Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2014 FBO #4694
MODIFICATION

S -- Linen - Laundry/dry clean for FSS: Base Lodging/Honor Guard - Amendment 1

Notice Date
9/29/2014
 
Notice Type
Modification/Amendment
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8201-14-R-Linen
 
Archive Date
10/24/2014
 
Point of Contact
John E. Ford, Phone: 8015867982, Debbie Hope, Phone: 8017776023
 
E-Mail Address
johnanthony.ford.1@us.af.mil, debbie.hope@us.af.mil
(johnanthony.ford.1@us.af.mil, debbie.hope@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This updated version of the PWS changes the POP to begin on 9 Oct 2014. *** Note: This solicitation has been modified to include: 1) An extension to the closing time of the RFP: New close time is 0900 MST on 9 October 2014. 2) Additional provisions relating to laundry & dry-cleaning specific items: 252.237-7012, Instruction to Offerors (Count-of-Articles) (DEC 1991) 252.237-7014, Loss or Damage (Count-of-Articles) (DEC 1991) 252.237-7016, Delivery Tickets (DEC 1991) 252.237-7018, Special Definitions of Government Property (DEC 1991) 3) A new alternate POC: Debbie.Hope@us.af.mil *** ---------------------------------------------------- Combined Synopsis/Solicitation (i) This is a combined synopsis/solicitation for the acquisition of commercial items/services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. (ii) Solicitation Number: FA8201-14-R-Linen This solicitation is issued as a request for Proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-71. (iv) Contracting Officer's Business Size Selection: Full & Open NAICS Code: 812320 Small Business Size Standard: $5.5M (v) CLIN 0001 - Hill AFB Lodging Linen Service: Lot 1: LAUNDRY SERVICE FOR SECURITY FORCES. Basic Year QTY: 12 Months (Refer to Appendix C of the PWS for estimated annual workload) (Not to Exceed $ amount will be determined at contract award) CLIN 0002 - Hill AFB Lodging Linen Service: Lot 2: DRY CLEANING FOR HONOR GUARD. Basic Year QTY: 12 Months (Refer to Appendix C of the PWS for estimated annual workload) (NTE $ TBD) CLIN 0003 - Hill AFB Lodging Linen Service: Lot 3: LAUNDRY SERVICES FOR BASE LODGING. Basic Year QTY: 12 Months (Refer to Appendix C of the PWS for estimated annual workload) (NTE $ TBD) CLIN 0101 - Hill AFB Lodging Linen Service: Lot 1: LAUNDRY SERVICE FOR SECURITY FORCES. Option Year 1 QTY: 12 Months (Refer to Appendix C of the PWS for estimated annual workload) (NTE $ TBD) CLIN 0102 - Hill AFB Lodging Linen Service: Lot 2: DRY CLEANING FOR HONOR GUARD. Option Year 1 QTY: 12 Months (Refer to Appendix C of the PWS for estimated annual workload) (NTE $ TBD) CLIN 0103 - Hill AFB Lodging Linen Service: Lot 3: LAUNDRY SERVICES FOR BASE LODGING. Option Year 1 QTY: 12 Months (Refer to Appendix C of the PWS for estimated annual workload) (NTE $ TBD) CLIN 0201 - Hill AFB Lodging Linen Service: Lot 1: LAUNDRY SERVICE FOR SECURITY FORCES Option Year 2 QTY: 12 Months (Refer to Appendix C of the PWS for estimated annual workload) (NTE $ TBD) CLIN 0202 - Hill AFB Lodging Linen Service: Lot 2: DRY CLEANING FOR HONOR GUARD. Option Year 2 QTY: 12 Months (Refer to Appendix C of the PWS for estimated annual workload) (NTE $ TBD) CLIN 0203 - Hill AFB Lodging Linen Service: Lot 3: LAUNDRY SERVICES FOR BASE LODGING. Option Year 2 QTY: 12 Months (Refer to Appendix C of the PWS for estimated annual workload) (NTE $ TBD) CLIN 0301 - Hill AFB Lodging Linen Service: Lot 1: LAUNDRY SERVICE FOR SECURITY FORCES. Option Year 3 QTY: 12 Months (Refer to Appendix C of the PWS for estimated annual workload) (NTE $ TBD) CLIN 0302 - Hill AFB Lodging Linen Service: Lot 2: DRY CLEANING FOR HONOR GUARD. Option Year 3 QTY: 12 Months (Refer to Appendix C of the PWS for estimated annual workload) (NTE $ TBD) CLIN 0303 - Hill AFB Lodging Linen Service: Lot 3: LAUNDRY SERVICES FOR BASE LODGING. Option Year 3 QTY: 12 Months (Refer to Appendix C of the PWS for estimated annual workload) (NTE $ TBD) CLIN 0401 - Hill AFB Lodging Linen Service: Lot 1: LAUNDRY SERVICE FOR SECURITY FORCES. Option Year 4 QTY: 12 Months (Refer to Appendix C of the PWS for estimated annual workload) (NTE $ TBD) CLIN 0402 - Hill AFB Lodging Linen Service: Lot 2: DRY CLEANING FOR HONOR GUARD. Option Year 4 QTY: 12 Months (Refer to Appendix C of the PWS for estimated annual workload) (NTE $ TBD) CLIN 0403 - Hill AFB Lodging Linen Service: Lot 3: LAUNDRY SERVICES FOR BASE LODGING. Option Year 4 QTY: 12 Months (Refer to Appendix C of the PWS for estimated annual workload) (NTE $ TBD) (vi) Description of item(s) to be acquired: The contractor shall provide all management, tools, supplies, equipment, and labor necessary to perform laundry & dry cleaning service for Linen Exchange at Hill AFB in accordance with (IAW) customary commercial practices & the Performance Work Statement (PWS). The contractor is responsible for pickup of soiled laundry and delivery of clean laundry. A small portion of this contract includes dry-cleaning for Honor Guard, anticipated at 5-8 uniforms per week. Pick-ups & delivery to occur on Mondays, Wednesdays, and Fridays between 8-10 AM. (Monday pick-ups shall be returned Wednesday; Wednesday pick-ups, returned Friday; Friday pick-ups returned Monday.) (vii) Dates and Place of Performance: Period/Place of performance is to be in accordance with (IAW) Appendix F of the attached PWS. The period of performance will be for one base year and four (4) one-year options and an option for a 6-month extension period All linen will be picked up at Hill AFB. The exact location will be disclosed after the award of the contract. (viii) The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 0900 MST, 9 October, 2014 via electronic mail to johnanthony.ford.1@us.af.mil. Quotations must include as a minimum: 1. The solicitation number 2. The time specified in the solicitation for receipt of offerors 3. The name, address, and telephone number of the offeror 4. A technical capability of service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. 5. Price and any discount terms; 6. Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. 7. The vendor's cage code (evidencing active registration on www.sam.gov) The government reserves the right to make award on the initial quote without discussions. (ix) 52.212-2: Evaluation -- Commercial Items Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. 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: (i) Price; a. Total Evaluated Price (TEP): Prices shall be proposed and a TEP will be calculated for evaluation purposes only. The TEP will be calculated based on the total price proposed for the basic year, all four one-year options and the six-month option to extend services. i. Offerors shall propose on Unit Prices, Extended Prices, Yearly Totals and Total Evaluated Price. ii. Unit Prices: Firm Fixed Price Unit Rates shall be proposed for all items listed in LOT I (CLIN 1: LAUNDRY SERVICE FOR SECURITY FORCES); LOT II (CLIN 2: DRY CLEANING FOR HONOR GUARD); and LOT III (CLIN 3: LAUNDRY SERVICES FOR BASE LODGING) in Appendix C of the PWS. iii. Extended Prices: The extended price for each Line Item shall be calculated by multiplying each Unit Price by its corresponding estimated quantity as identified in Appendix C of the PWS. (Offerors are reminded that estimated quantities are not to be considered as a guaranteed amount of articles to be laundered.) iv. Yearly Prices: Contractor shall use the same estimated amount of workload for calculation of the four option years. Yearly Prices are calculated by adding all Extended Prices for the year. The price for the six-month extension shall be half of the price of option year 4. v. Total Evaluated Price: The TEP shall be calculated as the sum of the offeror's proposed prices for the base year, four option years, and the six-month period covered by FAR clause 52.217-8, Option to Extend Services. All prices that comprise the TEP are contractually binding, and must be populated. (Offerors are reminded that the evaluation of options shall not obligate the Government to exercise the options.) (ii) Technical capability of the item/service offered to meet the Government requirement; The contract will be awarded to the company with lowest price, with satisfactory past performance, which fully meets all specifications/capabilities IAW the PWS and compliant with Section 2. of the PWS: SERVICES SUMMARY. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications in the PWS). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (iii) Past Performance No submittal is required from the contractor; the Government will conduct and evaluate contractor's past performance. Past performance evaluation will be performed on the lowest priced offeror. Evaluation will cease if the lowest priced proposal receives an "Acceptable" past performance rating. 1. Past Performance- (Acceptable/Unacceptable): The result of past performance evaluation is an assessment of the offeror's probability of meeting the minimum past performance solicitation requirements. This assessment is based on the offeror's record of relevant and recent past performance information that pertains to the services outlined in the solicitation requirements. The past performance factor will be evaluated on an acceptable/unacceptable basis and assigned one of the following ratings: a. Acceptable: Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable." b. Unacceptable: Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. 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. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. (xii) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEVIATION 2013-O0019) (Jan 2014), applies to this acquisition; and the following FAR clauses cited in the clause are applicable to the acquisition: (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) (xiii) Additional Contract Requirement or Terms and Conditions: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109- 282) (31 U.S.C. 6101 note). 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.219-14 Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). 52.222-3 Convict Labor (IAW FAR 22.202)(JUN 2003) 52.222-21 Prohibition of Segregated Facilities (IAW FAR 22.810(a)(1))(FEB 1999) 52.222-37 Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-41 Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). 52.222-99 Establishing a Minimum Wage for Contractors. (DEVIATION)(JUNE 2014) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O.13513). 52.232-18 Availability of Funds (April 1984) 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) (31 U.S.C.3332). 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 252.232-7006 Wide Area WorkFlow Payment Instructions (May 2013) 252.232-7007 Limitation of Government's Obligation (Apr 2014) 252.237-7012, Instruction to Offerors (Count-of-Articles) (DEC 1991) 252.237-7014, Loss or Damage (Count-of-Articles) (DEC 1991) 252.237-7016, Delivery Tickets (DEC 1991) 252.237-7018, Special Definitions of Government Property (DEC 1991) 5352.242-9000 Contractor Access to Air Force Installations (Nov 2012) Please see the list of attachments: 1) PWS 2) Wage Determination (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Proposal Submission Information: All questions or comments must be sent to 1Lt John Ford and Debbie Hope by email at johnanthony.ford.1@us.af.mill, and debbie.hope@us.af.mil NLT 1300 MST, 18 September 2014. Responses to questions will be posted NLT 1300 MST, 23 September 2014. Offers are due by 0900 MST, 9 October 2014 via electronic mail to johnanthony.ford.1@us.af.mil and debbie.hope@us.af.mil. (xvi) For additional information regarding the solicitation contact 1Lt John Ford at 801-586-7982 or Debbie Hope at 801-586-0396. Notice to Offerors: The Government intends to award a Firm Fixed Price contract for this requirement. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8201-14-R-Linen/listing.html)
 
Place of Performance
Address: Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN03535950-W 20141001/140930022559-9aa290d4d27a0b4ac77e1b98bea37afa (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.