SOLICITATION NOTICE
S -- FLORIDA NATIONAL GUARD-LAUNDRY SERVICE-RTI - WAGE DETERMINATION-CLAY COUNTY - PWS-RTI LAUNDRY SERVICE
- Notice Date
- 2/15/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812320
— Drycleaning and Laundry Services (except Coin-Operated)
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Florida, 189 Marine Street, St. Augustine, Florida, 32085-1008
- ZIP Code
- 32085-1008
- Solicitation Number
- W911YN-18-Q-0009
- Archive Date
- 3/13/2018
- Point of Contact
- Deborah U. Bray, Phone: 9048230555, Brian Joseph Williams, Phone: 9048230567
- E-Mail Address
-
deborah.u.bray.civ@mail.mil, brian.j.williams9.mil@mail.mil
(deborah.u.bray.civ@mail.mil, brian.j.williams9.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation 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; quotes are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ) from the United States Property and Fiscal Office for Florida, Purchasing and Contracting Division, St. Augustine, Florida 32084. The solicitation number W911YN-18-Q-0009 shall be used to reference any written quote provided under this request for quote and on any correspondence. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (Obtain from http://farsite.hill.af.mil/vffara.htm) FAR 52.219-6 Notice of Total Small Business Set-aside (NOV 2011). This is a 100% Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this requirement is 812320 with a size standard of $5.5 million. Florida National Guard's 211th Regiment Regional Training Institute (RTI), Camp Blanding Joint Training Center (CBJTC), 5629 State Road 16 West, Starke, Florida 32091 has a requirement for a Base and two (2) Option Years contract for commercial laundry service of Pick up, wash, dry, fold and deliver clean laundry back to pick up point. Laundry service is estimated to be 90,000 lbs. per year. Pickup and delivery site on CBJTC will be coordinated with designated point of contact after contract award. See attached Performance Work Statement for detailed requirements. This acquisition is utilizing procedures in FAR part 13, Simplified Acquisition Procedures. The government intends to award on "lowest price technically acceptable". Therefore, offers should submit their best offer up front. Do not assume you will be able to revise your offer. The resulting contract from this combined synopsis solicitation will require the Contractor to report labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the FLARNG via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013.Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil Contractor is to price the following general requirements: CLIN 0001 - Laundry Services- Pick up, wash, dry, fold and return a. Bed Linen (Twin & Queen Sizes Only) tiny_mce_marker______ per lb. b. Terry (Bath &Hand Towels, Bath Mats, Colored Cleaning Towels) tiny_mce_marker______ per lb. c. Bedspreads/Pads/Blankets) tiny_mce_marker________ per lb. CLIN 0002 - Contract Manpower Reporting -see below information tiny_mce_marker__________ CLIN 0003 - Option Year 1- Laundry Services- Pick up, wash, dry, fold and return a. Bed Linen (Twin & Queen Sizes Only) tiny_mce_marker______ per lb. b. Terry (Bath &Hand Towels, Bath Mats, Colored Cleaning Towels) tiny_mce_marker______ per lb. c. Bedspreads/Pads/Blankets) tiny_mce_marker________ per lb. CLIN 0004 - Contract Manpower Reporting -see below information tiny_mce_marker__________ CLIN 0005 - Option Year 2 - Laundry Services- Pick up, wash, dry, fold and return a. Bed Linen (Twin & Queen Sizes Only) tiny_mce_marker______ per lb. b. Terry (Bath &Hand Towels, Bath Mats, Colored Cleaning Towels) tiny_mce_marker______ per lb. c. Bedspreads/Pads/Blankets) tiny_mce_marker________ per lb. CLIN 0002 - Contract Manpower Reporting -see below information tiny_mce_marker__________ The Government intends to place a single, Firm-Fixed Price order without discussions. Therefore, offers should submit their best offer up front. Do not assume you will be able to revise your offer. Quotes must be submitted through FBO and are due 26 FEB 2018 NLT 4:00 p.m. Eastern Time (EST) Offers must be received 26 FEB 2018 NLT 4:00pm (EST). Offers not received by the required date and time of submission may not be considered unless determined to be in the best interest of the government. Questions regarding this solicitation must be submitted by email to deborah.u.bray.civ@mail.mil or 904-823-0555 by 22 FEB 2018 NLT 4:00 pm (EST). SEE ATTACHED WAGE DETERMINATION #2015-4539 (REV 5) -OCCUPATION CODES 16000-Laundry, dry-cleaning, pressing and related occupations. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the System for Award Management (SAM) www.sam.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. WAWF instruction shall be provided at time of award Contractors must be registered in Systems of Award management (SAM) in order to receive an award. INVOICING - Contractor must be registered in WAWF in order to Invoice for services. Contractor shall invoice through Wide Area Work Flow - iRAPT. Submittal Requirements: Submit the following in order to be considered for award. 1. Pricing of CLINS 0001a, b, c and 0002 as outlined above. 2. Technical proposal of how contractor will accomplish the PWS requirements. 3. Representations and Certifications, in accordance with FAR 52.212-3 4. Include the following on your quote: Contractor Business Name DUNS Number: Cage Code: Tax ID Number: *Total Yearly Revenue_______________ *Information required to determine size of business for the NAICS referenced above. 52.212-1 -- Instructions to Offerors -- Commercial Items (Apr 2014); Evaluation in accordance with FAR 13.106 based on price, delivery schedule and suitability to meet Government need. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items ALT I; 252.237-7013 Instructions to Offerors (Bulk Weight) (DEC 1991) (a) Offers shall be submitted on a unit price per pound of serviced laundry. Unit prices shall include all costs to the Government of providing the service, including pickup and delivery charges. (b) The Contracting Officer will evaluate bids based on the estimated pounds of serviced laundry stated in the solicitation. (c) Award generally will be made to a single offeror for all lots. However, the Contracting Officer may award by individual lot when it is more advantageous to the Government. (d) Prospective offerors may inspect the types of articles to be serviced. Contact the Contracting Officer to make inspection arrangements. (End of provision) 252.237-7015 Loss or Damage (Weight of Articles) (DEC 1991) (a) The Contractor shall- (1) Be liable for return of the articles furnished for service under this contract; and (2) Indemnify the Government for any articles delivered to the Contractor for servicing under this contract that are lost or damaged, and in the opinion of the Contracting Officer, cannot be repaired satisfactorily. (b) The Contractor shall pay to the Government TBD based on depreciated value of type of articles per pound for lost or damaged articles. The Contractor shall pay the Government only for losses which exceed the maximum weight loss in paragraph (e) of this clause. (c) Failure to agree on the amount of credit due will be treated as a dispute under the Disputes clause of this contract. (d) In the case of damage to any articles that the Contracting Officer and the Contractor agree can be satisfactorily repaired, the Contractor shall repair the articles at its expense in a manner satisfactory to the Contracting Officer. (e) The maximum weight loss allowable in servicing the laundry is eight (8) percent of the weight recorded on delivery tickets when the laundry is picked up. Any weight loss in excess of this amount shall be subject to the loss provisions of this clause. The following provisions are incorporated by reference for the purposes of this solicitation and will not be incorporated into any resulting order: FAR 52.252-1-Provisions Incorporated by Reference (http://farsite.hill.af.mil). FAR 52.204-7--System for Award Management. FAR 52.204-16--Commercial and Government Entity Code Reporting. FAR 52.204-22-- Alternative Line Item Proposal. FAR 252.203-7005--Representation Relating to Compensation of Former DoD Officials. FAR 252.204-7008--Compliance with Safeguarding Covered Defense Information Controls. FAR 252.225-7000--Buy American--Balance of Payments Program Certificate. FAR 252.225-7031--Secondary Arab Boycott of Israel. The following clauses are included for the purposes of this solicitation and most current versions will be incorporated into any resulting order: FAR 52.252-2--Clauses Incorporated by Reference FAR 52.204-7--System for Award Management; FAR 52.204-10--Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13--System for Award Management Maintenance. FAR 52.204-18--Commercial and Government Entity Code Maintenance. FAR 52.204-21--Basic Safeguarding of Covered Contractor Information Systems. FAR 52.204-19--Incorporation by Reference of Representations and Certifications. FAR 52.209-6--Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-10--Prohibition on Contracting With Inverted Domestic Corporations. 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 (Dev.); FAR 52.212-4--Contract Terms and Conditions -- Commercial Items. FAR 52.219-8--Utilization of Small Business Concerns FAR 52.222-3--Convict Labor; FAR 52.222-21--Prohibition of Segregated Facilities; FAR 52.222-26--Equal Opportunity; FAR 52.222-36--Affirmative Action for Workers with Disabilities; FAR 52.222-41--Service Contract Labor Standards; FAR 52.222-42--Statement of Equivalent Rates for Federal Hires; FAR 52.222-50--Combating Trafficking in Persons FAR 52.222-55--Minimum Wages Under Executive Order 13658 FAR 52.222-62-- Paid Sick Leave Under Executive Order 13706. FAR 52.222-50- Combating Trafficking in Persons; FAR 52.223-5-Pollution Prevention and Right to Know Information; FAR 52.223-18-- Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13-Restrictions on Certain Foreign Purchases; FAR 52.232-33-Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39--Unenforceability of Unauthorized Obligations. FAR 52.232-40--Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-3-Protest After award; FAR 52.233-4-Applicable Law for Breach of Contract Claim; FAR 52.237-2--Protection of Government Buildings, Equipment, and Vegetation. FAR 52.243-1--Changes -- Fixed-Price. FAR 52.252-6 Authorized Deviations in Clauses. DFAR 252.201-7000--Contracting Officer's Representative. DFAR 252.203-7000--Requirements Relating to Compensation of Former DoD Officials. DFAR 252.203-7002--Requirement to Inform Employees of Whistleblower Rights; DFAR 252.204-7003--Control of Government Personnel Work Product. DFAR 252.204-7004-Alternate A, System for Award Management; DFAR 252.204-7012--Safeguarding Covered Defense Information and Cyber Incident Reporting. DFAR 252.204-7015--Notice of Authorized Disclosure of Information for Litigation Support. DFAR 252.211-7003--Item Unique Identification and Valuation. DFAR 252.225-7001--Buy American and Balance of Payments Program. DFAR 252.232-7003--Electronic Submission of Payment Requests and Receiving Reports; DFAR 252.232-7006-Wide Area WorkFlow Payment Instructions DFAR 252.232-7010--Levies on Contract Payments. DFAR 252.237-7010--Prohibition on Interrogation of Detainees by Contractor Personnel. DFAR 252.237-7016--Delivery Tickets-Basic (NOV 2014)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN-18-Q-0009/listing.html)
- Place of Performance
- Address: Camp Blanding Joint Training Center, 5629 State Road 16 W., Starke, Florida, 32091-8900, United States
- Zip Code: 32091-8900
- Zip Code: 32091-8900
- Record
- SN04824531-W 20180217/180215231556-aff5ca2a4cb9ef5c44177de774f9e250 (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 |