Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2006 FBO #1760
SOLICITATION NOTICE

W -- Lease uniforms, Laundry and delivery

Notice Date
9/19/2006
 
Notice Type
Solicitation Notice
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
N00189-06-T-0525
 
Response Due
9/21/2006
 
Archive Date
10/6/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposal as being requested and a written solicitation will not be issued. RFQ N00189-06-T-0525 is issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. The Government intends to issue a sole source contract to Cintas Corporation for the procurement of leasing uniforms, laundering services and weekly delivery of 15 set of uniforms for each of the 13 employees. A set will consist of 1 pair of pants, 1 shirt, 2 pairs of coveralls, and 2 work jackets. The contractor shall provide uniforms in sizes that range from small short to 10XL. The contractor shall be able to provide larger sizes under special requests at no additional cost for size changes and upgrades. The contractor shall be able to track the uniforms from the pick up point for cleaning to the delivery point. The uniforms shall be picked up from and delivered to The Norfolk Naval Shipyard (Industrial Waste Water Treatment Plant, Bldg. 1485. Uniforms: The vendor shall provide Proknit NG shirts (Item #259), 100T fortrel polyester, set-in sleeves, taped neck bands, three button placket, and rib net cuff. The contractor shall provide Comfort pants (Item #865), cotton polyester blend with a relaxed fit, brushed cotton surface, stress point bartacks, reinforced seams with rear darts. The contractor shall provide Perma-lined work jackets (Item #677), cotton polyester blend with angled side pockets and ribbedprovide coveralls (Item #912), 7.5 ounce polyster cotton twill, with expandable action back, two-way zipper front closure, top gripper snap, pass-through side pockets and chest pockets. Services: The contractor shall provide weekly laundry service, 24 hours turn around service; weekly pick-up for all of the uniforms. The contractor shall deliver 15 uniform sets for 7 people to Craney Island Naval Fuel Depot, Oily Waste Water Treatment Plant, Bldg CI-294, 4501 Cedar Lane, Portsmouth, VA 23703. The contractor shall deliver 15 uniform set for 6 people to Norfolk Naval Shipyard, Industrial Waste Water Treatment Plant, Bldg. 1485 (located inside the controlled industrial area) Portsmouth, VA 23707. The driver for the motor carrier delivering the uniforms is required to furnish an original copy of his birth certificate along with his drivers license and CDL at the Norfolk Naval Shipyard pass office for entry into the Norfolk Naval Shipyard (NNSY). This is not an option. The motor carrier?s vehicle and contents will be required to undergo a security inspection prior to entry onto NNSY government property. This requirement shall be procured in accordance with Simplified Acquisition procedures. The NAICS code is 812320. Services shall start 27 September 2006 through 26 September 2006, and the resulting contract will consist of one base year with 4 option years. In accordance with FAR 52.212-2, All quotes will be evaluated based on the lowest price. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2004), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2004) ALTERNATE I (APR 2002), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003), FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2004) within this clause, the following clauses apply and are incorporated by reference: 52.222-19 Child Labor?Cooperation with Authorities and Remedies (JAN 2004)(E.O. 13126), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002) (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases (OCT 2003) (E.O.S, proclamations, and statutes administered by Office of Foreign Assets Control of the Department of Treasury), 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003) (31 U.S.C. 3322), FAR 252.232-7003 Electronic Submission Of Payment Requests (DEC 2003), FAR 52.215-5 Facsimile Proposals (OCT 1997). The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of DFAR 252.204-7004, which will be in full text. DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2003) within this clause the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003) (41 U.S.C. 10a-10d, E.O. 10582), 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003), DFAR 252.204-7004, (NOV 2001), Required Central Contractor Registration, (a) Definitions. As used in this clause (1) Central Contractor Registration (CCR) database means the primary DOD repository for contractor information required for the conduct of business with DOD. (2) Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) Data Universal Numbering System +4 (Duns+4) number, means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4-digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) Registered in the CCR database, means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States (2) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database (3) Lack of registration in the CCR database will make an offeror ineligible for award. (4) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government?s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http: //www.bpn.gov/. At a minimum, responsible sources should provide this office: a price proposal on letterhead /or a SF1449. Either a price proposal on letterhead, or a SF1449 should show the requested item, with its unit price, extended price, Total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, Cage code. Responses to this solicitation are due by 21 September 2006, at 16:30, or 4:30 P.M. Offers can be emailed to fannie.richardson@navy.mil or fax to (757) 443-1424. Number Notes 22 applies.
 
Record
SN01148482-W 20060921/060919221449 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.