SOLICITATION NOTICE
S -- Laundry/Linen Service for the Wellpinit Service Unit
- Notice Date
- 8/5/2024 10:24:24 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812331
— Linen Supply
- Contracting Office
- INDIAN HEALTH SERVICE PORTLAND OR 97209 USA
- ZIP Code
- 97209
- Solicitation Number
- 75H71324Q00079
- Response Due
- 8/14/2024 3:30:00 PM
- Archive Date
- 08/29/2024
- Point of Contact
- Tamara Brown, Phone: 5034147796, Fax: 5034145522, Richard Dandasan, Phone: 503-414-5528
- E-Mail Address
-
Tamara.Brown@ihs.gov, richard.dandasan@ihs.gov
(Tamara.Brown@ihs.gov, richard.dandasan@ihs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- �(i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number 75H71324Q00079 applies, and is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. (iv) The North American Industry Classification System (NAICS) Code for this acquisition is 812331. The size standard is $40 Million. This Solicitation is 100% Set-Aside for Small Businesses. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. (v) The Contract Line Items (CLINs) structure is as shown below. Base Year CLIN 0001: Laundry/ Linens Services for the following items; See attachment, Item Listing � Laundry Linen. GRAND TOTAL (ALL OR NONE) _____________________ Option Year One (1) CLIN 1001: Laundry/ Linens Services and housekeeping supplies for the following items; See attachment, Item Listing � Laundry Linen. GRAND TOTAL (ALL OR NONE) _____________________ Option Year Two (2) CLIN 2001: Laundry/ Linens Services for the following items; See attachment, Item Listing � Laundry Linen. GRAND TOTAL (ALL OR NONE) _____________________ Option Year Three (3) CLIN 3001: Laundry/ Linens Services for the following items; See attachment, Item Listing � Laundry Linen. GRAND TOTAL (ALL OR NONE) _____________________ Option Year Four (4) CLIN 4001: Laundry/ Linens Services for the following items; See attachment, Item Listing � Laundry_Linen. GRAND TOTAL (ALL OR NONE) _____________________ *See the attached SOW for details. (vi) The purpose of this acquisition is to establish support services for laundry/linen service and housekeeping supplies for the Wellpinit Service Unit (WESU). All laundry/linen services and supplies need to industry standards for a healthcare facility. Attached are the schedule of items, statement of work, and wage determination. �(vii) Delivery and acceptance terms for this order is FOB Destination. Delivery Addresses: Wellpinit Service Unit, 6203 Agency Loop Road, Wellpinit, WA� 99040 (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Sep 2023). (ix) The provision 52.212-2, Evaluation - The basis of award is the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and demonstrated prior experience within 6 months and past performance information.� �Affordability Statement: To assist the quoters with assessing the magnitude of this requirement to be performed during contract performance, the Government estimate that the base period task ranges from approximately $40,000.00 to $48,000.00 to meet all requirement of the CLIN. These figures do not include optional CLINs. The Government may select a quoter for award with a price below, at, or exceeding the figures if it finds that offer provides the best value and funds are available. Award will be made to the responsible offeror pursuant to FAR subpart 9.1 (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Nov 2023) applies to this acquisition. (xii) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (May 2024) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). (2) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). (3) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (4) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). (5) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (6) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (7) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (8) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (9) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (10) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (11) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (12) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (13) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) (14) (i) 52.223-13, Acquisition of EPEAT� -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 (15) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). (16) (i) 52.223-16, Acquisition of EPEAT� -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). (17) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (18) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). (19) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (20) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (End of Clause) �HHSAR CLAUSES: 352.239-73 Electronic and Information Technology Accessibility Notice (Dec 2015) 352.239-74 Electronic and Information Technology Accessibility (Dec 2015) 352.232-71 Electronic Submission of Payment Requests (Feb 2022) (a) Definitions.� As used in this clause � Payment request means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation.� The payment request must comply with the requirements identified in FAR 32.905(b), �Content of Invoices� and the applicable Payment clause included in this contract. (b)Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests electronically using the Department of Treasury Invoice Processing Platform (IPP) or successor system.� Information regarding IPP, including IPP Customer Support contact information, is available at www.ipp.gov or any successor site. (c)The Contractor may submit payment requests using other than IPP only when the Contracting Officer authorizes alternate procedures in writing in accordance with HHS procedures. (d)If alternate payment procedures are authorized, the Contractor shall include a copy of the Contracting Officer�s written authorization with each payment request. The Contractor is required to submit invoices in accordance with FAR Clause 52.212-4(g) uploading into www.ipp.gov. If you require assistance registering or IPP account access, please contact the IPP Helpdesk at (866) 973-3131 (M-F 8AM to 6PM ET), or IPPCustomerSupport@fiscal.treasury.gov Department of the Treasury�s IPP website that includes training materials: https://www.ipp.gov/vendors/training-vendors Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at http://www.arnet.gov and http://www.hhs.gov/oamp/dap/hhsar.html. (xiii) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.acquisition.gov/far/. (xiv) 52.232-6 - Authorized Deviation in Clauses (APR 1984). (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. (b) The use in this solicitation or contract of any Department of Health and Human Services (48 CFR Chapter 3) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (xv) Quotes are due on 08/21/2023 by 12:00 PM PST.� Email quotes to PORAOAcquisition@ihs.gov and Tamara.Brown@ihs.gov. E-mail submission must include the RFQ number in the subject line. Quoter must submit a price quote. The Government will establish a ""total evaluated price"" based on the items listed above. Price volumes failing to meet or comply with price quote instructions may be deemed noncompliant. Price quotation shall include all necessary supervision, management, labor, transportation, equipment, materials, shipping, any other direct incidentals costs, overhead and profit, unless the cost is expressly identified as a separately priced line item. Demonstrated Prior Experience. The Quoter shall submit a written submission, totaling no more than 5 pages, detailing their experience within the same magnitude of the statement of work. The Quoter shall demonstrate in the submission that it has experience providing services supporting the scope in remote location identified in the Statement of Work (SOW). (xvi) Question regarding this solicitation must be submitted in writing via e-mail to PORAOAcquisition@ihs.gov by 2 business days before closing. E-mail shall reference the solicitation number.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9d8c1ff9fcf24db4997f0099628a8aae/view)
- Place of Performance
- Address: Wellpinit, WA 99040, USA
- Zip Code: 99040
- Country: USA
- Zip Code: 99040
- Record
- SN07156288-F 20240807/240805230116 (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 |