Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2007 FBO #1990
SOLICITATION NOTICE

S -- Rental and Cleaning of Mats

Notice Date
5/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Contracting Business Unit Support Services/Supply and Revenue Branch (HDEC05), 1300 E Avenue, Building P-11200, Fort Lee, VA, 23801-1800, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HDEC05-07-T-0042
 
Response Due
5/14/2007
 
Small Business Set-Aside
Total Small Business
 
Description
A) This is a combined synopsis and solicitation for commercial items (services) 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. B) The solicitation number for this procurement is HDEC05-07-T-0042 and is issued as a Request for Quotation (RFQ). C) This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-16, DFARS Change Notice 20070426, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. D) For information purposes the Standard Industrial Classification Code is 7218. The North American Industry Classification systems (NAICS) code is 812332. The Size standard is $13.0 million. This solicitation is UNRESTRICTED. E) Contract Line Item Numbers (CLINS) ? Provide pricing in the following format: Location: Defense Commissary Agency (DeCA) Headquarters, 1300 E Avenue, Fort Lee VA 23801-1800, POC: Waverly Williams, 804-734-8962, waverly.williams@deca.mil Mat Rental &Cleaning ? DeCA HQ 3? x 5? Floor Mats (2 each per week) 4? x 6? DeCA Logo Mats (2 each per week) 4? x 6? Floor Mats (5 each per week) Mat Color: Slate 0001AA Base Year: (1 Jun 07 ? 31 May 08) TOTAL $____________________ 0001AB Option Year 1: (1 Jun 08 ? 30 May 09) TOTAL $____________________ 0001AC Option Year 2: (1 Jun 09 ? 30 May 10) TOTAL $____________________ 0001AD Option Year 3: (1 Jun 10 ? 30 May 11) TOTAL $____________________ 0001AE Option Year 4: (1 Jun 11 ? 30 May 12) TOTAL $____________________ * There will be a base period of twelve months and four consecutive one-year (12-month) options. Provide pricing for each of the five years F) DESCRIPTION OF REQUIREMENTS: Contractor shall provide all supervision, personnel, equipment, transportation, tools, parts and other items and services necessary to perform rental and cleaning of items identified above. Services will be performed in accordance with the terms and conditions specified in the Statement of Work. G) Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items applies to this acquisition along with the following Addendum: Quotes from offerors shall contain the following information: (1) RFQ NUMBER (see Paragraph B); (2) TIME SPECIFIED FOR RECEIPT OF QUOTES (see Paragraph R); (3) NAME, ADDRESS, TELEPHONE & FAX NUMBERS, Dun & Bradstreet (DUNS) number, and E-MAIL OF OFFEROR. In order to be considered for award, offeror must provide a price for all contract line items. All elements of a line item must be completed in order for a quote to be considered for award. Quotation must include a signed STATEMENT specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and acknowledge all amendments to the solicitation (as applicable). Past Performance References: Submit at least 3 references that are most similar to the work of this solicitation that you have performed in the past three years. Provide the period of performance, company name, point of contact, phone number, fax number, and e-mail address if available. The contractor is advised that the Government will contact the references provided; therefore, the references should be knowledgeable of the offeror?s performance on that contract. DeCA reserves the right to consider any other past performance information available to the Contracting Officer. Facsimile Quotes WILL BE accepted at fax #: 804-734-8669. However it is highly recommended that fax transmissions be made and confirmed one working day prior to the date specified for receipt of Quotes in accordance with FAR Clause 52.212-1(f) ?Late Submissions.? All prospective awardees MUST BE CENTRAL CONTRACTOR REGISTERED (CCR) prior to receiving an award. If your firm has not registered yet, you are highly encouraged to do so NOW. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and/or are incorporated by reference. H) EVALUATION/AWARD: 52.212-4501 FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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 shall be used to evaluate offers: 1. Price 2. Past Performance 1. Price: Price will be evaluated by adding the total price for all Base Years Line Items to the total price for all options. 2. Past Performance will be evaluated based on the following sub-factors listed in descending order of importance: 1. Timeliness of Performance 2. Quality of Work 3. Business Relations Award will be made to the offeror whose quote represents the best value to the Government, price and past performance combined. (b) Options (if included in the Schedule). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. I) Not applicable. J) QUOTERS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, QUOTER REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with Alternate I (Nov 2006)(as applicable) WITH THEIR QUOTE, which may be completed electronically at http://orca.bpn.gov. Quoters that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. All FAR & DFARS Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/. K) FAR Clauses 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition along with the following addendum: The following information is provided: I. CHANGES: Unilateral Modifications. The Government may issue unilateral written administrative modifications that do not affect the substantive rights of the parties. Examples of administrative modifications are corrections in the payment office address, changes to the accounting and appropriation data or addition of funds. Bilateral Modifications. Services may be added to or deleted from this contract at the option of the Government. Any change in service must be added to this contract prior to service being performed and will be accomplished by bilateral modification. Services performed outside the dates or scope of this contract will not be reimbursed by the Government. II. PAYMENT INFORMATION: [(Reference Paragraph (i)] a. The preferred method of payment for awards as a result of this Request for Quotation is the Government VISA credit card. Offeror must indicate if they accept credit card payments by completing the following: Contractor point of contact for credit card payment: NAME: __________________________________ TELEPHONE: ____________________________ FAX: ____________________________________ b. Payments will be made no more than once per month. The contractor must submit invoices to the paying office shown in block 18a of the SF 1449. If contractor accepts credit card payment, and upon receipt of the contractor?s invoice and signed receiving reports from the commissary, an authorized government credit card user will provide a Credit Card Payment Authorization Form (by FAX) to the point of contact named above. The contractor is permitted to charge ONLY the amount authorized on the Credit Card Payment Authorization. The contractor is not permitted, under any circumstances, to charge any amount other than the amount authorized on the Credit Card Payment Authorization. No advance or automatic payments are authorized. L) Not applicable. M) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEV) applies to this acquisition and the following clauses are hereby incorporated by reference: DFARS 252.204-7004 (ALT A) Required Central Contractor Registration; 252.243-7001 Pricing of Contract Modifications; 252.247-7023 ALT III Transportation of Supplies by Sea-Alt III; FAR 52.204-7 Central Contractor Registration; FAR 52.215-5 Facsimile Proposals; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; 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 Handicapped Workers (29 U.S.C.793); FAR 52.222-41 Service Contract Act of 1965, As Amended; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option); FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36 Payment by Third Party; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. N) Additional requirements: All Quotes shall be marked with the RFQ NUMBER (shown in paragraph B) and CLOSING DATE (shown in paragraph R). 52.204-4500 INSTALLATION ACCESS REQUIREMENTS (DEC 2001) The contractor is responsible for ensuring compliance with installation access procedures for both personnel and vehicles. 52.217-4501 FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MARCH 2000) a. The Government may extend the term of this contract by written notice to the Contractor at least 30 days prior to expiration of the current contract period; provided that the Government shall give 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 shall be considered to include this option provision. c. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. 52.217-4505 FAR 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 shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor prior to expiration of the contract performance period. 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION ? For both locations Employee Class Monetary Wage-Fringe Benefits Labor Rate Assembler #16010 WG 2/2 $12.29 Counter Att #16030 WG 2/2 $12.29 Dry Cleaner #16040 WG 5/2 $16.59 Finisher #16070 WG 2/2 $12.29 Washer mach #16250 WG 3/2 $13.72 Truck driver #31321 WG6/2 $17.85 52.222-4503 CONSOLIDATED WAGE DETERMINATION AND EQUIVALENT RATES FOR FEDERAL HIRES (SEP 1997) The DOL wage determinations required for this solicitation and any resulting contract are incorporated by reference with full force and effect as required by FAR 52.222-41, Service Contract Act of 1965, as Amended (for commercial items see FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, paragraph (c)(1)). The applicable wage determinations are listed in the attached consolidated wage determination. If there is any discrepancy between the consolidated wage determination and the DOL wage determination, the DOL wage determination shall prevail. Complete copies of the DOL wage determinations are available from the issuing office. Wage Determination 2005-2407 (Rev 2) applies to this solicitation and may be obtained at www.wdol.gov (State: Virginia, County: Prince George). If you are unable to obtain the wage determination, please contact the point of contact listed in paragraph S below. 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 appropriation information with its quotation or offer. In addition, the full text of a solicitation provision (both FAR and DFARS) may be accessed electronically at: www.farsite.hill.af.mil. THE FOLLOWING SOLICITATION PROVISIONS MUST BE READ IN FULL TEXT AT www.farsite.hill.af.mil: 252.212-7001 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation). 52.228-4500 LIABILITY TO THIRD PERSONS (APR 1997) The contractor shall be responsible for and hold the Government harmless from all claims on the part of persons not a party to this contract for personal injury, death, and property loss or damage caused in whole or in part by the fault or negligence of the contractor, his officers, agents, or employees in the performance of work under this contract. 52.228-4501 VEHICLE OPERATION AND INSURANCE (DEC 2001) a. All private-owned and Contractor-owned vehicles shall be properly licensed, insured and safety inspected in accordance with applicable federal, state and local regulations. The following automotive liability coverage is required: (1) For Contractor-owned vehicles: Bodily injury $200,000 per person, $500,000 per occurrence; property damage $20,000 per occurrence. (2) For privately-owned vehicles: Bodily injury and property damage insurance meeting requirements of state in which vehicle is registered. b. Vehicles licensed or registered in a state which requires a mechanical safety inspection must display a valid inspection sticker. c. All vehicles operating at the installation are subject to the installation traffic code, copies of which are available in the office of the installation Provost Marshal. 52.228-4502 OTHER INSURANCE REQUIREMENTS (OCT 1995) The contractor shall procure and maintain during the entire period of performance under this contract the following minimum insurance and shall furnish a certificate upon request by the Contracting Officer: (1) Workmen's Compensation: As required by law of the State of Virginia (2) Employer's Liability: $100,000 (3) Comprehensive General Liability: $500,000 each occurrence. 52.233-4500 INDEPENDENT REVIEW OF AGENCY PROTESTS (APR 2004) Offerors/bidders may submit their agency protest directly to the contracting officer or request an independent review at a level above the contracting officer. The independent review is available as an alternative to consideration of the agency protest by the contracting officer. The independent review is not an appeal of the contracting officer's decision on an agency protest. Agency protests for consideration by the contracting officer must be submitted to the issuing office indicated on the face of the solicitation. Agency protests for consideration by a level above the contracting officer must be submitted to: Defense Commissary Agency ATTN: AM (Director, Contracting) 1300 E Avenue Fort Lee, Virginia 23801-1800 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): www.farsite.hill.af.mil 52.252-6 AUTHORIZED DEVIATIONS 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 Defense Federal Acquisition Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. O) Not applicable. P) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. Q) There are no numbered notes applicable to this solicitation. R) Quotes will be accepted at the DEFENSE COMMISSARY AGENCY, CONTRACTING BUSINESS UNIT / AMDS, 1300 E. AVENUE, FORT LEE, VA 23801-1800 and must be received NO LATER THAN 2:00 PM local time on May 14, 2007. S) The point of contact for this solicitation is Paula Bolster, 804-734-8612; Contracting Officer is Melissa A. Rios, 804-734-8680. STATEMENT OF WORK: MAT RENTAL/CLEANING/EXCHANGE SERVICES 1. GENERAL: The contractor shall furnish all plant facilities, labor, material and equipment to provide mat rental and cleaning services, to include pickup/delivery of items in such quantities as stated in the contract. 2. QUALITY: a. All mats supplied for this requirement must be heavy duty, indoor, and rubber backed. Mats shall be clean, dry, and free of stains, tears, frayed edges and/or holes. Mats that are stained, torn, frayed or have holes due to wear and tear shall be replaced at no additional charge. Mats must stay in place and remain flat and wrinkle/bunch free during normal use in an office building/lobby environment. b. Mats that do not meet these conditions shall be rejected by the Government. The contractor shall replace all rejected articles within 24 hours of the notice of rejection. Within 24 hours, the Contracting Officer?s Representative (COR) will record any unacceptable items delivered to the DeCA Headquarters. 3. PICK UP AND DELIVERY SCHEDULE: The contractor shall deliver and pick-up weekly on the day and time coordinated with the COR and indicated on the Contract Line Item Numbers (CLINs). Contractor personnel will comply with all sign in/ sign out procedures required by DeCA Headquarters and report to the COR. Should delivery/pick-up not be made on the designated day because the headquarters is closed due to inclement weather or holiday, delivery/pick-up shall be made on the next operating day (e.g., if the delivery day is Monday and Monday is a holiday, the delivery shall be made on Tuesday). Any changes in the established delivery schedule must be coordinated with the COR. 4. INSPECTION/ACCEPTANCE: The COR is responsible for ensuring contractor compliance with the statement or work. All mats will be inspected/accepted by COR and the Contractor upon delivery. The contractor shall not leave any mats without this joint inspection taking place. The contractor will not be paid for any unacceptable items delivered. 5. INVENTORY CONTROL: The COR and the contractor are responsible for maintaining individual inventory logs for all items picked up and delivered. 6. EMPLOYEE IDENTIFICATION: Contractor personnel must be recognizable as such while on the installation. Identifying nametags, badges, or uniform name patches with company name shall be worn by all employees in a conspicuous place on exterior clothing. 7. COMPLIANCE WITH ENVIRONMENTAL PROTECTION AGENCY (EPA) AND ASSOCIATED FEES: Under Executive Order 13101, the contractor shall comply with all applicable EPA guidelines and procedures during the performance of this contract. The contractor shall, without additional effort by or cost to the Government, maintain and acquire all permits in accordance with local, state, and federal regulations. The contractor is responsible for complying with local, state, and federal regulations concerning use, removal, transportation, handling, and disposal (off the installation) of hazardous waste items resulting from the performance of this contract. The Government will assume no liability or responsibility for the contractor?s compliance or noncompliance with such responsibilities. The contractor shall list all environmental fees as a separate item on the invoicing. ** Note: DeCA Seal for use on Logo Mats may be obtained by contacting the POC listed in paragraph S. above.
 
Place of Performance
Address: The Defense Commissary Agency (DeCA)Headquarters located on Fort Lee, VA
Zip Code: 23801-1800
Country: UNITED STATES
 
Record
SN01289251-W 20070509/070507221848 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.