Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2005 FBO #1440
SOLICITATION NOTICE

S -- Rental/Launder Shop Towels

Notice Date
11/3/2005
 
Notice Type
Solicitation Notice
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
 
ZIP Code
32212-0097
 
Solicitation Number
N68836-06-R-0005
 
Response Due
11/15/2005
 
Archive Date
1/17/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. This announcement constitutes the ONLY solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number N68836-06-R-0005 applies and is issued as a Request for Proposal. On behalf of Naval Air Station Jacksonville Florida, the Fleet & Industrial Supply Center, Jacksonville, Florida intends to procure on an unrestricted, single award basis, Rental and laundering of Shop Towels. The North American Industry Classification System (NAICS) code is 812332 and the business size standard is $12 million. A FIRM FIXED price IDC requirements contract for a base and 4 option years is contemplated. Only vendors registered in Central Contractor Registration (CCR) will be considered for award. See www.ccr.gov for more information. Offerors that download this combined synopsis from the web site must monitor the site for amendments. All responsible sources may submit a proposal, which shall be considered by the agency. Proposals shall be calculated in 40 week terms for base year and 52 weeks for remaining 4 option years. REQUIREMENT: Provide weekly delivery and pick up red shop towels to HAZMAT Building 102, Naval Air Station Jacksonville, Florida 32210. Period of Performance for base year to commence 01 December 2005 through 30 September 2006 with 4 subsequent option years. Est QTY UNIT 0001Towel service for Squadrons Period of Performance 01DEC05-30SEP06 0001AA Rented/Laundered towels640,000 ______ ______ 16,000 per wk x 40 0001AB Replacement towels per yr. 200 _______ ______ 0002 Towel service for NAS 0002AA Rented/Laundered towels 20,000 _______ ______ 3000 per wk x 40 0002AB Replacement towelsper yr. 100 _______ ______ 0003 Towel service for Squadrons Period of Performance 01OCT06-30SEP07 0003AA Rental/laundered towels 16,000 per wk x 52 832,000 _______ _______ 0003AB Replacement towels per yr 200 _______ _______ 0004 Towel service for NAS 0004AA Rental/Laundered towels 156,000 _______ _______ 3000 per wk x 52 0004AB Replacement towels per yr 100 _______ _______ 0005 Towel service for Squadrons Period of Performance 01OCT07-30SEP08 0005AA Rental/laundered towels 16,000 per wk x 52 832,000 _______ _______ 0005AB Replacement towels per yr 200 _______ _______ 0006 Towel service for NAS 0006AA Rental/Laundered towels 156,000 _______ _______ 3000 per wk x 52 0006AB Replacement towels per yr 100 _______ _______ 0007 Towel service for Squadrons Period of Performance 01OCT08-30SEP09 0007AA Rental/laundered towels 16,000 per wk x 52 832,000_______ _______ 0007AB Replacement towels per yr 200_______ _______ 0008 Towel service for NAS 0008AA Rental/Laundered towels 156,000 _______ _______ 3000 per wk x 52 0008AB Replacement towels per yr 100 _______ _______ 0009 Towel service for Squadrons Period of Performance 01DEC09-30NOV10 0009AA Rental/laundered towels 16,000 per wk x 52 832,000 _______ _______ 0009AB Replacement towels per yr 200 _______ _______ 0010 Towel service for NAS 0010AA Rental/Laundered towels 156,000 _______ _______ 3000 per wk x 52 0010AB Replacement towels per yr 100 _______ _______ PERFORMANCE WORK STATEMENT Provide Naval Station Jacksonville a weekly supply of shop towels. Shop towels shall be approximately 12 inch by 12 inch in size, made of 100% cotton and RED in color. Pickup towels contaminated with petroleum and solvent chemicals, launder, and deliver the laundered towels in bundles of 100 ea to the central collection and distribution point for all NAS activities: HAZMAT building 102. POC Suzanne Lee (904) 542-3129. Contractor and receiving activity liaison shall agree in writing the quantity of towels picked up and delivered by means of a contractor furnished form. A copy of shall be provided to the receiving activity. The contractor shall deliver towels without residue or holes. Unsatisfactory towels shall be rejected by the receiving activity. Contractor shall provide receiving activity monthly summaries of the quantity of towels picked up, delivered, and replaced through loss or damage. Contractor and receiving activity shall inventory and invoice separately CLIN 0001and associated sub CLINs and CLIN 0002 and associated sub CLINs. Receiving activity shall ensure separation. The contractor shall comply with all local, state and federal laws, rules and regulations regarding the services described herein. Contractor shall obtain access to Naval Station through Base Security Department Pass and ID Office located at main gate. The contractor shall meet all pre treatment requirements of the Publicly Owned Treatment Works (POTW). The plant shall meet the requirement of the National Pollutant Discharge Elimination System (NPDES) standards. The contractor shall comply with Department of Transportation?s requirements for the transportation of solid and hazardous waste including but not necessarily limited to labeling, placarding, preparation of manifests, and any other documents required by federal, state and local laws, rules and regulations. DELIVERY: Each CLIN and the associated sub CLINS shall be delivered to the receivingl activity in one lump sum to the ship to address specified, the MARKFOR address shall be included on the packaging. Delivery shall take place within 7 days after contract date. Partial shipments will not be accepted by the individual activities. Point of contact information for delivery location will be provided after award. ADDITIONAL INFORMATION: Vendors shall submit quotes F.O.B. Destination. Parties responding to this request for proposal may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certification-Commercial Items with their offer. Vendors electing to utilize this form shall ensure that all information requested is submitted with their quote. The following FAR clauses apply to this combined synopsis/solicitation and are incorporated by reference or full text: 52.204-7 Central Contractor Registration (OCT 2003); 52.211-16 Variation in Quantity; 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005); 52.212-2 Evaluation-Commercial Items (JAN 1999) evaluation will be based on pricing most advantageous to the government, technical and past performance known to Contracting Officer 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov .After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically. FAR 52.212-3, Offeror Representations and certifications for Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.222-41 Service Contract Act of 1965, as Ammended. Dept of Labor Wage Determination for area of performance shall be provided as an attachment to this solicitation. 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997), 757-443-1402. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); and 252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card (JUL 2002) INVOICING INSTRUCTIONS AND PAYMENT FOR SERVICES Invoices for services rendered under this Contract shall be submitted electronically through Wide Area Work Flow - Receipt and Acceptance (WAWF): The vendor shall self-register at the web site <https://wawf.eb.mil>. A separate invoice will be prepared for monthly or pay period. Do not combine the payment claims for services provided under this contract. Select the 2-in-1 Invoice within WAWF as the invoice type. The 2-in-1 Invoice prepares the Material Inspection and Receiving Report, DD Form 250, and invoice in one document. Back up documentation (such as timesheets, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. The following information regarding Naval Air Station Jacksonville is provided for completion of the invoice in WAWF: Issuing Office DODAAC: N68836 Admin DODAAC: N68836 Acceptor DODAAC: N00207 LPO DODAAC: N00207 Pay DODAAC: N68732 The contractor shall submit invoices for payment per contract terms. The Government shall process invoices for payment per contract terms. Closing Date: 1PM Eastern Standard Time (EST), 15Nov2005. Late proposals exempt. Via Mail: 3rd Floor Contracting CODE 240DB,110 Yorktown AVE, NAS JACKSONVILLE FLA 32212 Via E-Mail: dolores.butler@navy.mil Via Facsimile (904) 542-1098 It is the responsibility of the contractor to be familiar with the applicable clauses and provisions, which may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. ALL proposals shall include a completed copy of provisions at FAR 52.212-3, ALT I, and DFARS 252.212-7000 with their quote, specifying CAGE Code, DUNS #, TIN, and whether their firm is CCR registered. In accordance with Paragragh (b)(11) of FAR 52.212-1: PROPOSALS WHICH FAIL TO FURNISH REQUIRED REPRESENTATIONS OR INFORMATION, OR FAIL TO REFLECT THE TERMS AND CONDITIONS OF THE SOLICITATION MAY BE EXCLUDED FROM CONSIDERATION. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government price and other factors considered. The following factors shall be used to evaluate offers: 1) Technical (capability of the contractor to meet the government requirement), 2) Price and 3) Past Performance. Evaluation factors other than price, when combined are approximately equal to price. All responsible sources may submit a quote, which shall be considered by the agency. By submission of a quote, the contractor certifies compliance with the technical requirements provided in the solicitation. The offeror shall provide a part number and a brief description of the item. The Government reserves the right to eliminate from further consideration those quotes considered unacceptable and not capable of being made acceptable without rewrites or revisions. The Government will assess each offeror?s past performance. PAST PERFORMANCE information should be provided from at least 2 no more than 3 similar contracts on the form provided as an attachment to this combined synopsis/solicitation. The Government will verify past performance information by means of a Contractor Performance Evaluation Survey. This survey should be sent to the Contracting Office of the contracts you use for past performance information. Please ask them to have someone familiar with the contract complete the survey and submit it directly to the Fleet & Industrial Supply Center point of contact listed on the cover sheet.
 
Place of Performance
Address: Naval Air Station Jacksonville, Florida
Zip Code: 32212
Country: United Stated
 
Record
SN00926042-W 20051105/051103212308 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.