Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 20, 2016 FBO #5231
SOLICITATION NOTICE

S -- Laundry Services for CRTC in Gulfport, MS - Past Performance Narrative - Performance Work Statement - Package #3

Notice Date
3/18/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Army, National Guard Bureau, 186 ARW/LGC, 6225 M STREET, MERIDAN, Mississippi, 39307-7112
 
ZIP Code
39307-7112
 
Solicitation Number
W9127Q-16-T-0100
 
Archive Date
5/4/2016
 
Point of Contact
Ned L. McCormick, Phone: 6014849860
 
E-Mail Address
ned.l.mccormick2.mil@mail.mil
(ned.l.mccormick2.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Quality Assurance Surveillance Plan Performance Work Statement Past Performance Narrative 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. This solicitation W9127Q-16-T-0100, is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87. This requirement is 100% set-aside for small business. The NAICS code is 812320 and the small business size standard is $5,500,000.00. This requirement requires at least two years of successful linen service with a billeting operation. The Government's requirement is to provide laundry and linen cleaning services to base locations at the Air National Guard Combat Readiness Training Center (ANG CRTC), 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 equal to price. Linen/laundry service consists of, but is not limited to, daily, monthly, and quarterly pick up of soiled items, cleaning, ironing, process, and bundling and delivery back to the ANG CRTC, Gulfport, MS in accordance with the attached Performance Work Statement. Bed spreads, blankets, and mattress pads are 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 ANG CRTC, Gulfport, MS for the period of performance of 22 April 2016 - 21 April 2017 with three possible option years. 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 if performing work that is similar in scope, size, complexity, and client type to the requirements of the Performance Work Statement (PWS). (2) Price - For evaluation purposes, the offerors total evaluated price will be unit price multiplied by the approximate annual amounts of each item that are listed in the PWS 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 quote, which shall be considered by the agency. Period of acceptance for Offerors: The offeror agrees to hold its offer firm for 30 calendar days form the date specified for receipt of offers, unless another time period is stated in an addendum to the solicitation. Late offers: Request for Proposals of modification of proposals 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). The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at 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. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.204-10 Reporting Executive Compensation and First-Tier subcontract Awards, FAR 52.219-28, Post-Award Small Business Program Repesentation; FAR 52.222-21, Prohibition of Segregated facilities; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.233-3 Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration; DFARS 252.209-7993 (Dev); FAR 52.222-99. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; Full text of these clauses may be accessed on-line at http://www.arnet.gov or http;//farsite.hill.af.mil. This announcement is the solicitation which will result in a firm fixed-price contract. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the System of Acquisition Management database @ www.sam.gov and shall be considered for award. SAM is a mandatory requirement for all DOD Government contracts. You must be registered in order to be eligible for award of a contract. All quotes must be sent to MSgt Ned L. McCormick at: Fax 601-484-9087; e-mail ned.l.mccormick2.mil@mail.mil ; or mail directly to 186 th ARW, 6225 M Street, Meridian, MS 39307-7112. Quotes are required to be received not later than 3:30 PM CST, Tuesday, 19 April, 2016. POINTS OF CONTACT; Technical questions regarding this requirement may be addressed to MSgt Ned McCormick at ned.l.mccormick2.mil@mail.mil. Contracting questions for this requirement may be addressed to MSgt Ned L. McCormick at ned.l.mccormick2.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22-3/W9127Q-16-T-0100/listing.html)
 
Place of Performance
Address: MS ANG CRTC, Gulfport, Mississippi, 39507, United States
Zip Code: 39507
 
Record
SN04055024-W 20160320/160318234726-a468c2458352e7d3cd73f86f432381ec (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.