SOLICITATION NOTICE
S -- Laundry Services at Camp Shelby, MS
- Notice Date
- 5/18/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812320
— Drycleaning and Laundry Services (except Coin-Operated)
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- F2XJA21096AK01-Laundry
- Archive Date
- 6/4/2011
- Point of Contact
- Kevin F. Bowers, Phone: 334-953-6242, Kimberly A Knott, Phone: 334-953-3518
- E-Mail Address
-
kevin.bowers@maxwell.af.mil, kimberly.knott@maxwell.af.mil
(kevin.bowers@maxwell.af.mil, kimberly.knott@maxwell.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement for laundry services as described in the Schedule of Supplies/Services. This is a streamlined 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 notice. A written solicitation will not be issued. This requirement is issued as a request for quote (Reference-Number F2XJA21096AK01). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-51 (2 May 2011) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20110511 and AFAC 2011-0421. It is the contractor's responsibility to become familiar with applicable clauses and provisions. A Firm Fixed Priced Award will be made in accordance with the following Schedule of Supplies: NAICS Code: 812320; size standard: $5M. IMPORTANT NOTE: THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. NATURE OF ACQUISITON: Holm Center has a requirement for laundry services at Camp Shelby, MS. The Schedule of Supplies/Services provides all items and quantities required. This procurement will be awarded under Simplified Acquisition Procedures as a small business set-aside. This is an all or nothing award, no split awards will be made. An award will be made to a company that is within a 60-75 mile radius of Camp Shelby, MS. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for laundry services: CLIN 0001: Laundry Service for Cadet uniforms and undergarments while at Camp Shelby, MS. 1.) Cadets will place ABU'BDU's and underclothes (in a mesh bag) into a green laundry bag. 2.) Uniforms will be washed, folded and placed back into the green laundry bag, returned within two days as stated in the dates below. 3.) AFROTC will provide a location for cleaners to pick up and drop off the laundry. Unit of issue is pound and this is for a dry weight, not a wet weight. Dates that laundry service are needed are as follows: 29 May 2011 to 4 August 11. The breakout is as per the Performance Work Statement. CLIN 0002: Laundry service for comforters at Camp Shelby, MS. AFROTC will provide location for cleaners to pick up and drop off the laundry. Unit of issue is "each." Dates that laundry service are needed are as follows: June 3, 17, July 1, 15 and 29. Service shall be performed in accordance with the Performance Work Statement. BDU type items: Pick Up: Deliver: 29 May 11 31 May 11 1 June 11 3 June 11 4 June 11 6 June 11 7 June 11 9 June 11 12 June 11 14 June 11 15 June 11 17 June 11 18 June 11 20 June 11 21 June 11 23 June 11 26 June 11 28 June 11 29 June 11 1 July 11 2 July 11 4 July 11 5 July 11 7 July 11 10 July 11 12 July 11 13 July 11 15 July 11 16 July 11 18 July 11 19 July 11 21 July 11 24 July 11 26 July 11 27 July 11 29 July 11 30 July 11 1 Aug 11 2 Aug 11 4 Aug 11 Comforters: Pick Up: Deliver: 3 June 11 5 June 11 17 June 11 19 June 11 1 July 11 3 July 11 15 July 11 17 July 11 29 July 11 31 July 11 QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with the following instructions. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a. The offeror must accede to all solicitation requirements, including technical, and the terms and conditions by submitting the following statement with your response to this solicitation: "I accede to all of the requirements of this synopsis/solicitation, including specifications (CLINs 0001 - 0002), and terms and conditions." b. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items. c. Offerors must provide a unit price and extended price for all items referenced in the "SCHEDULE OF SUPPLIES/SERVICES". d. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the Wide Area Workflow database, details of which are listed at the end of this solicitation, and the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. BASIS FOR AWARD 52.212-2 - Addendum: Award will be based on Lowest Price Technically Acceptable. The offeror by acceding to all of the requirements of this synopsis/solicitation, including specifications (CLINs 0001 - 0002), location, dates of pickup and delivery, and terms and conditions will be determined technically acceptable. Award will then be based on price. CONTRACT TERMS AND CONDITIONS: The following provisions apply: By Reference: FAR 52.212-2 - Evaluation - Commercial Items (Jan 1999) FAR 52.212-1 - Instructions to Offerors, Commercial Items (Jan 2008), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. FAR 52.212-3 - ALT 1 Offeror Representations and Certifications (Apr 2011), offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on-line at http://farsite.hill.af.mil. 252.212-7000 - Offeror Representations and Certifications - Commercial Items (Jun 2005) FAR 52.252-1 -- Solicitation Provisions 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 address: http://farsite.hill.af.mil. (End of Provisions) The following clauses apply: By reference: 52.204-7: - Central Contractor Registration (Apr 2008) 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Jun 2010) 252.204-7004 - Alternate A - Central Contractor Registration (Sep 2007) 252.225-7002 - Qualifying Country Sources as Subcontractors (Apr 2003) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2011), and the following additional FAR clauses under paragraph (b) are applicable: 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) 52.219-6 - Notice of Total Small Business Set-Aside (June 2003) 52.219-28 - Post Award Small Business Program Rerepresentation (Apr 2009) 52.222-3 - Convict Labor (June 2003) 52.222-21 - Prohibition of Segregated Facilities (Feb 1999) 52.222-26 - Equal Opportunity (Mar 2007) 52.222-35 - Equal Opportunity for Veterans (Sep 2010) 52.222-36 - Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37 - Employment Reports on Veterans (Sep 2010) 52.222-41 - Service Contract Act of 1965 (Nov 2007) 52.223-18 - Contractor Policy to Ban Text Messaging While Driving (Sep 2010) 52.225-13 - Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 - Payment by Electronic Funds Transfer -- Central Contractor Registration (Oct 2003) (End of Clause) 52.222-42 - Statement of Equivalent Rates for Federal Hires (May 1989)Employee Class Monetary Wage -- Fringe Benefits 1101 - General Business Industry, GS-01 $22,509 annually (End of Clause) 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): http://farsite.hill.af.mil (End of clause) DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Mar 2011) applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials (Jan 2009) 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) 252.247-7023 - Transportation of Supplies by Sea and AL T III (May 2002) (End of Clause) 252.237-7013 - Instruction to Offerors (Bulk Weight) As prescribed in 237.7101(b), use the following provision: INSTRUCTION TO OFFERORS (BULK WEIGHT) (DEC 1991) (a) Offers shall be submitted on a unit price per pound of serviced laundry. Unit prices shall include all costs to the Government of providing the service, including pickup and delivery charges. (b) The Contracting Officer will evaluate bids based on the estimated pounds of serviced laundry stated in the solicitation. (c) Award generally will be made to a single offeror for all lots. However, the Contracting Officer may award by individual lot when it is more advantageous to the Government. (d) Prospective offerors may inspect the types of articles to be serviced. Contact the Contracting Officer to make inspection arrangements. (End of provision) 252.237-7015, Loss or Damage (Weight of Articles) As prescribed in 237.7101(d), use the following clause: LOSS OR DAMAGE (WEIGHT OF ARTICLES) (DEC 1991) (a) The Contractor shall- (1) Be liable for return of the articles furnished for service under this contract; and (2) Indemnify the Government for any articles delivered to the Contractor for servicing under this contract that are lost or damaged, and in the opinion of the Contracting Officer, cannot be repaired satisfactorily. (b) The Contractor shall pay to the Government $1.00 per pound for lost or damaged articles. The Contractor shall pay the Government only for losses which exceed the maximum weight loss in paragraph (e) of this clause. (c) Failure to agree on the amount of credit due will be treated as a dispute under the Disputes clause of this contract. (d) In the case of damage to any articles that the Contracting Officer and the Contractor agree can be satisfactorily repaired, the Contractor shall repair the articles at its expense in a manner satisfactory to the Contracting Officer. (e) The maximum weight loss allowable in servicing the laundry is eight (8) percent of the weight recorded on delivery tickets when the laundry is picked up. Any weight loss in excess of this amount shall be subject to the loss provisions of this clause. (End of clause) 252.237-7016, Delivery Tickets As prescribed in 237.7101(e), use the following clause: DELIVERY TICKETS (DEC 1991) (a) The Contractor shall complete delivery tickets in the number of copies required and in the form approved by the Contracting Officer, when it receives the articles to be serviced. (b) The Contractor shall include one copy of each delivery ticket with its invoice for payment. (End of clause) 252.237-7018, Special Definitions of Government Property As prescribed in 237.7101(g), use the following clause: SPECIAL DEFINITIONS OF GOVERNMENT PROPERTY (DEC 1991) Articles delivered to the Contractor to be laundered or dry-cleaned, including any articles which are actually owned by individual Government personnel, are Government-owned property, not Government-furnished property. Government-owned property does not fall under the requirements of any Government-furnished property clause of this contract. (End of clause) AFFARS 5352.201-9101 OMBUDSMAN (APR 2010)(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 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, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067. (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) MAXWELL 114 REQUIRED POSTERS (FEB 2003)Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively.http://www.dol.gov/osbp/sbrefa/poster/main.htm (End of Clause) Maxwell 119 WAWF-ELECTRONIC SUBMISSION OF INVOICE JAN 2007 Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: jeffery.couch@maxwell.af.mil Contract Specialist: kevin.bowers@maxwell.af.mil Contracting Officer: kimberly.knott@maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) The current wage determination in effect is 06/15/2010 Rev 10 which can be found at http://www.wdol.gov/sca.aspx#8. Responses to this notice shall be provided in writing via e-mail to: A1C Kevin Bowers, at kevin.bowers@maxwell.af.mil and Kimberly Knott, at kimberly.knott@maxwell.af.mil. All responses shall be received NLT 1:00 PM CST. All inquiries/responses to this notice must be received by 1:00 p.m. Central Standard Time (CST) on 20 May 2011. Email is the only method. Points of Contact: A1C Kevin F. Bowers, Contract Specialist, Phone (334) 953-6242, Kimberly Knott, Contracting Officer, Phone: (334) 953-3518 Fax (334) 953-3527.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XJA21096AK01-Laundry/listing.html)
- Place of Performance
- Address: AFROTC Field Traing, Camp Shelby, Mississippi, 39401, United States
- Zip Code: 39401
- Zip Code: 39401
- Record
- SN02451255-W 20110520/110518234947-23ec1c938c38a99e7a7370ea1eb6c291 (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 |