Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
SOLICITATION NOTICE

S -- Maintenance Coverall Cleaning and Laundry Service for the WA ANG

Notice Date
6/5/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
 
ZIP Code
99011-9439
 
Solicitation Number
F6T2FM3152A001
 
Response Due
6/19/2013
 
Archive Date
8/4/2013
 
Point of Contact
Matthew Richard, 509-247-7223
 
E-Mail Address
141 ARW/MSC
(matthew.richard@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. Solicitation number F6T2FM3152A001 is issued as a Request for Quote (RFQ). This request for quote is due by Wednesday June 19th 2013, 12:00 AM Pacific Time. The RFQ will result in a firm fixed price contract. This is a 100% set aside for small business. The North American Industry Classification System (NAICS) code for this acquisition is 812332. Size standard is $14M. All Questions and quotes will be submitted to Matthew.Richard@us.af.mil. All questions must be electronically submitted and sent to the aforementioned individual 72 hours prior to bid closing. Winning vendor must be registered in SAM with an active CAGE and DUNS to receive contract award. Period of performance is 1 August 2013 TO 31 July 2014 WITH FOUR OPTION YEARS: 1 August 2014 TO 31 July 2015, 1 August 2015 TO 31 July 2016, 1 August 2016 TO 31 July 2017 AND 1 August 2017 TO 31 July 2018. The Government has the unilateral option to exercise options as needed each year. Contractor will be given 45 days notice of intent to exercise option period. Provide a quote clearly listing price per coverall to purchase and price per coverall cleaning on a weekly basis for the base year and option years. The Guaranteed minimum is 0 and will not exceed 100 coveralls per week with an estimated average being 35 uniforms per week. Individual coverall cost base year Individual coverall cost option year 1 Individual coverall cost option year 2 Individual coverall cost option year 3 Individual coverall cost option year 4 Prices will reflect current manpower requirement (70 average personnel) Base Year (ea.)Option Year 1 (ea.)Option Year 2 (ea.)Option Year 3 (ea.)Option Year 4 (ea.) Price Per Coverall Price for Cleaning Per Coverall Totals Total 5 year period quote: Applicable wage rate (WA 05-2565) applies for Spokane County, WA (WD 05-2565 (Rev.-12) was first posted on www.wdol.gov on 06/19/2012) All vendors will provide a Quality Assurance plan with quote. STATEMENT OF WORK Provide Cotton/Polyester blend standard blue (Color U.S. Navy shade 3329) long sleeve coveralls for an estimated 70 aircraft maintenance workers complete with name tapes on front of coveralls. Winning vendor will provide three (3) pairs of coveralls for each member (exact amount will be verified prior to contract award). Service would include pick-up, laundry, and return of cleaned coveralls within seven (7) calendar days following pick-up of soiled coveralls. Also required is pickup, laundry, and return within seven (7) calendar days of white cotton Fuel Handler coveralls (approx 20 per week) used by fuel cell workers that are soiled. Because of unique Technical Order requirements for fuel cell coveralls they are provided by the Washington Air National Guard through the Air Force Supply system at no cost to Service provider. Coveralls may be soiled with aircraft fuel, paint, solvents, oil and or grease. Service provider shall launder or otherwise clean coveralls in the best commercial fashion with residue and odors removed and non-cleanable spots being as minimal as possible by industry cleaning standards. The service provider shall launder the number of garments that are picked up at the designated drop off point each week and return the same number back to the drop off point the following week. The minimum per week would be 0 and the maximum per week would be 100 with an estimated average of 35 coveralls per week. The garments will be inventoried at pick up and drop off by a designated 141 MXG employee and a service provider employee to verify accurate quantities of cleaned garments are returned each week. The service provider shall weekly pick-up soiled laundry and deliver clean, folded laundry to designated point within 141 MXG based at 301 West Arnold St. Bldg 2050 Fairchild AFB WA 99011. Pick-up and delivery point will be a fenced area with a locker installed for clean, returned laundry, and the laundry service will provide laundry bags and holders for soiled laundry waiting for pick up and cleaning. The service provider may establish a weekly pick-up and delivery schedule to suit its own needs subject to 141 MXG approval, provided that the intervals between visits to the required locations are consistent, are no longer than seven calendar days, and that each visit occurs during normal business core hours. Core hours are 0800- 1500 Monday thru Friday. Winning vendor will assume all responsibility for documentation required at the gate for admission on base (registration, insurance etc.). Items with excessive oil or paint stains that cannot be removed, tears, or are damaged due to employee wear and tear will be funded for replacement by the WA ANG. Items badly faded or damaged due to laundering will be replaced by the laundry service. New hire/additional employees will be sized by vendor within 30 days, then given three (3) pairs of new coveralls and incorporated into the regular cleaning routine. Departing employees will keep all coveralls, but be taken off the regular cleaning routine. Sizes provided are for reference only. Vendor will verify sizes before coveralls are ordered and delivered. 44R - 454R - 546S - 3 46R - 1156R - 252L - 1 48R - 1650L - 1 50R - 14 54L - 1 52R - 356XL - 5 Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System for Award Management (SAM) at http://www.sam.gov, and Wide Area Work Flow (WAWF) at http://wawf.eb.mil. The following provisions and clauses are incorporated in this notice. FAR 52.204-99, System for Award Management; FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation -Commercial Items. Evaluation will be based on the following factors: Best Value Decision, price and other factors considered (capability of item offered to meet the government's needs); FAR 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I (Effective January 1, 2005, in accordance with FAC 2001-26, offerors are required to provide representations and certifications electronically via the BPN website http://www.bpn.gov); 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, incorporating the following: FAR 52.219-6 Notice of Small Business Set Aside FAR 52.219-21, Prohibition of Segregated Facilities FAR 52.219-28, Post-Award Small Business Program Rerepresentation FAR 52.222-3, Convict Labor FAR 52.222-19 Child Labor - Cooperation With Authorities and Remedies; FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans for the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.228-5, Insurance - Work on a Government Installation (when applicable) FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2, Clauses Incorporated By Reference DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.247-7023, Transportation of Supplies by Sea; Alternate III 52.217-8 -- Option to Extend Services. 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 _45 days_____ 52.217-9 -- Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the Contractor within _30 days____ provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _45__ days before the contract expires. The preliminary notice does not commit the Government to an extension. 52.232-19 -- Availability of Funds for the Next Fiscal Year. Funds are not presently available for performance under this contract beyond 31 July 2014. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 31 July 2014, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6T2FM3152A001/listing.html)
 
Place of Performance
Address: 141 ARW/MSC Washington Air National Guard Contracting Office Fairchild AFB WA
Zip Code: 99011-9439
 
Record
SN03080215-W 20130607/130606000455-ccd53a008c3722f7cbc41f3a34ac4891 (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.