SOLICITATION NOTICE
S -- Laundry and Drycleaning Services at MTW - SOW with Attachments
- Notice Date
- 4/16/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812320
— Drycleaning and Laundry Services (except Coin-Operated)
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, National Continuity Branch, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135, United States
- ZIP Code
- 20135
- Solicitation Number
- WX01409
- Point of Contact
- Rafael Taylor, Phone: 5405422832
- E-Mail Address
-
rafael.taylor@fema.dhs.gov
(rafael.taylor@fema.dhs.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Estimated 2014 Monthly Average pounds of laundry SOW with attachments A, B, and C This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The solicitation number, FEMA WX01409 is issued as a Request for Quote (RFQ), where the Contractor shall provide all necessary personnel, labor, equipment, and material, except as provided herein, required for laundering and dry cleaning services at the Mt. Weather Emergency Operations Center (MWEOC). The contractor shall provide weekly laundering/dry cleaning of government-owned linens/clothing/miscellaneous with pick-up and delivery at least once a week, but more often if needed. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81. This RFQ is being issued as a Service Disabled Veteran Owned Small Business Set-aside. The NAICS code for this requirement is 812320, for which the Small Business Size Standard is $5.5M. Only one award will result from this solicitation, via the issuance of firm-fixed-price contract. Any responses need to identify business size status and prove to be a service-disabled veteran-owned small business for the services to be provided at DHS /FEMA/MWEOC. Responses must include the following: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Business size for laundry service contractors is NAICS 812320 (size standard $5.5M). Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 3. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). FOB Destination pricing is preferred. SPECIFIC TASKS: Successful contractor shall provide all labor, tools, parts, supervision, and other items necessary to provide required laundering and dry cleaning services at the Mt. Weather Emergency Operations Center (MWEOC). The contractor shall provide weekly laundering/dry cleaning of government-owned linens/clothing/miscellaneous with pick-up and delivery at least once a week, but more often if needed. Please provide the Unit and extended price for each. Performance period will be one (1) Base year of 12 months with 4 one (1) year options form date of award. Contractor service personnel must comply with MWEOC security regulations/requirements. As a minimum, the contractor shall have at least two (2) personnel capable of delivering the laundry to the site. Types of personnel and their qualifications required for this order may consist of the categories listed below. Types of workers could include but would not be limited to those identified in Service Contract Act Wage Determination Number 1995-0819 Revision Number 32 Dated 12/22/2014. 1. Maid or Houseman 2. Truck driver, Light Companies must be registered in the System of Award Management (SAM, at www.sam.gov) to be considered for award. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. The Government intends to evaluate offers and award a purchase order without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. An award will be made to the offeror whose proposal is determined to be the lowest priced technical acceptable (LPTA) to the Government considering technical factors (Key Personnel, Geographic location, and Past Performance). These are the criteria to be criteria used to determine if it is technically acceptable. Price will be evaluated for responsiveness and reasonableness. If the price is determined to be unrealistic, it will no longer be evaluated for technical acceptance. The lowest priced proposal will be evaluated for technical acceptance. If accepted, the lowest would receive the award. If not accepted, the next lowest offeror will be evaluated. The following is a listing of criteria that will be used as part of the determination of technical acceptance for this solicitation. 1. Key Personnel - Have at least 2 drivers that can pass a background check for secured US government facility access. Resume and personal information (Social Security Number, Date of Birth, and Full Name) for each driver will be required to evaluate and later process for access request once determined the lowest price technically acceptable offeror. If background check is not passed, then the offeror will become ineligible for award and Government will proceed to next lowest price technically acceptable offeror. 2. Geographic Location - Have the lead office and/or physical location of the cleaners shop/plant/factory located within 100 miles from Mount Weather, Virginia and capacity to pick up or deliver within 4 hours after notification. 3. Past Performance - Relevant Past Performance working with pick-up and delivery of laundered and dry cleaning items such as for billeting, food services and health services supporting other federal facilities or commercial facilities with similar laundry requirements. If proposals rate "non-acceptable" for one any of these technical factors, they will be eliminated from the competition without further discussions. Proposal need to meet all 3 of these technical factors as mentioned above. Offerors must submit a technical proposal of not more than 10 pages that addresses each of the following factors: (1) Key and Non/key Personnel: The Government will evaluate the resume and perform a background check of the key personnel submitted by the Offeror. Key personnel will be evaluated for relevant experience in performing tasks/services similar to those required. A resume shall demonstrate that proposed individual possess the qualifications and experience necessary to perform the SOW. Personal information will be required to accomplish background check. Resume shall be no longer than 2 pages. (2) Geographic Location - Offerors should submit address of office location and/or physical location of the cleaners shop/plant/factory that will provide the support to this requirement and allow for the 4 hour response after notification that is within 100 miles from Mt Weather Emergency Operation Center. (3) Past Performance - Offerors should provide a brief, written description of all relevant work performed in the past three years. Submissions should include the client's name, organization, address, telephone number, e-mail address, contract number, dates of performance, and dollar amount. A maximum of three past performance references may be submitted. FEMA may evaluate Past Performance by contacting those references, as well as through other sources available to the Government. Past performance information will be evaluated on quality, timeliness, management, responsiveness and overall satisfaction. The technical proposal limitation of 10 pages does not apply to the following: title pages, a table of contents; index pages; divider tabs; cover letter, offeror's provisions and letter of intents. Price. Price will be evaluated to determine whether the price is fair and reasonable and responsive to solicitation. The Government will award a not to exceed purchase order resulting from this solicitation to the responsible offeror who is most advantageous to the Government. Price shall include base year estimated price per pound and price for the four one year option periods. Option year pricing will be considered for evaluation for award determination. Price Proposal Format- The price proposal information shall be provided as follows: Laundry service prices are based on dry weight per pound cost. Contractor shall invoice once monthly. Laundry deliveries resulting in services rendered under a total cost of $100.00, are subject to a transportation fee charge of $25.00. It's the Government's intention to issue an initial order for the weekly pickup and delivery of laundry items. This could increase or decrease due to mission needs. Travel will be not be reimbursed by FEMA, for this reason we want a local contractor within a 100 miles or less from the job site. Page Limitation: The following page limitations are established above for technical proposal of 10 page maximum and 3 page maximum for price proposals submitted in response to this solicitation. The price proposal limitation of 3 pages does not apply to the following: title pages, a table of contents; index pages; divider tabs; cover letter, offeror's provisions and letter of intents. Offerors must use 8 ½ inch by 11 inch white paper for its proposal pages. The Technical Proposal shall not exceed 5 single pages or 10 double sided pages and shall have a margin of not less than ¾ inch surrounding the printed body. Font shall be no smaller than 11 point, Times New Roman or Courier New. Diagrams, tables, charts, and photographs may be reduced. Text in diagrams, tables, charts, and photographs shall contain font no smaller than 10 point, Times New Roman or Courier New. The offeror is responsible for the readability of visual graphics. If the information presented in is unclear or unreadable the Government will not considered it. Pages submitted in excess of the limitations specified above will not be evaluated by the Government. Offeror's must be registered in the SAM database (via the Internet at http://www.sam.gov) which includes the electronic annual representations and certifications. Offer needs to include a completed copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial Items, unless the SAM page is up to date. If not registered by time of award, the offeror will longer considered acceptable and responsive to this request. The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition. The following FAR clauses also apply: 52.204-10 "Reporting Executive Compensation and First-Tier Subcontract Awards," 52.212-4 "Contract Terms and Conditions--Commercial Items," 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items," with the following clauses cited in 52.212-5 being applicable to this acquisition: 52.203-6 "Restrictions on Subcontractor Sales to the Government," 52.219-8 "Utilization of Small Business Concerns," 52.222-3 "Convict Labor," 52.222-19 "Child Labor--Cooperation with Authorities and Remedies," 52.222-21 "Prohibition of Segregated Facilities," 52.222-26 "Equal Opportunity," 52.222-35 "Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans," 52.222-36 "Affirmative Action for Workers with Disabilities," 52.222-37 "Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans," 52.225-1 "Buy American Act--Supplies," 52.225-13 "Restrictions on Certain Foreign Purchases," and 52.232-33 "Payment by Electronic Funds Transfer--Central Contractor Registration." The aforementioned provision and clauses can be accessed electronically at http://www.gsa.gov/far. Prospective sources are reminded that award can only be made to a Contractor who is registered in the SAM database. Responses to this notice must be received by the Contracting Officer, Rafael Taylor no later than 12:00 PM Eastern Standard Time on 4/24/2015. Only responses received by e-mail will be accepted. Discussions or debriefings will not be conducted in response to any submissions. However, information obtained as a result of this announcement may be reflected in a solicitation amendment, and FEMA may contact one or more respondents for clarifications and to enhance the Government's understanding. Offerors shall submit an electronic version via email to Rafael.taylor@fema.dhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/WX01409/listing.html)
- Place of Performance
- Address: 19844 Blue Ridge Mountain Road, Mt Weather, Virginia, 20135, United States
- Zip Code: 20135
- Zip Code: 20135
- Record
- SN03702076-W 20150418/150416234941-cfcf05108155e8bbbecfb26af002e8f9 (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 |