Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2010 FBO #3039
MODIFICATION

S -- Laundry Services

Notice Date
3/19/2010
 
Notice Type
Modification/Amendment
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135
 
ZIP Code
20135
 
Solicitation Number
HSFEMW-10-Q-0017
 
Archive Date
4/15/2010
 
Point of Contact
Deborah Foster, Phone: 5405422687
 
E-Mail Address
deborah.foster@dhs.gov
(deborah.foster@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Request for Quote (RFQ) #HSFEMW-10-Q-0017, is for the purchase of laundry services for the Federal Emergency Management Agency (FEMA) located at Mt. Weather, VA 20135-2006. The services include the tasks identified on the attached statement of work. A sample of government-owned items to be laundered and a laundry service inventory form is also attached. The Government estimates the average laundry pick-up is 80 lbs. per load, with approximately eight pick-ups a months (or an estimated 640 lbs. per month). At times, quantities or poundage could increase significantly. The Mt. Weather Emergency Operations Center is a controlled-access installation. Contractor e mployees proposed to pick up and return laundry require access to the MWEOC and therefore must receive a favorable record s check. The period of performance will be twelve months from date of award (anticipate award to be effective June 1, 2010) with four option-year periods. Awarded vendor will be reimbursed on a monthly basis. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 2005-38 (Amendments), effective 02/01/2010. This procurement is being issued as a small business set-aside. The NAICS code is 812320. It is anticipated that only one award will result from this solicitation via the issuance of a purchase order for commercial services. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The Government desires laundry services in accordance with the attached Statement of Work. BASIS OF AWARD: The Government will make award to the responsible/responsive offeror whose offer will be most advantageous to the Government based on lowest price/technically acceptable basis. The following criteria must be met in order to be technically acceptable: 1) offeror must demonstrate the ability to complete the pick-up/laundering process once a week or more if needed. 2) offer must demonstrate the ability to return laundered items in the same groupings as received. 3) offer must demonstrate the ability to provide commercially cleaned and pressed items. Price Proposal : COST: Offeror shall propose firm-fixed pricing to provide laundry services as outlined in this solicitation. Pricing should be broken down by item (as listed on the Sample of Items attachment. If the vendor has a pick-up and or delivery fee, that should also be included in the proposal. Pricing should be broken out by each twelve month period (i.e., Base year: June 2010 - May 2011, Option Year One: June 2011 - May 2012, etc.). Offerors shall provide the following price information as a part of their response: labor categories [of employees performing the work], and hourly rates. It is anticipated that the resulting award will be in accordance with the Service Contract Act ( http://www.wdol.gov/sca.aspx#0 ). Price proposals will be evaluated for price realism and reasonableness. Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their response [paragraph (1) if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov ; if the offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (b) through (k) of this provision]. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (NOTE: All referenced FAR provisions and clauses may be accessed electronically at http://www.arnet.gov/far.) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses apply: 52.203-6, 52.217-5, 52.217-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-54, 52.225-1, 52.225-13, and 52.232-33. Written responses to this RFQ must be received no later than 9:30 AM/EST, 03/31/2010 and shall be addressed to Federal Emergency Management Agency, Mt. Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006, ATTN: Debi Foster/Bldg. 772 or sent electronically to deborah.foster@dhs.gov (electronic is preferred). Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFEMW-10-Q-0017/listing.html)
 
Place of Performance
Address: 19844 Blue Ridge Mountain Road, Mt. Weather, Virginia, 20135-2006, United States
Zip Code: 20135-2006
 
Record
SN02097961-W 20100321/100319235501-50a562298dbe22906fcb8ca123f06d98 (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.