Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 28, 2020 SAM #6847
SOLICITATION NOTICE

S -- S--LAUNDRY SERVICE AT YAO

Notice Date
8/26/2020 4:25:48 PM
 
Notice Type
Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
LOWER COLORADO REGIONAL OFFICE BOULDER CITY NV 89005 USA
 
ZIP Code
89005
 
Solicitation Number
140R3020Q0042
 
Response Due
9/8/2020 12:00:00 AM
 
Archive Date
09/23/2020
 
Point of Contact
Wirth, Tanya
 
E-Mail Address
tlwirth@usbr.gov
(tlwirth@usbr.gov)
 
Awardee
null
 
Description
140R3020Q0042- Yuma Area Office Laundry Services Amendment 01 is to correct information for point of contact. Combined Synopsis/Solicitation (i) 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. (ii) To facilitate electronic quote submissions through beta.SAM Contract Opportunities, a request for quote (RFQ No. 140R3020Q0042) is being issued and there will be no solicitation subsequent to this combined solicitation/synopsis. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2020-05. (iv) This requirement is a full and open. The North American Industry Classification System (NAICS) Code for this acquisition is: 812332 Industrial Launderers. (v) Line item 0001 - 12 Months, Laundry Service. The Scope of Work (SOW) provides more detailed information about the requirement and is attached to the RFQ. Line item 0002 - 12 Months, Laundry Service (Option Year 1). The SOW provides more detailed information about the requirement and is attached to the RFQ. Line item 0003 - 12 Months, Laundry Service (Option Year 2). The SOW provides more detailed information about the requirement and is attached to the RFQ. Line item 0004 - 12 Months, Laundry Service (Option Year 3). The SOW provides more detailed information about the requirement and is attached to the RFQ. Line item 0005 - 12 Months, Laundry Service (Option Year 4). The SOW provides more detailed information about the requirement and is attached to the RFQ. 1. (vi) The Bureau of Reclamation has a requirement for the continuation of laundry services for a variety of linens for the Yuma Area Office. (vii) Work will begin on or about October 1, 2020. All work will be completed by September 30, 2025. Work will be completed at contractor�s facility, to be determined. THE FOLLOWING CLAUSES AND PROVISIONS ARE APPLICABLE TO THIS COMMERCIAL ITEM ACQUISITION: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items. FAR provision 52.212-1, Instructions to Offerors - Commercial Items is applicable to this RFQ. The following addendum is also applicable to this RFQ. a. Addendum to FAR 52.212-1 - Quote Submission Instructions This addendum replaced the term ""offer"" with ""quote"" within the provision 52.212-1. In addition to the requirements of the Instructions to Offerors - Competitive Acquisitions provision of this solicitation, each offeror will submit a quote in accordance with the instructions contained in this provision. (1) Offer will complete and submit Standard Form (SF)18 - Request for Quotation. Pricing must be submitted on the SF-18. Attachment 2 - Experience. All documents are attached to the RFQ. (2) Submit the following information: (a) Unique Entity Identifier (UEI): ______________ (b) Contractor E-mail Address: ______________________________ (3) Technical and Past Performance Information Requested: (a) Technical: Offeror will provide the information below in a written statement to explain their technical capability. A written response is required for each item. 1) Contractor Work Plan (CWP) Awardee's preliminary plan submitted with quotation will need to be reviewed and approved by the Sustainability and Environmental Management System (SEMS) committee, as a submittal after award. All cost for revisions and submittals prior to acceptance should be included with your quotation. 2) Applicable licenses and certifications. (b) References: 1) Offerors will have their references listed in Attachment 2 - Experience. Attachment 2 - Experience must be submitted with your offer to the contracting office via email to Tanya Wirth at tlwirth@usbr.gov. NOTE: An offeror without relevant experience, or for whom information on past performance is not available, will be given a Neutral rating, and will not be evaluated favorably or unfavorably. This rating is neither negative nor positive. Neutral is merely indicative of a lack of prior performance. Government may also use past performance information obtained from other than the sources identified by the offeror. Information obtained from the Contractor Performance Assessment Reporting System (CPARS) database located at http//www.cpars.gov is one of the sources that will be utilized. (ix) FAR provision 52.212-2, Evaluation-Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: 1. Technical Capability 2. Experience 3. Price (all proposed prices will be reviewed for price reasonableness and any instances of unbalanced pricing.) (ix) Determination of award will be based on the lowest-priced responsive quote from a responsible offeror. (x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Offerors are advised include with their offer, a completed copy of the provision 52.212-03, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. ADDENDUM TO 52.212-4 DOI-AAAP-0028 ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS-INVOICE PROCESSING PLATFORM (IPP) APR 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). 'Payment request' means any request for contract financing payment or invoicing payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions-Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: None *See Note *The Contractor will also submit an electronic copy of the IPP invoice to the Contract Specialist/Contracting Officer at tlwirth@usbr.gov once the invoice has been submitted to IPP. Failure to email the invoice may cause significant delay or possible rejection of your payment request. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) 1452.201-70 Authorities and Delegations (Sep 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor will comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor will notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer will respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, will be subject to the provisions of the Disputes clause of this contract. (f) The Contractor will provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, will be at the Contractor's risk. (End of Clause) WBR 1452.201-80 CONTRACTING OFFICER�S REPRESENTATIVE�S AUTHORITIES AND LIMITATIONS -- BUREAU OF RECLAMATION (MAY 2018) (a) Performance of the work under this contract will be subject to the technical direction of the Reclamation Contracting Officer's Representative (COR). The term ""technical direction"" is defined to include, without limitation: (1) Inspecting and accepting or rejecting work performed under the contract. (2) Representing the Government in technical phases of the work. The COR is responsible for the technical administration of the contract and will provide instructions and interpretations to the Contractor on all technical matters relating to the contract. The COR will supervise or oversee all Government technical and administrative personnel assigned to assist the COR. (3) Reviewing and, where required by the contract, approving submittals of technical data, shop drawings, samples, literature, plans, or other data required to be delivered by the Contractor to the Government. (b) The Contractor will receive a copy of the written COR designation from the Contracting Officer. It will specify the extent of the COR�s authority to act on behalf of the Contracting Officer. (c) Technical direction must be within the scope of work stated in the contract. Only the Contracting Officer is authorized to determine if a change is within the scope of the contract; therefore, the COR does not have the authority to, and may not, issue any technical direction that - (1) Constitutes a direction of additional work outside the Contract requirements; (2) Constitutes a change as defined in the contract clause entitled ""Changes""; (3) In any manner causes an increase or decrease in the total contract cost, or the time required for contract performance; (4) Changes any of the expressed terms, conditions or specifications of the contract; or (5) Interferes with the Contractor's right to perform the terms and conditions of the contract. (d) All technical direction will be issued in writing by the COR. (e) The Contractor must proceed promptly with the performance of technical direction duly issued by the COR in the manner prescribed by this clause and within its authority under the provisions of this clause. If, in the opinion of the Contractor, any instruction or direction by the COR falls within one of the categories defined in (c)(1) through (c)(5) of this clause, the Contractor must not proceed and must notify the Contracting Officer in writing within five (5) working days after receipt of any such instruction or direction and must request the Contracting Officer to modify the contract accordingly. Upon receiving the notification from the Contractor, the Contracting Officer must - (1) Advise the Contractor in writing after receipt of the Contractor's letter that the technical direction is within the scope of the contract effort and does not constitute a change under the Changes clause of the contract; or (2) Advise the Contractor that the Government will issue a written change order. (f) A failure of the Contractor and Contracting Officer either to agree that the technical direction is within the scope of the contract or to agree upon the contract action to be taken with respect to the technical direction will be subject to the provisions of the clause entitled ""Disputes."" (End of Clause) (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following additional FAR clauses cited in this clause are applicable to the acquisition: 52.219-28, Post Award Small Business Program Rerepresentation (JAN 2020) 52.222-3, Convict Labor (JAN 2020) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (JAN 2020) 52.222-41, Service Contract Labor Standards - Attachment 3 - WAGE DETERMINATION 2015-5476, Revision number 11, Revision date 07/01/2020 52.222-42, Statement of Equivalent Rates for Federal Hires - LAUNDRY WORKER NA 2; MONETARY WAGE - $11.55/hr.; FRINGE BENEFITS - 19%, includes paid health insurance premiums, retirement benefits, vacation pay, and sick leave pay.) This Statement is for Information Only: It is not a Wage Determination 52.222-49 Service Contract Labor Standards-Place of Performance Unknown (May 2014) (a) This contract is subject to the Service Contract Labor Standards statute, and the place of performance was unknown when the solicitation was issued. In addition to places or areas identified in wage determinations, if any, attached to the solicitation, wage determinations have also been requested for the following: none. The Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing by 08/03/2020. (b) Offerors who intend to perform in a place or area of performance for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, a wage determination will be requested and incorporated in the resultant contract retroactive to the date of contract award, and there will be no adjustment in the contract price. (End of clause) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (JAN 2020) 52.232-33, Payment by Electronic Funds Transfer� System for Award Management (JAN 2020) (xiii) Additional contract requirements include the following clauses and provisions: 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) 52.204-13, Central Contractor Registration Maintenance (JAN 2020) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder will not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract will be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, will not exceed 66 month. 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts (Sep 2013) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.232-99, Providing Accelerated Payment to Small Business Subcontracts (DEVIATION), (JAN 2020) 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.242-15, Stop-Work Order (JAN 2020) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses � https://www.acquisition.gov/far/ (End of clause) 52.252-06, Authorized Deviations in Clause (JAN 2020) 1452.237-80, Security Requirements, Information Technology/Compulsory Protection of Sensitive Information and Security Access Requirements (JAN 2020) Reclamation Invoicing Submission Requirements (xiv) Not Applicable (xv) All questions will be submitted via email to tlwirth@usbr.gov no later than 08/28/2020 at 1:00 pm, local time. Offers are due 09/8/2020 at 1:00 pm. Responsible offerors are requested to submit a quote for this requirement. Offers will be submitted via email to tlwirth@usbr.gov. (xvi) The Point of Contact for this solicitation is Tanya Wirth. She may be reached via e-mail at tlwirth@usbr.gov, or by phone at 702-293-8426. End of Combined/Synopsis Solicitation
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c5ea31d9693c40e4a27f0799ffddfa12/view)
 
Record
SN05774236-F 20200828/200826230156 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.