Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2016 FBO #5496
SOLICITATION NOTICE

S -- 30 MDG CLINICAL LAUNDRY - Performance Work Statement

Notice Date
12/8/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
F4D4A16333A002_30MDG_CLINICAL_LAUNDRY
 
Archive Date
1/3/2017
 
Point of Contact
Mary L. Avants, Phone: 8056062515, Coranella Matthews, Phone: 805-605-0490
 
E-Mail Address
mary.avants@us.af.mil, coranella.matthews@us.af.mil
(mary.avants@us.af.mil, coranella.matthews@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
30 CONS RFQ Template Clinical Laundry Services SCA Wage Determination 05-2063 Rev 17 dated 29 Dec 2015 Performance Work Statement dated 14 Nov 2016 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ). Submit written offers IAW CLIN structure outlined in announcement and the quote template sheet provided. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-92 (effective 18 Nov 2016) and DFARS DPN 20161104 (effective 04 Nov 2016). The North American Industrial Classification System (NAICS) code of 812320 and Size Standard of $5,500,000.00 apply to this procurement. This acquisition is being conducted as a 100% Small Business Set-Aside IAW FAR 19.502-2(a). Purchase Request #: F4D4A16333A002 Project Title: 30 MDG Clinical Laundry 1. Please see attached documents for detailed description of requirements. Attachment 1: Statement of Work Attachment 2: SCA Wage Determination Attachment 3: RFQ Template (required for submission of quote). 2. Quotes shall be valid through 19 March 2017. 3. Period of Performance: Base Year: 1 Jan 2017 - 31 Dec 2017 Option Year 1: 1 Jan 2018 - 31 Dec 2018 Option Year 2: 1 Jan 2019 - 31 Dec 2019 Option Year 3: 1 Jan 2020 - 31 Dec 2020 Option Year 4: 1 Jan 2021 - 31 Dec 2021 4. All questions or comments must be provided to the Contract Specialist (CS) in writing via email No Later Than (NLT) Tuesday, December 13, 2016 at 10:00 AM (PST). Telephone and other means of oral communication will not be permitted. 5. Quotes must be received by email to the Contract Specialist Mary Avants at mary.avants@us.af.mil and Cora Matthews at coranella.matthews@us.af.mil (NLT) 10:00 AM (PST) Monday, 19 December 2016. 6. Quotes should conform to the CLIN structure as established in the Quote Template. The contract will be a Firm Fixed Price. The following clauses are incorporated by reference in the final award: 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Labor Standards 52.222-50 Combat Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.223-5 Pollution Prevention and Right-To-Know Information 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.242-15 Stop-Work Order 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003)(Oct 2015) 252.204-7006 Billing Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items The following clauses are incorporated by full text in the final award: 52.212-5 (DEV) Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Deviation 2013-O0019) (Oct 2016) (ix): N/A 52.222-42 Statement of Equivalent Rates for Federal Hires Employee Class Monetary Wage - Fringe Benefits NA-5, Dry Cleaner $11.84 (36.25%) 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses 252.232-7006 Wide Area Workflow Instructions 5352.201-9101 Ombudsman (c): AFICA/KS SCO, 150 Vandenberg Street, Peterson AFB CO 80914, (P) 719-554- 5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations (b) If the state issued license is not REAL ID Act compliant, an alternate compliant form of government-issued photo identification is required. Additional information on REAL ID Act Compliant states/identification can be found at: https://www.dhs.gov/current-status- states-territories. (d) AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management 5352.242-9001 Common Access Cards (CACs) for Contractor Personnel The following clauses for purchase orders with options are incorporated by full text in the final award: 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract (a): 30/60 (c): 5 years The following clause for purchase orders with options is incorporated by reference in the final award: 52.232-18 Availability of Funds The following provisions are incorporated by reference in this solicitation: 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.212-1 Instructions to Offerors - Commercial Items 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A, System for Award Management 252.204-7011 Alternative Line Item Structure 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.222-7007 Representation Regarding Combating Trafficking in Persons 252.225-7001 Buy American Statute - Balance of Payments Program Certificate The following provisions are incorporated by full text in this solicitation: 52.212-2 Evaluation - Commercial Items (a): Price (b): On-site Inspection of vendor facility 52.212-3, Alt I Offerors Representations & Certifications - Commercial Items, Alternate I 52.252-1 Provisions Incorporated by Reference http://farsite.hill.af.mil/ 52.252-5 Authorized Deviations in Provisions 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law All potential offerors are reminded that compliance with FAR 52.204-7, System for Award Management, is mandatory. Lack of registration in SAM will make an offeror ineligible for contract award. All quotes should be valid for 90 days. Quotes must be sent to the attention of Mary Avants at mary.avants@us.af.mil and Cora Matthews at coranella.matthews@us.af.mil No Later Than 10:00 AM PST Monday, 19 December 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/F4D4A16333A002_30MDG_CLINICAL_LAUNDRY/listing.html)
 
Place of Performance
Address: Vandenberg AFB, California, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN04346403-W 20161210/161208233852-e6a16597f99842e5203b2d3727de2840 (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.