Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2012 FBO #3948
MODIFICATION

S -- Hospital Linen Laundry services on behalf of the U.S. Army Health Clinic in Tirrenia, Italy.

Notice Date
9/13/2012
 
Notice Type
Modification/Amendment
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
W9114F12T0037
 
Response Due
9/24/2012
 
Archive Date
11/23/2012
 
Point of Contact
Domenico Maddaloni, 011496371867043
 
E-Mail Address
European Regional Contracting Office
(domenico.maddaloni@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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: W9114F-12-T-0037 issued as a request for quotation (RFQ). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective 16 March 2011. Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 812320. The Europe Regional Contracting Office has a requirement to procure the following Hospital Linen Laundry services on behalf of the U.S. Army Health Clinic in Tirrenia, Italy. The contract line items (CLINs) for this acquisition are as follows: Line Items 0001, 1001, 2001, 3001 & 4001 Hospital Linen Laundry Services QTY Estimated 2,000 Kilograms Line Items 0002, 1002, 2002, 3002 & 4002 Special Linen Laundry Services QTY Estimated 200 Kilograms Line Items 0003, 1003, 2003, 3003 & 4003 Contractor Manpower Report QTY 1 Description of requirements/specifications for the items to be acquired: The Contractor shall furnish all labor, supervision, administrative support, transportation for pickup and delivery services (except as specified in the contract as furnished by the government) as required and necessary for the performance of non-personal laundry cleaning services at the US Army Health and Dental Clinics, in Camp Darby, Tirrenia (Pisa), Italy. The pickup and delivery schedule will be coordinated between the Contracting Officer Representative and the Contractor. The Contractor shall process the linen in accordance with (IAW) all applicable State and Regional standards of health and safety regulations as applicable to laundry and linens used in Healthcare, the current European Norm EN 14065 - RABC (Risk Analysis and Bio-contamination Control System) and the applicable "Regolamento d'Igiene" from the local government at the contractor site. Please request to Performance Work Statement for further description of requirements/specifications. The place of delivery and acceptance will be US Army Health and Dental Clinics Camp Darby, Building 113 56128 Tirrenia, (Pisa), Italy All offerors must quote FOB Destination, US Army Health and Dental Clinics, Camp Darby, Building 113, 56128 Tirrenia, (Pisa), Italy Period of Performance: Base Period: 1 October 2012 - 30 September 2013 1st Option period: 1 October 2013 - 30 September 2014 2nd Option period: 1 October 2014 - 30 September 2015 3rd Option period: 1 October 2015 - 30 September 2016 4th Option period: 1 October 2016 - 30 September 2017 The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FEB 2012 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.212-4 Contract Terms And Conditions - Commercial Items JUN 2010 52.214-34 Submission Of Offers In The English Language (APR 1991) 52.222-50 Alt I Combating Trafficking in Persons (Aug 2007) Alternate I AUG 2007 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-18 Contractor Policy to Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification SEP 2010 52.225-14 Inconsistency Between English Version And Translation Of Contract FEB 2000 52.232-18 Availability Of Funds APR 1984 52.232-33 Payment by Electronic Funds Transfer - Central Contractor registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-3 Continuity Of Services JAN 1991 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.222-7002 Compliance With Local Labor Laws (Overseas) JUN 1997 252.223-7006 Prohibition On Storage and Disposal Of Toxic and Hazardous Materials APR 2012 252.225-7041 Correspondence in English JUN 1997 252.225-7043 Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States MAR 2006 252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.232-7010 Levies on Contract Payments DEC 2006 252.233-7001 Choice of Law (Overseas) JUN 1997 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment MAR 1998 CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) 52.212-2 Evaluation-Commercial Items (Jan 1999) 52.212-3 Offeror Representations and Certifications-Commercial Items ALT I - APR 2002 52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items - MAY 2012 (Deviation) 52.217-8 Option To Extend Services NOV 1999 52.217-9 Option To Extend The Term Of The Contract MAR 2000 52.252-1 Solicitation Provisions incorporated by Reference - FEB 1998 52.252-2 Clauses incorporated by Reference - FEB 1998 52.252-5 Authorized deviations in Provisions (APR 1984) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 252.204-7008 Export-Controlled Items APR 2010 252.229-7001 TAX Relief JUN 1997 252.229-7003 Tax Exemptions (ITALY) MAR 2012 252.237-7015 Loss Or Damage (Weight of Articles) (DEC 1991) 252.237-7023 Continuation Of essential Contractor Services (OCT 2010) 252.237-7024 Notice Of Continuation Of essential Contractor Services (OCT 2010) ADDENDUM TO 52.212-1 Instructions to Vendors--Commercial Items - JUN 2008 1.0 GENERAL INSTRUCTIONS The following terms shall apply to this solicitation in addition to those terms and conditions in FAR provision 52.212-1. Paragraph (b), "Submission of Offers." The following is added: (a) If a Quoter believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the Quoter shall immediately notify the Contracting Officer (KO) in writing with supporting rationale. (b) PROPOSAL FORMAT. FACTOR 1: TECHNICAL. Quoters shall submit written narratives, as follows: SUBFACTOR 1: EXPERIENCE. Quoters shall submit narratives demonstrating the Quoter's experience in accomplishing hospital linen laundry services as described in the PWS. Quoter shall demonstrate a clear understanding of the nature and magnitude of the effort. Experience for similar services of at least three (3) years performed during the past five (5) years. SUBFACTOR 2: TECHNICAL APPROACH. Quoters shall submit narratives that clearly describe what resources - facilities, personnel, equipment, tools, materials, supplies, training and gear - will be dedicated to meeting the requirements outlined in the PWS. SUBFACTOR 3: QUALIFICATIONS. Quoters shall submit written narrative or certificate(s) showing current incorporation in the Chamber of Commerce of the Region of residence or a professional or trade registry, an original or authenticated copy of DURC, the EN ISO 9001 and CCR registration. The UNI EN 14065 certification, or documentation indicating certification in-progress, shall be provided for the prime contractor or for the subcontractor employed for the performance of services. SUBFACTOR 4: QUALITY CONTROL PLAN (QCP). Quoters shall submit a written QCP. The plan shall include a description of communications and authorities and responsibilities within the organization as it relates to maintaining a QCP and quality management; methods of measuring performance against the standards and the proposed metrics; use by management of performance measures in controlling quality through corrective and preventive actions; and Quality Control organization/staffing and independence. FACTOR 2: PRICE. Quoters shall submit quotes for CLINS 0001 - 4003 on the price schedule. Quoted Prices shall account for all CLINs and the resources necessary to meet the requirements outlined in the solicitation such as the cost of personnel, tools, materials, supplies, training, gear, supervision, reports and travel. ADDENDUM TO FAR 52.212-2 The Government will award a Firm Fixed price Purchase Order resulting from this Request for Quotation (RFQ) to the responsible vendor whose quote conforming to the RFQ will be most advantageous to the Government, price and other factors considered. Award will be made on the basis of the Lowest Price, Technically Acceptable (LPTA) quote. All quotes will be evaluated and considered for contract award. To be considered for award, all technical subfactors must be rated Acceptable. If any technical subfactor is rated Unacceptable, the quoter will not be considered for award. The following factors shall be used to evaluate quotes: EVALUATION STANDARDS. The Government will use the following standards for a final rating: ACCEPTABLE: Quote clearly meets the technical requirements of the Request for Quotation. UNACCEPTABLE: Quote does not clearly meet the technical requirements of the Request for Quotation. FACTOR 2: PRICE. Price will be evaluated for reasonableness based on anticipated adequate price competition. Price will not be rated. The Government will evaluate quotes for award purposes only by adding the total price for all option years to the total price for the base year. Once the technical factors are rated as acceptable, award will be made to the technically acceptable quoter with the lowest price. (b) Options. The Government will evaluate quotes 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 option prices shall not obligate the Government to exercise the options). (c) A written notice of award or acceptance of the quote, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the quoter's specified expiration time, the Government may accept a quote, (or part of the quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. It is the responsibility of the Offeror to ensure the quote is received. Please note the quote must be received by European Regional Contracting Office before closing date and time for this solicitation, or the quote will not be considered. SPECIAL NOTE: All vendors must be registered in the Central Contractor Registration (CCR) prior to award, and lack of registration shall make an offer ineligible for award. Vendors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at http://www.ccr.gov/. All quotes are due by September 24th 2012, before 10:00 am Central European Time. Offers may be sent via email to domenico.maddaloni@us.army.mil, or faxed to 011-49-6371-86-8070. The point of contact for this acquisition is Domenico Maddaloni, phone # 011 49 6371 86 7043 or at domenico.maddaloni@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F12T0037/listing.html)
 
Place of Performance
Address: US Army Health and Dental Clinics Camp Darby, Building 113 Tirrenia, (Pisa), It IT
Zip Code: 56128
 
Record
SN02882767-W 20120915/120914002741-c991c3a7ff437ad7cd9ec052a42581a1 (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.