Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2013 FBO #4247
SOLICITATION NOTICE

S -- Industrial Laundering of Shop Towels and Government Owned Clothing

Notice Date
7/9/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
USPFO for Wisconsin, 1 Williams Street, Camp Douglas, WI 54618-5002
 
ZIP Code
54618-5002
 
Solicitation Number
W912J2-13-T-0003
 
Response Due
7/29/2013
 
Archive Date
9/7/2013
 
Point of Contact
Lisa Braund, 608-427-7274
 
E-Mail Address
USPFO for Wisconsin
(lisa.braund@ng.army.mil)
 
Small Business Set-Aside
N/A
 
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 solicitation is being issued as a Request for Quotation (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. This solicitation number W912J2-13-T-0003 is for the Wisconsin Army National Guard (WIARNG). The USPFO of Wisconsin intends to award an IDIQ Firm-Fixed Price contract with four option years. This request is due by 29 July, 8:00 a.m. (Central Standard Time). This solicitation is unrestricted. The North American Industry Classification System (NAICS) code for this acquisition is 812332 - Industrial Launderers. The small business size standard for 812332 is $35.5 million in average annual receipts. Instructions to Offerors 1. All questions shall be in writing. Questions may be emailed at lisa.m.braund.mil@mail.mil Questions must be submitted No Later than 17 July 2013. A questions and answers document will be posted to this site for all interested contractors to view after 17 July 2013. 2. Provide three references for past performance of industrial laundering. Provide their name, address and telephone number. These references must be relevant to this solicitation. 3. All quotes are due no later than 29 July, 8:00 a.m. Central Standard Time. Quotes may be emailed to Lisa Braund at lisa.m.braund.mil@mail.mil It is your responsibility to make sure your quote is received. Basis For Award: Award shall be made to a single offeror. 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, based on past performance and price. Price and past performance, when combined are approximately equal. The Government has the right to use Government contracts that the vender has previously won as their past performance rating. Past Performance: The Contractor has to have met the requirements of industrial laundering in a satisfactory manner. If have any military experience please list them. Price: The price should be fair and reasonable. The contractor should as part of the quote have all costs explain in their quote. Proposals will be evaluated on Best Value to the Government Include all costs in your quotes. A quote which does not have the price break down and that does not includes all costs the Government shall consider the quote non-responsive. SAM Registration: Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in SAM, they may do so through the SAM website at http://www.sam.gov Payment shall be paid thru the Wide Area Workflow (WAWF) System. All payments are net 30 days. All Offerors must accept this as payment. The wide WAWF website is https://wawf.eb.mil/. Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items (OCT 2010) with its offer. Please see the attached Performance Work Statement for details in the Additional Documentation link below. The service will be 14 sites around the State of Wisconsin. See the Performance Work Statement for locations. All locations and amount of rags are an estimate. It is subject to change. You are not guaranteed all Sites and quantity of rags. Provide quotes for base year and the four option years in the following format: Base Year CLIN 0001: Shop towel rental and weekly cleaning for one year CLIN 0002: Fender Cover rental and weekly cleaning for one year CLIN 0003: Uniform cleaning for one year CLIN 0004: Coverall cleaning for one year CLIN 0005: Apron cleaning for one year CLIN 0006: Smock cleaning for one year CLIN 0007: Lost Items-in the event items are lost/ damaged provide cost to replace individual items, (CLINS 0003-0006) Option Year One CLIN 1001: Shop towel rental and weekly cleaning for the first option year CLIN 1002: Fender Cover rental and weekly cleaning for the first option year CLIN 1003: Uniform cleaning for the first option year CLIN 1004: Coverall cleaning for the first option year CLIN 1005: Apron cleaning for the first option year CLIN 1006: Smock cleaning for the first option year CLIN 1007: Lost Items-in the event items are lost/ damaged provide cost to replace individual items, (CLINS 1001-1005) Option Year Two CLIN 2001: Shop towel rental and weekly cleaning for the second option year CLIN 2002: Fender Cover rental and weekly cleaning for the second option year CLIN 2003: Uniform cleaning for the second option year CLIN 2004: Coverall cleaning for the second option year CLIN 2005: Apron cleaning for the second option year CLIN 2006: Smock cleaning for the second option year CLIN 2007: Lost Items-in the event items are lost/ damaged provide cost to replace individual items, (CLINS 1001-1005) Option Year Three CLIN 3001: Shop towel rental and weekly cleaning for the third option year CLIN 3002: Fender Cover rental and weekly cleaning for the third option year CLIN 3003: Uniform cleaning for the third option year CLIN 3004: Coverall cleaning for the third option year CLIN 3005: Apron cleaning for the third option year CLIN 3006: Smock cleaning for the third option year CLIN 3007: Lost Items-in the event items are lost/ damaged provide cost to replace individual items, (CLINS 1001-1005) Option Year Four CLIN 4001: Shop towel rental and weekly cleaning for the fourth option year CLIN 4002: Fender Cover rental and weekly cleaning for the fourth option year CLIN 4003: Uniform cleaning for the fourth option year CLIN 4004: Coverall cleaning for the fourth option year CLIN 4005: Apron cleaning for the fourth option year CLIN 4006: Smock cleaning for the fourth option year CLIN 4007: Lost Items-in the event items are lost/ damaged provide cost to replace individual items, (CLINS 1001-1005) The following provisions are included in this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items; 52.212-3, Offerors Representations and Certifications (OCT 2010): The following clauses apply to this acquisition: FAR 52.204-99, System for Award Management (SAM) Registration; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-18, Availability of Funds; FAR 52.232-33, Payment by Electronic 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; DFAR 252.223-7006, Prohibition on Storgae and Disposal of Toxic and Hazardous Materials; FAR 52.252-2, Clauses Incorporated by Reference; DFAR 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFAR 252.204-7004, Alternate A; DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFAR 252.232-7010, Levies on Contract Payments; DFAR 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFAR 252.247-7023 ALT III, Transportation of Supplies by Sea; FAR 52.222-3, Convict Labor; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items; FAR 52.222-26, Equal Opportunity; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.222-36, Affirmative Action for Workers with Disabilities; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; DFAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; Provisions and Clauses in full text for this synopsis/solicitation can be found at http://farsite.hilll.at.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-13-T-0003/listing.html)
 
Place of Performance
Address: USPFO for Wisconsin 1 Williams Street, Camp Douglas WI
Zip Code: 54618-5002
 
Record
SN03111427-W 20130711/130709235538-ddcbbb3840b96fd98466f847703e492a (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.