SOLICITATION NOTICE
W -- NOTICE OF GOVERNMENTS INTENT TO PLACE A DIRECT AWARD FOR LEASE AND CLEANING OF COVERALLS TO A HUBZONE CONCERN (EBS SUPPLY, INC.)
- Notice Date
- 9/9/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812320
— Drycleaning and Laundry Services (except Coin-Operated)
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024415T0302
- Response Due
- 9/16/2015
- Archive Date
- 10/1/2015
- Point of Contact
- Jose Gomez 619-556-5905 JOSE L. GOMEZ 619-556-5905
- E-Mail Address
-
EMAIL ADDRESS
(jose.l.gomez1@navy.mil)
- Small Business Set-Aside
- HUBZone
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-15-T-0302. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-83 and DFARS Change Notice 20150826. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS Code is 812320 and the Small Business Standard is 5.5 Mil. Fleet Logistic Center, San Diego, intends to make a DIRECT AWARD for the lease and cleaning of numerous garments and working apparel to EBS, Supply, Inc (A Hub Zone Concern). Offerors from other than Hub Zone small business concerns will not be considered. Item 0001 Lease and Clean (9,984 EA); Item 0002 Replacement of Lost and Ruined (112 EA); Item 0003 Lease and Clean (156 EA); Item 0004 Replacement of Lost and Ruined (4 EA); Item 0005 Lease and Clean; (7,020 EA); Item 0006 Replacement of Lost and Ruined (50 EA); Item 0007 Lease and Clean (5,460 EA); Item 0008 Replacement of Lost and Ruined (50 EA); Item 0009 Lease and Clean (5,460 EA); Item 0010 Replacement of Lost and Ruined (70 EA); Item 0011 Lease and Clean (2,392 EA); Item 0012 Replacement of Lost and Ruined (28 EA); Item 0013 Lease and Clean (13,572 EA); Item 0014 Replacement of Lost and Ruined (300 EA); Item 0015 Lease and Clean (1,560 EA); Item 0016 Replacement of Lost and Ruined (28 EA); Item 0017 Lease and Clean (780 EA); Item 0018 Replacement of Lost and Ruined (30 EA); Item 0019 Lease and Clean (780 EA); Item 0020 Replacement of Lost and Ruined (28 EA); 0021 Lease and Clean (1,040 EA); Item 0022 Replacement of Lost and Ruined (39 EA). The DIRECT AWARD contract will have a period of performance of (10/1/2015 “ 9/30/2016) The following FAR provisions and clauses are applicable to this procurement: 52.204 Security Requirements; 52.204-7 Registered in SAM prior to award or performance; 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.219-3 Notice of Total HUB Zone Set-Aside. Reporting Executive Compensation and First-Tier Subcontract Awards;52.219-A Utilization of Small Business Concerns; 52.247-34 F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION 2013-O0019) with the following clauses applicable to paragraph (b): 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41 Service Contract Labor Standards; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-18 Availability of Funds;52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.233-3 Protest after Award. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: NAVSUP 5252.232-9402, Invoicing and Payment (WAWF) Instructions. DFARS 252.232-7006, Contract Terms and Conditions Required toImplement Statues; 252.203-7000 Requirements Relating to Compensation of Former DOD Officials; 252.203-7998 Prohibition on Contracting Entitites That Require Certain Internal Confidentiality Agreements “ Representation (DEVIATION 2015-O0010); 252.203-7999 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-O0010); 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting; 252.209-7999 Representation by corporations regarding an unpaid delinquent tax liability or a felony conviction under any Federal law, 252.225-7036 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7021Trade Agreements; 252.232-7010 Levies on Contract Payments; 252.237-7016 Delivery Tickets; 252.243-7001 Pricing of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment; Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. The proposed contract action is for commercial services for which the government intends to solicit and negotiate with only one source under the authority of FAR 13.501 (a) (1) (ii) and FAR 19.306 (b) (1). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, the Government will consider all proposals received within seven days after date of publication of this synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This announcement will close on 10:00AM PST on Wednesday, September 16, 2015. Contact Jose L. Gomez who can be reached at 619-556-5905 or e-mail: jose.l.gomez1@navy.mil. Method of proposal submission: Offerors must submit proposal via email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024415T0302/listing.html)
- Place of Performance
- Address: FRCSW, NAS NORTH ISLAND, CA
- Zip Code: 92136
- Zip Code: 92136
- Record
- SN03877169-W 20150911/150909235326-1b8985ec5b039de1e2c3270aee8c3378 (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 |