criteria: a) Project Plan/Methodology proposed for performing the Government requirement. b) Experience: Company overview that should include performance history of same/similar services performed, for whom, and what were the outcomes/results. c) Past Performance: Will be evaluated as Acceptable or Unacceptable based on past performance information obtained from any other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS). In the case of a scheduled contractor without a record of relevant past performance or for whom information on past performance is not available, the scheduled contractor will not be evaluated favorably or unfavorably on past performance. d) Price: No additional information from the scheduled contractor will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the scheduled contractor to the extent required to determine the reasonableness of the offered prices. Past Performance Evaluation Ratings Rating Description Acceptable Based on the scheduled contractors performance record, the Government has a reasonable expectation that the scheduled contractors will successfully perform the required effort, or the scheduled contractor's performance record is unknown. Unacceptable Based on the scheduled contractors performance record, the Government has no reasonable expectation that the scheduled contractors will be able to successfully perform the required effort. 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. (1) Offers/Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (Aug 2013) or indication that offeror representations and certifications are in System for Award Management (SAM). (4) FAR 52.212-4 (Contract Terms and Conditions - Commercial Items) (Jul 2013) (5) 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Jan 2013) (DEVIATION) (6) 52.219-1 Alt I Small Business Program Representations (Apr 2012) (7) 52.219-6 Notice of Total Small Business Set Aside (Nov 2011) (8) 52.217-8 Option to Extend Services (Nov 1999) (9) 52.217-9 Option Extend the Term of the Contract (MAR 2000) OTHER CLAUSES, TERMS, AND CONDITIONS: INVOICING INSTRUCTIONS: SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008) (a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF): (1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-877-251-WAWF (9293). (2) WAWF Vendor "Quick Reference" Guides are located at the following web site: http://acquisition.navy.mil/rda/home/acquisition_one_source/ebusiness/don_ebusiness_solutions/wawf_overview/vendor_information) (3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed. (b) The following information, regarding invoice routing DODAAC's, must be entered for completion of the invoice in WAWF: (c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a.PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor. Routing Table WAWF Invoice Type 2 IN 1 Contract Number N/A Delivery Order Number N/A Issuing Office DODAAC N68094 Admin Office DODAAC N68094 Inspector DODAAC (usually only used when Inspector & Acceptor are different people) N/A Ship To DoDAAC (for Combo), Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (Cost Voucher) N66099 Acceptance At Other N66099 Local Processing Office (Certifier) N68094 DCAA Office DODAAC (Used on Cost Voucher's only) N/A Paying Office DODAAC HQ0248 Acceptor/COR Email Address N/A (d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addresses for the WAWF automated invoice notification to the following points of contact: Name Email Phone Role Mary Laws Mary.laws@med.navy.mil 805-982-6402 Requesting Activity Karen Roddy Karen.roddy@med.navy.mil 805-982-6401 WAWF Acceptor ALLEN L. POWERS Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N68094CP/N6809413T0037/listing.html)
- Place of Performance
- Address: Naval Branch Health Clinic, 162 First Street, Bldg. 1402, Port Hueneme, California, 93043, United States
- Zip Code: 93043
- Zip Code: 93043
- Record
- SN03160691-W 20130825/130823235854-94c213abbc6129673d085e8a09f81c35 (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 |