Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
MODIFICATION

S -- Dry Cleaning and Laundry Services

Notice Date
9/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
 
ZIP Code
92134-5000
 
Solicitation Number
N0025916T0212
 
Archive Date
10/10/2016
 
Point of Contact
Merlinda M Labaco, Phone: (619) 532-8122
 
E-Mail Address
merlinda.m.labaco.civ@mail.mil
(merlinda.m.labaco.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13, supplemented with additional information included in this notice. This announcement constitutes only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is N00259-16-T-0212. It is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. This is an unrestricted action. The North American Industry Classification System (NAICS) Code for this acquisition is 812320. The size standard is $5.5M. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses and provisions may be accessed in full text at http://acquisition.gov/far and www.acq.osd.mil. Dry cleaning and laundry services to the Chapel at the Naval Medical Center San Diego to be performed in accordance with the Statement of Work for the period of performance 01 October 2016 to 30 September 2017. Base Year plus 4 Option Years. To be billed monthly in arrears. CLIN 0001 Dry Cleaning and Laundry Services (Chapel) Base Year Quantity: 12 Months Period of Performance: 1 October 2016 to 30 September 2017 Annual Total Price: $___________ CLIN 1001 Dry Cleaning and Laundry Services (Chapel) Option Year 1 Quantity: 12 Months Period of Performance: 1 October 2017 to 30 September 2018 Annual Total Price: $___________ CLIN 2001 Dry Cleaning and Laundry Services (Chapel) Option Year 2 Quantity: 12 Months Period of Performance: 1 October 2018 to 30 September 2019 Annual Total Price: $___________ CLIN 3001 Dry Cleaning and Laundry Services (Chapel) Option Year 3 Quantity: 12 Months Period of Performance: 1 October 2019 to 30 September 2020 Annual Total Price: $___________ CLIN 4001 Dry Cleaning and Laundry Services (Chapel) Option Year 4 Quantity: 12 Months Period of Performance: 1 October 2020 to 30 September 2021 Annual Total Price: $___________ Descriptions Estimated Yearly Usage Price Altar Linen Laundering 48 EA 1 EA $_________ Purificator Laundering 700 EA 1 EA $_________ Corporal Laundering 100 EA 1 EA $_________ Finger Towel Laundering 700 EA 1 EA $_________ Vestments Dry Cleaning 24 EA 1 EA $_________ Albs Dry Cleaning 36 EA 1 EA $_________ Pall Laundering 36 EA 1 EA $_________ Stoles Dry Cleaning 32 EA 1 EA $_________ Lectern Banner Dry Cleaning 24 EA 1 EA $_________ Special Banner Dry Cleaning 4 EA 1 EA $_________ Altar Banner Dry Cleaning 24 EA 1 EA $_________ Delivery (every 2 weeks) 26 EA 1 EA $_________ NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) (a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://www.cnic.navy.mil/regions/cnrsw/installations/navbase_san_diego/om/force_protection/rapid_gate.html and popular links. For more information or to enroll in the NCACS Program call: 1.877.727.4342. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-88. This acquisition incorporates the following FAR clauses: 52.204-7 System for Award Management (JUL 2013) 52.204-13 System for Award Management Maintenance (JUL 2013) 52.212-1 Instruction to Offerors-Commercial Item (JUL 2013) 52.212-2 Evaluation - Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certification--Commercial Items (JUL 2013) 52.212-4 Contract Terms and Conditions--Commercial Items (JUL 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2013) 52.204-10 Reporting Executive Subcontract Awards (JUL 2013) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.233-3 Protest after Award (AUG 1996) (31 U.S.C. 3553) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub.L. 108-77, 108-78) 52.219-28 Post Award Small Business Program Representation (APR 2012) 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -Cooperation with Authorities and Remedies (MAR 2012) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g) 52.223-18 encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013) 52.217-5 Evaluation of Options (JUL 1990) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (SEP 2011) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (DEC 2015) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (DEV) (OCT 2015) 252.225-7000 Buy American Act-Balance of Payments Program Certificate (JAN 2009) 252.225-7001 Buy American and Balance of Payments Program (JUN 2012) 252.225-7002 Qualifying Country Sources As Subcontractors (DEC 2012) 252.225-7048 Export Controlled Items (JUN 2013) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) Quotations will be evaluated based on technical capability, past performance, and price. Technical capability and past performance when combined are more important than price. The Government will only consider firm fixed price quotations. Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications - Commercial Items (JUL 2013). The provision can also be submitted at https://www.sam.gov. Contractor must be registered to the System for Award Management (SAM) prior to award. A nine digit Data Universal Numbering Systems (DUNS) number provided by Dun and Bradstreet is required to register. The website address for SAM registration is https://sam.gov Electronic submission of Quotes: Quotations shall be submitted electronically by email to merlinda.m.labaco.civ@mail.mil. Email submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 25 September 2016, 10AM PST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025916T0212/listing.html)
 
Place of Performance
Address: Naval Medical Center San Diego, 34800 Bob Wilson Drive, San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN04273965-W 20160917/160916000152-fc0ad9e1888f997cc002cf79f7051b50 (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.