Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2018 FBO #6082
SOLICITATION NOTICE

S -- 932 Linen Supply Service - Statement of work

Notice Date
7/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812331 — Linen Supply
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street, Building 50, Scott AFB, Illinois, 62225-5037, United States
 
ZIP Code
62225-5037
 
Solicitation Number
FA4407-18-Q-2018
 
Archive Date
7/25/2018
 
Point of Contact
LaMarr Watson, Phone: 6182564159, Susan Szoke, Phone: 6182569270
 
E-Mail Address
lamarr.watson.2@us.af.mil, susan.szoke@us.af.mil
(lamarr.watson.2@us.af.mil, susan.szoke@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of work The 375th Contracting Squadron (LGCB2) at Scott AFB, IL is contemplating an award for a Linen Rental Service for a base period of 01 Sep 18 through 31 Aug 19 plus four (4) annual options. This is a commercial purchase using Federal Acquisition Regulation (FAR) Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. (ii) The solicitation reference number is FA4407-18-Q-2018 ; it is being issued as a Request for Quotation (RFQ). (iii) The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 05-99 effective 15 Jun & 16 Jul 2018, and the Defense Federal Acquisition Regulation Supplement DPN 20180629 Edition. (iv) This acquisition is being solicited as a 100% Small Business Set Aside Federal Business Opportunities webpage FedBizO pps under North American Industry Classification System (NAICS) code 312331; Linen Supply Service. The small business size standard is $32.5 million. The Product Service Code (PSC)/ Federal Supply Code (FSC) for this acquisition will be S209; Utilities: Laundry and Dry Cleaning Services. (v) Contract Line Item Number(s) CLINS: Item # Description Quantity Unit Unit Price Total Price 0001 Provide, clean and maintain Royal Blue Linen 20X20 napkins weekly 54,600 EA 0002 Provide, clean and maintain micro tech pro towels weekly 21,000 EA 0003 Provide, clean and maintain 4X6 gray mats bi-weekly 138 EA GRAND TOTAL PROVIDE PRICING FOR EACH CLIN WITH YOUR RESPONSE. (vi) Description of requirements: The Contractor shall provide all labor personnel, equipment, tools, materials, supervision, transportation, and other items and services necessary to perform a linen rental service. The Contractor shall furnish white and various colors of items in quantities as specified by the using activities. Contractor furnished linen shall conform to the generally accepted standards of quality or cleanliness, finish, and appearance. The complete Statement of Work (SOW) has been loaded as ATTACHMENT 1 in FedBizOpps. (vii) The Government desires FOB Destination, Scott AFB, IL. with the performance periods of 01 Sep 18 through 31 Aug 19, with four (4) annual options following. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017), applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. ADDENDA TO 52.212-1: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: **Complete each section that applies, for those that do not insert N/A ** 1. DUNS Number _________________________________________ 2. CAGE Code ___________________________________________ 3. Contractor Name ____________________________________________________________ 4. Payment Terms (net 30) or Discount ________________________________________________ 5. Delivery Date or Period of Performance: Base: 01 Sep 18 - 31 Aug 19, Option Yr 1: 01 Sep 19 - 31 Aug 20, Option Yr 2: 1 Sep 20 - 31 Aug 21, Option Yr 3: 1 Sep 21 - 31 Aug 22, Option Yr 4: 1 Sep 22 - 31 Aug 23. 6. Business Type (i.e. small, women-owned, SDVOSB, etc.)______________________________ 7. Point of Contact__________________________________________________________________ 8. Phone Number___________________________________________________________________ 9. Fax Number _____________________________________________________________________ 10. Email address_____________________________________________________________________ 11. FOB (destination or origin) ___________________________________________________________ 12. GSA number, if applicable to this requirement _________________________________________ (ix) The provision at 52.212-2, Evaluation-Commercial Items (Oct 2014), applies to this acquisition. •(a) 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. For this acquisition, the following factors shall be used to evaluate offers: Price, Technical Capability, and Past Performance. Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106-2. (End of Provision) (x) Offerors must include with their quote a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 2017), unless this information has been submitted electronically as part of its annual representations and certificates at https://www.sam.gov. As prescribed in 52.212-3, an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at https://www.sam.gov/. If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (p) of this provision. A copy of paragraphs (c) through (p) can be obtained at http://farsite.hill.af.mil/vffara.htm. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation 2013-O0019) (Nov 2017), applies to this acquisition. The following clauses are by reference: FAR 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) FAR 52.204-13, System for Award Management Maintenance (Oct 2016) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-28, Post-Award Small Business Program Representation (Jul 2013) FAR 52.222-3, Convict Labor (Jun 2003) FAR 52.222-19, Child Labor---Cooperation with Authorities and Remedies ( Jan 2018) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015) FAR 52.222-36, Equal Opportunity for Workers With Disabilities (Jul 2014) FAR 52.222-37, Employment Reports on Veterans (Feb 2016) FAR 52.222-41, Service Contract Labor Standards (May 2014) FAR 52.222-50 Combating Trafficking in Persons (Mar 2015) FAR 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) FAR 52.223-5 Pollution Prevention and Right-to-Know Information (May 2011) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-18, Availability of Funds (Apr 1984) FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Jul 2013) FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.233-3, Protest After Award (Aug 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) FAR 52.247-34, F.O.B. Destination (Nov 1991) DFARS 252.201-7000, Contracting Officer's Representative (Sep 1999) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.203-7995, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2017-O0001) (Nov 2016) DFARS 252.204-7004, Alt A, System for Award Management (Feb 2014) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016-O0001 (OCT 2016) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (May 2016) DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016) DFARS 252.223-7006 Prohibition on Storage, treatment, and disposal of Toxic or Hazardous Materials (Sep 2014) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7001, Buy American and Balance of Payments Program (Dec 2017) DFARS 252.225-7036, Buy American-Free Trade Agreements-Balance of Payment Program (Dec 2017) DFARS 252.225-7048, Export-Controlled Items (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023, Transportation of Supplies by Sea (Apr 2014) AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) AFFARS 5352.223-9001 Health and Safety on Government Installations (Nov 2012) AFFARS 5352.242-9000 Contractor Access to Air Force Installations (Nov 2012) The following clauses are full text: 5352.201-9101, Ombudsman (Jun 2016) OMBUDSMAN (Jun 2016) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Mr. Gregory S. Oneal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0184, fax (618) 256-6668, email: gregory.oneal @us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) FAR 52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days prior to expiration of the contract. (End of Clause) FAR 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years, 6 months. (End of Clause) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only It is not a Wage Determination Employee Class Monetary Wage - Fringe Benefits 15040 - Dry Cleaner $20.39 per hour Plus 36.25% est for fringes The following provisions are by reference: FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) FAR 52.204-7, System for Award Management (Oct 2016) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-17, Ownership or Control of Offeror (Jul 2016) FAR 52.204-20, Predecessor of Offeror (Jul 2016) FAR 52.204-22, Alternative Line Item Proposal (Jan 2017) FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations Representation (Nov2015) FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) FAR 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation (Dec 2016) FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Oct 2015) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.203-7994, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2017-O0001) (NOV 2016) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (DEVIATION 2016-O0001) (OCT 2016) DFARS 252.204-7011, Alternative Line Item Structure (Oct 2016) DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations (Mar 2018) The following provisions are full text: 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law­ Fiscal Year 2016 Appropriations. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2016 APPROPRIATIONS (DEVIATION 2016-O0002) (OCT 2015) (a) In accordance with sections 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY2016 funds the same restrictions as are contained in section 744 and 745 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [] is not [] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) (xiii) No additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) are necessary for this acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/375CS/FA4407-18-Q-2018/listing.html)
 
Place of Performance
Address: 201 E Winters St, Bldg. 50, Scott AFB, Illinois, 62225, United States
Zip Code: 62225
 
Record
SN04994643-W 20180719/180717230918-7c3c2bfff776008f0c6c2e193dfcb2fe (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.