Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
SOLICITATION NOTICE

S -- Launder Coveralls - Package #1 - Quote Sheet

Notice Date
3/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Army, National Guard Bureau, 104 MSG/MSC, MA ANG, BARNES ANG BASE, 175 FALCON DRIVE, WESTFIELD, Massachusetts, 01085-1385, United States
 
ZIP Code
01085-1385
 
Solicitation Number
W912SV-18-Q-5006
 
Point of Contact
Sarah A. Sinclair, Phone: 4135721549, Kyle Kiepke, Phone: 413-572-1593
 
E-Mail Address
sarah.a.sinclair.mil@mail.mil, kyle.d.kiepke.mil@mail.mil
(sarah.a.sinclair.mil@mail.mil, kyle.d.kiepke.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Quote Sheet Performance Work Statement (Coverall Laundry Services) 28 Feb 18 This is a combined synopsis/solicitation for commercial services 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. Solicitation number W912SV-18-Q-5006 is hereby issued as a Request for Quote (RFQ). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, 02 July 2015 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20150626. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This solicitation is 100% small business set aside and restricted to small businesses only in accordance with FAR 19.502-2(b). The North American Industry Classification System Code (NAICS) 812320; Small Business Standard is $5.5 Million. Description of Requirement (Products quoted must meet or exceed what is requested): Launder service to clean soiled coveralls, reference attached PWS dated 28 February 2018 The Massachusetts Air National Guard located at Barnes MAP, Westfield, MA is in need of: CLIN 0001: Launder Service (Base Year) – Pick up, wash, dry, fold, return coveralls CLIN 0002: Contracting Manpower Reporting (CMRA) (Base Year) CLIN 0003: Launder Service (Option 1) - Pick up, wash, dry, fold, return coveralls CLIN 0004: Contracting Manpower Reporting (CMRA) (Option Year 1) CLIN 0005: Launder Service (Option 2) - Pick up, wash, dry, fold, return coveralls CLIN 0006: Contracting Manpower Reporting (CMRA) (Option Year 2) CLIN 0007: Launder Service (Option 3) - Pick up, wash, dry, fold, return coveralls CLIN 0008: Contracting Manpower Reporting (CMRA) (Option Year 3) CLIN 0009: Launder Service (Option 4) - Pick up, wash, dry, fold, return coveralls CLIN 0010: Contracting Manpower Reporting (CMRA) (Option Year 4) Note: The Federal Government is exempt from sales tax, please do not include in quote A firm fixed price contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. Minimum essential characteristics must be met to qualify as technically acceptable. Payments shall be through the Government Purchase Card. Vendor must be able to accept the Government Purchase Card, Visa Card. Delivery/Performance Address: Barnes MAP, 175 Falcon Drive, Westfield, MA, 01085-1482. CMRA: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Department of Army Contractor Manpower Reporting Application (CMRA) via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at http://www.ecmra.mil/. Wage Determination: WAGE DETERMINATION WD 15-4096 (REV 7) may apply. Quote Information: Provide the following information with your quote: -Pricing of CLINS 0001 through 0010 to include total for all years Price per EA and total for the year. -Include the following on your quote Contractor Business Name: DUNS Number: Cage Code: Telephone quotes will not be accepted. Quotes must be submitted and received no later than 2:00 PM EST, 23 March 2018 via email to the contact information listed below. All questions shall be received electronically and must be received before 2:00 PM EST, 16 March 2018 Contact Information: Maj Sarah Sinclair; 413.572.1549, sarah.a.sinclair.mil@mail.mil or SMSgt Kyle Kiepke; 413.572.1593; kyle.d.kiepke.mil@mail.mil SAM Registration: Award will only be made to contractors who have registered with System for Award Management (SAM) with the NAICS code as identified above. Vendors may register at: http://www.sam.gov. Please contact the 104th Contracting Office if you require assistance at the number above. PROVISIONS AND CLAUSES: Clauses may be accessed electronically in full text through FAR: https://www.acquisition.gov/browsefar and the DFARS: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/. Contractors must be registered with SAM prior to contract award at: http://www.sam.gov. FAR clause 52.219-14 Limitations on Subcontracting (Jan 2017) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Applicability. This clause applies only to— (1) Contracts that have been set aside or reserved for small business concerns or 8(a) participants; (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) participants; and (3) Orders set aside for small business or 8(a) participants under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for Coverall Launder Service (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. (End of clause) FAR 52.204-7, System for Award Management Registration FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-16, Commercial and Government Entity Code Maintenance FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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, technically acceptability and delivery time of all items quote mark all or none quote mark is the evaluation criteria. This is a best value decision. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total Small Business Set-Aside FAR clause 52.219-14 Limitations on Subcontracting (Jan 2017) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Applicability. This clause applies only to— (1) Contracts that have been set aside or reserved for small business concerns or 8(a) participants; (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) participants; and (3) Orders set aside for small business or 8(a) participants under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for Coverall Launder Service (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. (End of clause) FAR 52.219-28, Post Award Small Business Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-15, Energy Efficiency in Energy-Consuming Products FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2, Clauses Incorporated by Reference - SEE https://www.acquisition.gov/browsefar DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III Submission of Invoices: Shall be electronic and to the POC, invoices shall be paid via Government Purchase Card, Visa Card, and billed monthly.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-2/W912SV-18-Q-5006/listing.html)
 
Place of Performance
Address: 175 Falcon Dr, Westfield, Massachusetts, 01085, United States
Zip Code: 01085
 
Record
SN04851109-W 20180314/180312231257-2fb7306cfde76c45e62644996dbc3f4e (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.