SOLICITATION NOTICE
S -- Coverall Lease and Laundry Services
- Notice Date
- 8/25/2017
- 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
- N0024417Q0168
- Response Due
- 9/12/2017
- Archive Date
- 10/31/2017
- Point of Contact
- Manuel Pua and Juana Perez (619)556-5320 or 556-6763 Manuel Pua (619)556-5320 manuel.pua@navy.mil and Juana Perez (619)556-6763 juana.perez@navy.mil
- E-Mail Address
-
manuel.pua@navy.mil
(manuel.pua@navy.mil)
- Small Business Set-Aside
- HUBZone
- Description
- (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial item prepared in accordance with the format in FAR Subpart 12.6, and using Simplified Acquisition Procedures for certain commercial items in accordance with FAR Subpart13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL being posted on both FedBizOpps.gov (https://www.fbo.gov/) and NECO (http://www.neco.navy.mil/). All attachments will be uploaded to NECO/FedBizOpps. It is the responsibility of the prospective offerors to download all the attachments. (ii) The Request For Quote (RFQ) number is N00244-17-Q-0168. (iii) This solicitation documents and incorporates provisions and clauses in effect through FAR FAC 2005-95 effective 19 January 2017 and DFARS current to DPN 20161222 effective 22 December 2016. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions included in both FAR and DFARS. The clauses may be accessed in full text at this address: http://farsite.hill.af.mil/. (iv) The proposed contract action is for commercial item for which the Government is soliciting via HUBZone Set-Aside. The NAICS code is 812320 and the small business standard is $5.5 million. (v) Attachment 1 is a list of Contract Line Item Number(s) (CLIN) and items, quantities, and units of measure, including options. (vi) Attachment 2 is the Statement of Work (SOW) that states the description of requirements. (vii) Paragraph 2 of the SOW includes the dates and places of delivery and acceptance and FOB point. The period of performance for the resultant contract is: Base Year - October 1, 2017 to September 30, 2018 Option Period One - October 1, 2018 to September 30, 2019 Option Period Two - October 1, 2019 to September 30, 2020 Option Period Three - October 1, 2020 to September 30, 2021 Option Period Four - October 1, 2021 to September 30, 2022 (viii) The provision at FAR52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Addenda to provision FAR 52.212-1 are included herein. (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The specific evaluation criteria are included in paragraph (a) of the provision. (x) Include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (see Attachment 3) (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. (xiii) The prices to be proposed must be based on a full inventory model. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable. (xv) The quotes are due on 4:00 PM Pacific Standard Time (PST), time on 12 September 2017. Submit quotes to the Contract Specialist, Mr. Manuel Pua, via email (manuel.pua@navy.mil) and to Ms. Juana Perez, via email (juana.perez@navy.mil) using subject line: RFQ N00244-17-Q-0168 COVERALL LEASE AND LAUNDRY. All quotes shall include prices by completing Attachment 1, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. (xvi) Questions on this solicitation shall be submitted to the Contract Specialists identified in the previous paragraph via email (manuel.pua@navy.mil and juana.perez@navy.mil). The Government will attempt to answer all questions in timely manner and will be made available publicly. However, question(s) submitted near the solicitation closing date may not provide sufficient time for the Government to respond. Therefore, interested parties are hereby directed to submit question(s) not later than five days from this solicitation s closing date. Delivery is F.O.B. Destination. Delivery and pick up locations and acceptance is stated in SOW paragraph 2.1.2. The following FAR/DFARS provisions and clauses apply to this solicitation and are incorporated by reference: 52.203-3Gratuities (APR 1984) 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) 52.212-1Instructions to Offerors - Commercial Items (OCT 2015) 52.212-4Contract Terms and Conditions - Commercial Items (MAY 2015) 52.217-5Evaluation of Options (JUL 1990) 52.232-18Availability of Funds (APR 1984) 52.237-2Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.247-34F.O.B. Destination (NOV 1991) 252.203-7000Requirements Relating To Compensation of Former DoD Officials (SEP 2011) 252.203-7002Requirement to Inform Employees of Whistleblower Rights. (SEP 2013) 252.203-7005Representation Relating To Compensation of Former DoD Officials (NOV 2011) 252.204-7003Control of Government Personnel Work Product (APR 1992) 252.204-7008Compliance With Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7009Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (OCT 2016) 252.204-7012Safeguarding Covered Defense Information and Cyber Incident Reporting (OCT 2016) 252.204-7015Disclosure of Information to Litigation Support Contractors (MAY 2016) 252.211-7003Item Unique Identification and Valuation (MAR 2016) 252.211-7008Use of Government-Assigned Serial Numbers (SEP 2010) 252.213-7000Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations (JUN 2015) 252.222-7007Representation Regarding Combatting Trafficking in Persons (JAN 2015) 252.223-7008Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7000Buy American--Balance of Payments Program Certificate (NOV 2014) 252.225-7001Buy American and Balance of Payments Program 252.225-7020Trade Agreements Certificate (NOV 2014) 252.225-7021Trade Agreements (DEC 2016) 252.225-7048Export-Controlled Items (JUN 2013) 252.232-7003Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013) 252.232-7010Levies On Contract Payments (DEC 2006) 252.237-7014Loss or Damage of (Count-of-Articles) (DEC 1991) 252.237-7016Delivery Tickets- Basic (NOV 2014) 252.243-7001Pricing of Contract Modifications (DEC 1991) 252.243-7002Request for Equitable Adjustment (DEC 2012) 252.244-7000Subcontracts For Commercial Items (JUN 2013)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024417Q0168/listing.html)
- Record
- SN04646809-W 20170827/170825231212-9895aee8a678b9415c8680e335149f64 (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 |