Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2007 FBO #1952
SOLICITATION NOTICE

S -- Utilities and Housekeeping Services

Notice Date
3/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Contracting Business Unit Support Services/Supply and Revenue Branch (HDEC05), 1300 E Avenue, Building P-11200, Fort Lee, VA, 23801-1800, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HDEC05-07-T-0036
 
Response Due
4/6/2007
 
Description
A) This is a combined synopsis and solicitation for commercial items (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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. B) The solicitation number for this procurement is HDEC05-07-T-0036 and is issued as a Request for Quotation (RFQ). C) This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-15, DFARS Change Notice 2007-03-27, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. D) For information purposes the Standard Industrial Classification Code is 7218. The North American Industry Classification systems (NAICS) code is 812332. The Size standard is $13.0 million. This solicitation is UNRESTRICTED. All responsible sources may submit a quote which shall be considered. E) Contract Line Item Numbers (CLINS) ? Provide pricing in the following format: Location: Smokey Point Support Center Commissary Store, Bldg 900, 13900 45th Avenue NE, Marysville, WA 98271-7853; POC: Lucinda Ditmeyer, 425-304-3411 Ext. 32, lucinda.ditmeyer@deca.mil. Rental of Linen/Mats Base Year: April 15, 2007 thru March 31, 2008 0001AA SMOKEY POINT TOTAL $__________________ 0001AB Option Year 1: (1 Apr 08 ? 31 Mar 09) TOTAL $____________________ 0001AC Option Year 2: (1 Apr 09 ? 31 Mar 10) TOTAL $____________________ 0001AD Option Year 3: (1 Apr 10 ? 31 Mar 11) TOTAL $____________________ 0001AE Option Year 4: (1 Apr 11 ? 31 Mar 12) TOTAL $____________________ Location: Whidbey Island NAS Commissary Store, Bldg 2742, 2090 N. Coral Sea Avenue, Oak Harbor, WA 98278-4600; POC: Janis Mund, 360-257-3318, janis.mund@deca.mil. Rental of Linen/Mats Base Year: April 15, 2007 thru March 31, 2008 0002AA WHIDBEY ISLAND TOTAL $__________________ 0002AB Option Year 1: (1 Apr 08 ? 31 Mar 09) TOTAL $____________________ 0002AC Option Year 2: (1 Apr 09 ? 31 Mar 10) TOTAL $____________________ 0002AD Option Year 3: (1 Apr 10 ? 31 Mar 11) TOTAL $____________________ 0002AE Option Year 4: (1 Apr 11 ? 31 Mar 12) TOTAL $____________________ * There will be a base period of twelve months and four consecutive one-year (12-month) options. Provide pricing for each of the five years. In order to be considered for an award, complete pricing for all performance periods (i.e., base and option periods) on the Linen Listing Attachment sheet for each location the offeror chooses to submit a quote on. Offerors are not required to submit a quotation for both commissary locations. Multiple awards may be made. F) DESCRIPTION OF REQUIREMENTS: Contractor shall provide all supervision, personnel, equipment, transportation, tools, parts and other items and services necessary to perform rental and cleaning of items identified in the Linen Listing. Services will be performed in accordance with the terms and conditions specified in the Performance Work Statement which can be viewed along with the linen listing for each store location at https://i01hqits0web007.deca.mil/contract_division_solicitation.cfm. G) Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items applies to this acquisition along with the following Addendum: Addendum to FAR 52.212-1 Instruction to Offerors ? Commercial Items. Quotes from offerors shall contain the following information: RFQ NUMBER (see Paragraph B); TIME SPECIFIED FOR RECEIPT OF QUOTES (see Paragraph R); NAME, ADDRESS, TELEPHONE & FAX NUMBERS, Dun & Bradstreet (DUNS) number, E-MAIL (optional) OF OFFEROR; Provide a price for every item listed in rows 1 through 23. The quantity on some of the items is zero (0). A zero indicates that the commissary is not currently requiring that particular item, however, offerors are required to enter a unit price for every item on the list. After award, the prices entered for zero quantity items will be effective for any future additional requirements requested by the commissary. The zero quantity items will not be used in the evaluation process (however, un-balanced pricing will not be allowed). Provide a price for each performance period (base and all options) for a location. If your company charges an environmental fee, enter the weekly fee in row 24. If your company charges an energy surcharge during periods of high energy costs, enter the applicable percentage rate in row 27. The percentage rate will be applicable to the rental total for the week. In row 28, enter the percentage rate for the weekly lost/damage fee. The lost/damaged replacement fee will fund the replacement costs for items lost or damaged by commissary personnel. The rate will be applied to the total rental fee, excluding environmental fee and energy surcharge, if applicable. The fee will eliminate the need for billing for individual items and for reconciliation of lost/damaged items at the end of the contract. In row 30, enter the cost to attach one organization patch (provided by the Government) to one garment in the ?Miscellaneous Garment Preparation and Repair?. If the offeror does not charge for garment preparation, enter ?0?. The cost to attach one organization patch to one garment will be multiplied by the total number of upper body garments required for that location. If a price is not entered for lines 1-30 described above, it will be assumed the item or service will be provided without charge for that item. The resulting total dollar amount for each CLIN on the Linen Listing must be entered into the corresponding CLIN. The associated CLIN Number can be found at the top of the Linen Listing. EXTENSIONS IN PRICING WILL BE CORRECTED. ITEM UNIT COST LISTED IN THE LINEN LISTING WILL PREVAIL. Past Performance References: Submit at least 3 references that are most similar to the work of this solicitation that you have performed in the past three years (Provide the company name, point of contact, phone number, fax number and period of performance). The contractor is advised that the Government will contact the references provided; therefore, the references should be knowledgeable of the offeror?s performance on that contract. In order to be considered for award, offeror must provide a price for all contract line items. Award will be made to the lowest responsible offeror whose quote is the lowest in the aggregate for all line items. All elements of a line item must be completed in order for a quote to be considered for award. Quotation must include a signed STATEMENT specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and acknowledge all amendments to the solicitation (as applicable). The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. Facsimile Quotes WILL BE accepted at fax #: 804-734-8669. However it is highly recommended that fax transmissions be made and confirmed one working day prior to the date specified for receipt of Quotes in accordance with FAR Clause 52.212-1(f) ?Late Submissions.? All prospective awardees MUST BE CENTRAL CONTRACTOR REGISTERED (CCR) prior to receiving an award. If your firm has not registered yet, you are highly encouraged to do so NOW. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. H) EVALUATION/AWARD: 52.212-4501 IAW FAR 52.212-2, Evaluation-Commercial Items (Jan 1999) 52.212-4501 FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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. The following factors shall be used to evaluate offers: 1. Price 2. Past Performance I. Price: 1. Price will be evaluated by adding the total price for all Base Years Line Items to the total price for all options. 2. Labor rates should cover the required amounts as dictated by the Department of Labor Wage Determination. II. Past Performance will be evaluated based on the following sub-factors listed in descending order of importance: 1. Timeliness of Performance 2. Quality of Work 3. Business Relations The relative importance of the factors is: Price/price related factors are slightly more important than past performance. (b) Options (if included in the Schedule). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. I) Not applicable. J) QUOTERS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, QUOTER REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with Alternate I (Nov 2006)(as applicable) WITH THEIR QUOTE, which may be completed electronically at http://orca.bpn.gov. Quoters that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. All FAR & DFARS Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/. K) FAR Clauses 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition along with the following addendum: The following information is provided: I. CHANGES: Unilateral Modifications. The Government may issue unilateral written administrative modifications that do not affect the substantive rights of the parties. Examples of administrative modifications are corrections in the payment office address, changes to the accounting and appropriation data or addition of funds. Bilateral Modifications. Services may be added to or deleted from this contract at the option of the Government. Any change in service must be added to this contract prior to service being performed and will be accomplished by bilateral modification. Services performed outside the dates or scope of this contract will not be reimbursed by the Government. II. PAYMENT INFORMATION: [(Reference Paragraph (i)] a. The preferred method of payment for awards as a result of this Request for Quotation is the Government VISA credit card. Offeror must indicate if they accept credit card payments by completing the following: Contractor point of contact for credit card payment: NAME: __________________________________ TELEPHONE: ____________________________ FAX: ____________________________________ b. Payments will be made no more than once per month. The contractor must submit invoices to the paying office shown in block 18a of the SF 1449. If contractor accepts credit card payment, and upon receipt of the contractor?s invoice and signed receiving reports from the commissary, an authorized government credit card user will provide a Credit Card Payment Authorization Form (by FAX) to the point of contact named above. The contractor is permitted to charge ONLY the amount authorized on the Credit Card Payment Authorization. The contractor is not permitted, under any circumstances, to charge any amount other than the amount authorized on the Credit Card Payment Authorization. No advance or automatic payments are authorized. L) Not applicable. M) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEV) applies to this acquisition and the following clauses are hereby incorporated by reference: DFARS 252.204-7004 (ALT A) Required Central Contractor Registration; 252.204-7006 Billing Instructions; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.209-7004 Subcontracting w/Firms that are Owned or Controlled by the Government of a Terrorist Country; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 ALT II Transportation of Supplies by Sea-Alt II; 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; 252.243-7001 Pricing of Contract Modifications; FAR 52.203-3 Gratuities; FAR 52.203-6 ALT 1, Restrictions on Subcontractor Sales to the Government Alt 1; FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper; FAR 52.215-5 Facsimile Proposals; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; 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 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C.793); FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41 Service Contract Act of 1965, As Amended; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option); FAR 52.223-5 Pollution Prevention and Right-to-Know Information; FAR 52.223-10 Waste Reduction Program; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.228-5 Insurance Work on a Government Installation; FAR 52.232-17 Interest; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36 Payment by Third Party; FAR 52.237-1 Site Visit; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, FAR 52.242-13 Bankruptcy. N) Additional requirements: All Quotes shall be marked with the RFQ NUMBER (shown in paragraph B) and CLOSING DATE (shown in paragraph R). 52.204-4500 INSTALLATION ACCESS REQUIREMENTS (DEC 2001) The contractor is responsible for ensuring compliance with installation access procedures for both personnel and vehicles. 52.217-4501 FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRTACT (MARCH 2000) a. The Government may extend the term of this contract by written notice to the Contractor at least 30 days prior to expiration of the current contract period; provided that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 days 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 provision. c. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. 52.217-4505 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 prior to expiration of the contract performance period. 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, 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 ? For both locations Employee Class Monetary Wage-Fringe Benefits Labor Rate Assembler #15010 $15.53 Counter Att #15030 $15.53 Dry Cleaner #15040 $19.27 Finisher #15070 $15.53 Hand presser #15090 $15.53 Dry presser #15100 $15.53 Shirt presser #15130 $15.53 Wearing presser #15160 $15.53 Sewing op #15190 $20.51 Washer mach #15250 $16.78 Truck driver #31361 $20.51 52.222-4503 CONSOLIDATED WAGE DETERMINATION AND EQUIVALENT RATES FOR FEDERAL HIRES (SEP 1997) The DOL wage determinations required for this solicitation and any resulting contract are incorporated by reference with full force and effect as required by FAR 52.222-41, Service Contract Act of 1965, as Amended (for commercial items see FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, paragraph ?(1)). The applicable wage determinations are listed in the attached consolidated wage determination. If there is any discrepancy between the consolidated wage determination and the DOL wage determination, the DOL wage determination shall prevail. Complete copies of the DOL wage determinations are available from the issuing office. DOL-Wage Determination #05-2563 Rev (02) (WA, Smokey Point) Labor Category Labor Rate Assembler $ 9.36 Counter Att $ 9.36 Dry Cleaner $11.82 Finisher $ 9.36 Hand presser $ 6.62 Machine presser $ 9.36 Shirt presser $ 9.36 Wearing presser $ 9.36 Sewing op $12.64 Washer mach $10.18 Truck driver $14.22 DOL-Wage Determination #05-2561 Rev (02) (WA, Whidbey Island) Labor Category Labor Rate Assembler $ 9.01 Counter Att $ 9.01 Dry Cleaner $10.46 Finisher $ 9.01 Hand presser $ 9.01 Machine presser $ 9.01 Shirt presser $ 9.01 Wearing presser $ 9.01 Sewing op $11.19 Washer mach $ 9.48 Truck driver $14.27 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY RERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriation information with its quotation or offer. In addition, the full text of a solicitation provision may be accessed electronically at this/these address(es): BOTH FAR AND DFARS - www.farsite.hill.af.mil. THE FOLLOWING SOLICITATION PROVISIONS MUST BE READ IN FULL TEXT AT www.farsite.hill.af.mil: DFARS 252.212-7000 Offeror Representations and Certification Commercial Items, 252.212-7001 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.233-2 Service of Protest. ALL PROVISIONS ENDING WITH THE 4500 SERIES BELOW MUST ALSO BE REVIEWED AT: https://i01hqits0web007.deca.mil/contract_division_solicitation.cfm 52.204-4500 INSTALLATION ACCESS REQUIREMENTS ?DEC 2001?; 52.228-4500 LIABILITY TO THIRD PERSONS ?APR 1997?; 52.228-4501 VEHICLE OPERATION AND INSURANCE ?DEC 2001?; 52.228-4502 OTHER INSURANCE REQUIREMENTS ?OCT 1995?; 52.233-4500 INDEPENDENT REVIEW OF AGENCY PROTESTS ?APR 2004?; 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.farsite.hill.af.mil 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. O) Not applicable. P) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. Q) There are no numbered notes applicable to this solicitation. R) Quotes will be accepted at the DEFENSE COMMISSARY AGENCY, CONTRACTING BUSINESS UNIT / AMDS, 1300 E. AVENUE, FORT LEE, VA 23801-1800 and must be received NO LATER THAN 3:00 PM local time ON APRIL 06, 2007. S) The point of contact for this solicitation is Janice Moore, 804-734-8027, Contracting Officer, Melissa A. Rios, 804-734-8680.
 
Place of Performance
Address: Smokey Point and Whidbey Island, WA
Zip Code: 98271-7853
Country: UNITED STATES
 
Record
SN01263421-W 20070401/070330221457 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.