Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
SOLICITATION NOTICE

84 -- Laundry and Dry Cleaning Services - Package #1 - Package #2 - Package #3

Notice Date
11/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
F1Q3BN2115AK02Linen
 
Archive Date
1/3/2013
 
Point of Contact
SHARON D. M. FRASIER, Phone: 302 677-5218, Stephanie Smith, Phone: 302-677-5258
 
E-Mail Address
sharon.frasier.1@us.af.mil, stephanie.smith.19@us.af.mil
(sharon.frasier.1@us.af.mil, stephanie.smith.19@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1 - Performance Work Statement Attachment 3 - Wage Determination Attachment 2 - Bid Schedule This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. This is 100% set aside for a Small Business. The solicitation number is F1Q3BN2115AK02Linen and this solicitation is being issued as a Request for Quote. The Government intends to award a Firm-Fixed Price Contract. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-61 and Defense Acquisition Circular 20121116. The North American Industry Classification System Code (NAICS) 812332, size standard $35.5M. The contractor shall provide the following services: Laundry and Dry Cleaning Services in accordance with the attached Performance Work Statement (PWS). The requirement is for a Base Period with Four Options. The performance is as follows: Base Period: 1 January 2013 - 30 September 2013 Option Year One: 1 October 2013 - 30 September 2014 Option Year Two: 1 October 2014 - 30 September 2015 Option Year Three: 1 October 2015 - 30 September 2016 Option Year Four: 1 October 2016 - 30 September 2017 Attachment 1: Performance Work Statement (dated 21 June 2012) Attachment 2: Bid Schedule Attachment 3: Wage Determination The prices for the base period and four option years must be provided for CLINs 0001-4004 on the bid schedule. Contractors are encouraged to offer their most advantageous/best quote. The contractor shall submit their quote by 19 December, 4:00 p.m. (EST) to the contracting office by email in order to be considered. Quote is on an all or none basis and must be valid through 1 January 2013. All questions must be submitted by 30 November 2012 at 4:00 p.m. EST. The government will not accommodate any questions after 30 November 2012 at 4:00 p.m. EST. The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil in accordance with 52.252-1 and 52.252-2. The provisions at 52.212-1, Instruction to Offerors-Commercial Items. -52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers." Addenda to 52.212-1: Proposal Preparation Instructions A. To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. B. The Contracting Officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the Contracting Officer's opinion, adequate price competition exists no additional cost information will be requested. PART I - PROPOSAL Insert proposed unit and extended prices in the Bid Schedule. The extended amount must equal the whole dollar unit price multiplied by the quantity per month. The proposal(s) must be submitted for a Base Period plus Four (4) Option Years. PART II - TECHNICAL CAPABILITY The technical approach shall, at a minimum, be prepared in a format consistent with the evaluation criteria for award set forth in the addendum to FAR clause 52.212-2, of this solicitation. The Offeror shall provide sufficient detail to substantiate the validity of all stated assertions. To facilitate evaluation, the information contained in Part II should be specific, detailed, and clearly demonstrate that the Offeror has a thorough understanding of the requirement for the accomplishment of this offer. The Technical Proposal shall be a stand-alone document containing all information necessary for the Government to perform a complete technical evaluation. Offerors shall provide information within their technical proposal that covers paragraphs 1.1 Specific Functions on the PWS: a. Pick Up b. Delivery c. Packaging d. Unserviceable Articles e. Federal, State, and Local Health Requirements f. Non-Reimbursable Repairs g. Vehicle Interior and Containers h. Bundle Items i. Contaminated Laundry j. Stain Removal Treatment k. Fire Retardency Treatment The provision at 52.212-2, Evaluation - Commercial Items. The Government will award a Firm Fixed Price Contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: Lowest price technically acceptable (LPTA). The contractor shall be registered in the System for Award Management (SAM) database at https://www.sam.gov/ to include the provisions at 52.212-3, Alt I Representation and Certifications-Commercial Items. 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, IAW FAR 52.107(b). FAR 52.202-1, Definitions FAR 52.203-3, Gratuities FAR 52.203-6 ALT I, Restrictions on Subcontractor Sales to the Government FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.203-12, Limitations on Payments to Influence Certain Federal Transactions FAR 52.204-4, Printed or Copied Double-sided on Postconsumer Fiber Content Paper FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-99, System for Award Management Registration (DEVIATION) FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, suspended, or Proposed for Debarment 52.209-7 - Information Regarding Responsibility Matters (Feb 2012) (a) Definitions. As used in this provision- "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database via https://www.acquisition.gov (see 52.204-7). (End of provision) FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters FAR 52.211-16, Variation in Quantity Variation in Quantity (Apr 1984) (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: 25% Percent increase 25% Percent decrease This increase or decrease shall apply to the total contract quantity. FAR 52.212-3, Alt 1, Offerors Representation and Certifications-Commercial Items FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2011) FAR 52.217-5, Evaluation of Options 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 within 15 days. FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives 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 clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 4 years and 9 months. FAR 52.219-1, Small Business Program Representations FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-16, Liquidated Damages - subcontracting Plan FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-9, Small Business Subcontracting Plan FAR 52.219-14, Limitations on Subcontracting FAR 52.219-28, Post -Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) FAR 52.222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rates for Federal Hires 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 Employee Class Monetary Wage + Fringe Benefits 16040 Dry Cleaner WG-5 $19.47 + 36.25 % 16110 Presser, Machine, Dry-cleaning WG-2 $14.89 + 36.25 % 16250 Washer, Machine (Washman) WG-3 $16.41 + 36.25% 31361 Truck Driver, Light WG-6 $20.98 + 36.25% FAR 52.222-43, Fair Labor Standard Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) FAR 52.222-50, Combating Trafficking in Persons FAR 52.222-54, Employment Eligibility Verification FAR 52.223-5, Pollution Prevention and Right-to-Know Information FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification FAR 52.229-3, Federal, State, and Local Taxes FAR 52.228-5, Insurance -- Work on a Government Installation (Jan 1997) ADDENDUM to 52.228-5 -- Insurance -- Work on a Government Installation (Jan 1997) (a) Workers' compensation and employer's liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (See 28.305(c) for treatment of contracts subject to the Defense Base Act.) (b) General liability. 1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. 2) Property damage liability insurance shall be required only in special circumstances as determined by the agency. (c) Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. FAR 52.232-18, Availability of Funds FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-2, Service of Protest FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.237-3, Continuity of Services FAR 52.242-13, Bankruptcy FAR 52.242-15, Stop-Work Order FAR 52.233-1, Disputes 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/these address(es): http://farsite.hill.af.mil 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): http://farsite.hill.af.mil/vffara.htm (End of clause) 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 Regulation Supplement (48 CFR 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.209-7001, Disclosure of Ownership of Control by the Government of a Terrorist Country DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government DFARS 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Execute Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7031, Secondary Arab Boycott of Israel DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7023, Continuation of Essential Contractor Services CONTINUATION OF ESSENTIAL CONTRACTOR SERVICES (OCT 2010) (a) Definitions. As used in this clause- (1) "Essential contractor service" means a service provided by a firm or individual under contract to DoD to support mission-essential functions, such as support of vital systems, including ships owned, leased, or operated in support of military missions or roles at sea; associated support activities, including installation, garrison, and base support services; and similar services provided to foreign military sales customers under the Security Assistance Program. Services are essential if the effectiveness of defense systems or operations has the potential to be seriously impaired by the interruption of these services, as determined by the appropriate functional commander or civilian equivalent. (2) "Mission-essential functions" means those organizational activities that must be performed under all circumstances to achieve DoD component missions or responsibilities, as determined by the appropriate functional commander or civilian equivalent. Failure to perform or sustain these functions would significantly affect DoD's ability to provide vital services or exercise authority, direction, and control. (b) The Government has identified all or a portion of the contractor services performed under this contract as essential contractor services in support of mission essential functions. These services are listed in attachment 1, Mission-Essential Contractor Services, dated 21 June 2012. (c)(1) The Mission-Essential Contractor Services Plan submitted by the Contractor, is incorporated in this contract. (2) The Contractor shall maintain and update its plan as necessary. The Contractor shall provide all plan updates to the Contracting Officer for approval. (3) As directed by the Contracting Officer, the Contractor shall participate in training events, exercises, and drills associated with Government efforts to test the effectiveness of continuity of operations procedures and practices. (d)(1) Notwithstanding any other clause of this contract, the contractor shall be responsible to perform those services identified as essential contractor services during crisis situations (as directed by the Contracting Officer), in accordance with its Mission-Essential Contractor Services Plan. (2) In the event the Contractor anticipates not being able to perform any of the essential contractor services identified in accordance with paragraph (b) of this section during a crisis situation, the Contractor shall notify the Contracting Officer or other designated representative as expeditiously as possible and use its best efforts to cooperate with the Government in the Government's efforts to maintain the continuity of operations. (e) The Government reserves the right in such crisis situations to use Federal employees, military personnel or contract support from other contractors, or to enter into new contracts for essential contractor services. (f) Changes. The Contractor shall segregate and separately identify all costs incurred in continuing performance of essential services in a crisis situation. The Contractor shall notify the Contracting Officer of an increase or decrease in costs within ninety days after continued performance has been directed by the Contracting Officer, or within any additional period that the Contracting Officer approves in writing, but not later than the date of final payment under the contract. The Contractor's notice shall include the Contractor's proposal for an equitable adjustment and any data supporting the increase or decrease in the form prescribed by the Contracting Officer. The parties shall negotiate an equitable price adjustment to the contract price, delivery schedule, or both as soon as is practicable after receipt of the Contractor's proposal. (g) The Contractor shall include the substance of this clause, including this paragraph (g), in subcontracts for the essential services. DFARS 252.237-7024, Notice of Continuation of Essential Contractor Services DFARS 252.247-7022, Representation of Extent of Transportation by Sea DFARS 252.247-7023, Transportation of Supplies by Sea AFFARS 5352.242-9000, Contractor Access to Air Force Installations AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.201-9101, Ombudsman OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Mr. Gregg Oneal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0184, fax (618) 256-6668, email: gregg.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of Clause) Wide Area Workflow is the Department of the Air Force's mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil / http://www.wawftraining.com. Additional Information: POCs information: Sharon D. M. Frasier 436th Contracting SQ/LGCB 639 Atlantic Street Dover AFB, DE 19902-5639 (302) 677-5218 Voice (302) 677-2309 Fax sharon.frasier.1@us.af.mil Stephanie Smith 436th Contracting SQ/LGCB 639 Atlantic Street Dover AFB, DE 19902-5639 (302) 677- 5042 Voice (302) 677-2309 Fax stephanie.smith.19@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q3BN2115AK02Linen/listing.html)
 
Record
SN02934504-W 20121122/121120234447-0d620096225aa3b84841aa0393629cf4 (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.