Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
DOCUMENT

84 -- PRIOR VENDOR/ IGE SEND VIA EMAIL PORT HUDSON NC Uniform cleaning and rental POC: Ronald Stout, PSA Subject to availability of FY18 funding. Rental of Field Uniforms - Attachment

Notice Date
3/7/2018
 
Notice Type
Attachment
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
National Cemetery Administration;155 Van Gordon ST;Lakewood, CO 80228
 
ZIP Code
80228
 
Solicitation Number
36C78618Q0211
 
Response Due
3/28/2018
 
Archive Date
5/27/2018
 
Point of Contact
Geraldine Herrera
 
E-Mail Address
ine.herrera@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 7 Page 7 of 8 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C78618Q0211 Posted Date: 03/07/2018 Original Response Date: 03-28-208 Current Response Date: 03-28-2018 Classification Code: 84 Set Aside: Service Disabled Veteran Owned Small Business NAICS Code: 812332 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs National Cemetery Administration 155 Van Gordon Street Lakewood, CO 80228 DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-94. The associated North American Industrial Classification System (NAICS) code for this procurement is 812332, with a size standard of 38.5M. The National Cemetery Administration is seeking quotes from qualified and eligible Service Disabled Veteran Owned Small Business concerns capable of providing equipment, and all required chemicals, fertilizers and any other supplies in accordance with the Statement Of Work attached. ITEMS TO BE DELIVERED TO THE FOLLOWING ADDRESS: Louisiana National Cemetery 303 W Mount Pleasant Road Zachary, LA 70791 Ronald Stout Award shall be made to the quoter whose quotation offers the lowest-priced technically acceptable solution (LPTA). The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.212-1, Instructions to Offerors Commercial Items (April, 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (November 2013) FAR 52.225-18, Place of Manufacture FAR 52.233-2, Service of Protest VAAR 852.246-7, Guarantee VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated By Reference VAAR 852.252-70 includes the following provisions that must be completed by the offeror: FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.225-4, Buy American Act Free Trade Agreements Israeli Trade Act Certificate Alternate III (Nov 2012) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (September, 2013) The following clauses are included as addenda to FAR 52.212-4: FAR 52.202-1 Definitions FAR 52.203-3 Gratuities FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government FAR 52.203-12 Limitation of Payments to Influence Certain Federal Transactions FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper FAR 52.204-7, System For Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.247-34, F.O.B Destination FAR 52.252-2, Clauses Incorporated By Reference VAAR 852.203-70, Commercial Advertising VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852.246-71, Inspection FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (January, 2014) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b)(4), (b)(8), (b)(14)(ii), (b)(19), (b)(25), (b)(28 34), (b)(40), (b)(42), (b)(44)(iv), (b)(46), (b)(52) All quoters shall submit 1 (one) copy of their technical and price quote. This is an open-market combined synopsis/solicitation for products as defined herein.    The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than March 28, 2018, @2.00PM. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail. The Contracting Officer s address is: 155 Van Gordon Street Suite 520 Lakewood, CO 80228Here please state Administrate Contracting Officer (ACO) All quotations shall be sent to the Purchasing Agent via e-mail to Geraldine Herrera, 303-914-5703, Geraldine.herrera@va.gov B1. STATEMENT OF WORK / SPECIFICATION The Contractor shall provide all labor, supplies, materials, equipment, supervision and dry cleaning of uniforms for approximately two (2) personnel in the manner described below for the Louisiana National Cemetery Staff. All service shall be performed in accordance with the guidelines established by Federal, State and local ordinances and these specifications. The awarded contract shall cover a base period, and four (4) option years that allows the Government to unilaterally extend the contract period for 12 months each. Services shall include garment cleaning, as necessary. Uniforms to be provided by the National Cemetery Administration (NCA) Two administrative personnel shall receive shirts and pants (provided by NCA). Administrative uniforms will consist of White Dress Shirts and Gray Slacks for both men and women (women may substitute skirts). Polyester will not be accepted. Administrative uniforms will be clean and pressed and free from defects when picked up. Any uniform damage due to Contractor error or mishandling shall be replaced at Contractor s expense. Contractor will provide weekly dry cleaning and maintenance for Blue Blazers provided by the cemetery for (2) administrative personnel. Uniforms shall be picked up by cemetery staff Monday of each week between the hours of 8:00 a.m. and 4:00 p.m. local time. Any deviation to this day, due to holidays, weather, etc. shall be agreed to with the Contracting Officer's Representative (COR) with at least 24 hours advanced notice prior to arriving at the cemetery to perform work. The unit price is all-inclusive and covers a complete set of uniforms for each employee at a per week cost per employee. The Contractor and COR will certify the invoices to verify the number of garment services, including any replacements. Invoices shall reference the appropriate purchase order number. NCA agrees to pay the contractor for the actual number of uniforms serviced. NCA will not pay for uniforms that have not been cleaned, laundered, or pressed. Number of employees that require uniforms may increase or decrease at any time. If additional employees are added due to new hires or summer help, the cost per employee shall remain the same. Any changes shall be authorized and approved only through written correspondence from the Contracting Officer. National cemeteries are National shrines; Contractor personnel appearance and conduct shall be professional and unobtrusive at all times. Questions from cemetery visitors shall be politely referred or directed to cemetery personnel. (END OF WORK STATEMENT) PRICE SCHEDULE OF SERVICES: Base Year: October 1, 2017 or Date of award through September 30, 2018 CLIN No. Description: Uniform Services Est. Qty Frequency/Unit Unit Cost Est. Total Cost 0001 Field Uniform Shirts with name and cemetery patches (8 employees) Rental, cleaning, alteration, repairs 5 per employee WK $________ $___________ 0002 Field Uniform, Pants (8 employees) Rental, cleaning, alteration, repairs 5 per employee WK $________ $___________ 0007 Delivery Service Charge 1 WK $________ $___________ Total Estimated Cost: $___________ Option Period 1: October 1, 2018 through September 30, 2019 CLIN No. Description: Uniform Services Est. Qty Frequency/Unit Unit Cost Est. Total Cost 1001 Field Uniform Shirts with name and cemetery patches (8 employees) Rental, cleaning, alteration, repairs 5 per employee WK $________ $___________ 1002 Field Uniform, Pants (8 employees) Rental, cleaning, alteration, repairs 5 per employee WK $________ $___________ 1003 Delivery Service Charge 1 WK $________ $___________ Total Estimated Cost: $___________ Option Period 2: October 1, 2019 through September 30, 2020 CLIN No. Description: Uniform Services Est. Qty Frequency/Unit Unit Cost Est. Total Cost 2001 Field Uniform Shirts with name and cemetery patches (8 employees) Rental, cleaning, alteration, repairs 5 per employee WK $________ $___________ 2002 Field Uniform, Pants (8 employees) Rental, cleaning, alteration, repairs 5 per employee WK $________ $___________ 2003 Delivery Service Charge 1 WK $________ $___________ Total Estimated Cost: $___________ Option Period 3: October 1, 2020 through September 30, 2021 CLIN No. Description: Uniform Services Est. Qty Frequency/Unit Unit Cost Est. Total Cost 3001 Field Uniform Shirts with name and cemetery patches (8 employees) Rental, cleaning, alteration, repairs 5 per employee WK $________ $___________ 3002 Field Uniform, Pants (8 employees) Rental, cleaning, alteration, repairs 5 per employee WK $________ $___________ 3003 Delivery Service Charge 1 WK $________ $___________ Total Estimated Cost: $___________ Option Period 4: October 1, 2021 through September 30, 2022 CLIN No. Description: Uniform Services Est. Qty Frequency/Unit Unit Cost Est. Total Cost 4001 Field Uniform Shirts with name and cemetery patches (8 employees) Rental, cleaning, alteration, repairs 5 per employee WK $________ $___________ 4002 Field Uniform, Pants (8 employees) Rental, cleaning, alteration, repairs 5 per employee WK $________ $___________ 4003 Delivery Service Charge 1 WK $________ $___________ Total Estimated Cost: $___________. Page 8 of 8 A.2 PRICE SUMMARY TOTALS Total Cost Base Year date of award thru 9/30/18: $_______________________ Option Year 1 10/1/18 9/30/19: $ ______________________ Option Year 2 10/1/19 9/30/20: $ ______________________ Option Year 3 - 10/1/20 9/30/21: $ ______________________ Option Year 4 - 10/1/21 9/30/22: $ ______________________ Grand Total (Base + all Option Years): $ ______________________ NOTE: Contract Line Items Numbers (CLINs) and Associated Price. Offerors shall enter unit cost and total amounts for each CLIN as indicated in the schedule. In the event there is a difference between a unit price and the extended total amount, the unit price will be held to be the intended bid price and the total of the CLINs will be recomputed accordingly. Offerors shall enter the Total Cost for each year in the Summary Totals where indicated. Offeror shall calculate the Grand Total for all years and enter where indicated. Offeror is to understand the quantities stated in the attachments are estimates for pricing purposes only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q0211/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78618Q0211 36C78618Q0211.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4133159&FileName=36C78618Q0211-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4133159&FileName=36C78618Q0211-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: National Cemetery Administration;Louisiana National Cemetery;303 West Mount Pleasant Road;Zachary, LA
Zip Code: 70791
 
Record
SN04845971-W 20180309/180307231513-7529a6858394ed1793e337e8694c67ae (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.