Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2012 FBO #4017
SOLICITATION NOTICE

S -- Laundry and Sewing Services for Fort Bliss, TX.

Notice Date
11/21/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
MICC - Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG13TLAUNDRY
 
Response Due
12/12/2012
 
Archive Date
1/20/2013
 
Point of Contact
Melissa Garcia, (915) 568-6193
 
E-Mail Address
MICC - Fort Bliss
(melissa.garcia5@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. This is a combined synopsis/solicitation for commercial item off site laundry and sewing services. This combined synopsis/solicitation has been prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. No paper copies of this solicitation will be provided. Solicitation number W911SG13TLAUNDRY is being issued as a Request for Proposal (RFP). The Government intends to award a single indefinite-delivery/indefinite-quantity (IDIQ) type contract entitled quote mark Laundry Services at Fort Bliss, TX quote mark. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 61. All clauses within the IDIQ contract apply to any resulting task orders issued during the period of performance of the IDIQ. Only one IDIQ will be awarded. NAICS Code 812320 entitled quote mark Drycleaning and Laundry Service (Except Coin-Operated) quote mark with a size standard of $5.0mil and Product Service Code S209 are applicable to this requirement. This notice is a total small business set-aside. Only proposals submitted by small businesses will be accepted by the Government. Any proposal that is submitted by a contractor that is not a small business will not be considered for award. The IDIQ will have a period of performance of six months from date of contract award. The periods of performance for each individual task order will be identified in the task order. Contractor shall provide all plant facilities, labor, equipment, tools, materials, supervision and any other items and services necessary to perform pickup/delivery laundry and dry cleaning services. The Contractor shall receive, account for, process and return all items tendered for cleaning. Delivery location and pickup for all laundry is: Building 2439 Fort Bliss, Texas 79916 By submission of a proposal, offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) prior to award, during performance, and through final payment of any contract resulting from this RFP. Award will be based on Lowest Price Technically Acceptable (LPTA) Source Selection Process, in accordance with Federal Acquisition Regulation (FAR) Part 15.101-2. MICC will make the award based on the technically acceptable proposal with the lowest evaluated price. All responsible Contractors shall provide an offer for the following: CLIN 0001 LAUNDRY and SEWING SERVICES Laundry and Sewing Services shall be conducted IAW the attached Performance Work Statement (PWS) (Attachment 1). Provide a unit price for each individual item listed in the quote mark Laundry and Sewing Services- Price List (See Exhibit 7) included in the PWS. Wage Determination 05-2511 (Rev.-16), (See Attachment 2) is applicable for this service. CLIN 0002 CONTRACT MANPOWER REPORTING Contractor is required to enter all contractor data into Contract Manpower Reporting system IAW Section 5.9 of the PWS. Data must be accurate, complete and entered into the CMR prior to 31 October. The full text of FAR provisions or clauses may be accessed electronically at www.farsite.hill.af.mil. The following provisions will be included in the established agreements: 52.212-1 Instructions to Offerors- Commercial Items; 52.212-2 Evaluation - Commercial Items; The Government will award a contract resulting from this solicitation to the responsible offeror whose offeror conforming to the solicitation is determined to be the lowest price technically acceptable (LPTA) proposal with acceptable past performance. The Government may award without discussions, reserving the right to hold discussions if deemed necessary by the Contracting Officer. The following evaluation factors will be used to evaluate offers: Price, Technical Proposal, and Past Performance. The Government intends to award to the lowest price, technically acceptable responsible offeror with an acceptable past performance rating. The following factors shall be used to evaluate offerors: Factor 1 - Technical Capability Factor 2 - Past Performance Factor 3 - Price Award shall be made to the lowest priced technically acceptable proposal meeting or exceeding the acceptability standards for non-cost factors. Proposals are evaluated for acceptability but not ranked using the non-cost factors. The best value to the Government will result from the selection of the technically acceptable proposal with the lowest overall evaluated price. The Government will perform price analysis in accordance with FAR 15.404-1(b) Proposal Analysis Techniques. Each Offeror is responsible for providing the unit price of each item on the provided document entitled quote mark Laundry and Sewing Services - Price List quote mark given in the PWS under Technical Exhibit 7. (Please keep in mind that the data in Technical Exhibit 7 may increase or decrease by 10%.) Additionally each Offeror shall provide the total price for the total period of performance with adequate breakdown of all price components to include Overhead, General and Administrative Expenses, Profit and any other components that make up the Offerors overall price. Technical Capability: Proposals will be evaluated for accuracy and completeness as either acceptable or unacceptable. An acceptable rating means that the proposal clearly meets the minimum requirements of the solicitation. A proposal must have no deficiencies to receive an acceptable solicitation. A proposal must have no deficiencies to receive an acceptable rating. An unacceptable rating means that the proposal does not clearly meet the minimum requirements of the solicitation. An unacceptable proposal has one or more deficiencies. Each proposal's technical approach will be evaluated to determine the offeror's ability to successfully process the required volume of laundry and sewing services identified in the PWS. In addition, the technical approach will be evaluated to determine the offeror's ability to successfully manage pick-up, transport, and overall management of laundry services as identified in paragraphs 1.4, 3.1, 4.2 and 5.1 of the PWS. Past performance for providing same or similar services will be evaluated. The Department of Defense contractor Performance Assessment Reporting System (CPARS/PPIRS) and other sources of data may be used as part of the evaluation. Offerors shall submit up to two past performance information recent (the last five years from the issuance date of the solicitation) and relevant (similar in scope and magnitude). Past Performance Questionnaire: Please provide the attached Past Performance Questionnaire (PWS Technical Exhibit 6) to those references you wish to identify. The POC should mail to the address identified on the questionnaire or e-mail directly to the Government at Mihaela.g.smith@us.army.mil. The PPQ should not come directly from the Offeror. The following clauses apply to this acquisition: 52.203-3 Gratuities, 52.204-9 Personal Identity Verification of Contractor Personnel, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.212-4 Contract Terms and Conditions - Commercial Items, 52.216-19 Order Limitations, 52.216-22 Indefinite Quantity, 52.219-6 Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-41 Service Contract Act of 1965, 52.222-50 Combating Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-37 Multiple Payment Arrangements, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.242-13 Bankruptcy, 252.201-7000 Contracting Officer's Representative, 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7000 Disclosure of Information, 252.204-7003 Control of Government Personnel Work Product, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010 Levies on Contract Payments, 252.237-7012 Instruction to Offerors (Count-of-Articles), 252.237-7014 Loss or Damage (Count-Of-Articles), 252.237-7016 Delivery Tickets, 252.237-7018 Special Definitions of Government Property, 252.243-7001 Pricing Of Contract Modification, 252.243-7002 Request for Equitable Adjustment, 52.219-28 Post-Award Small Business Program Representation, 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (Deviation), 52.252-6 Authorized Deviations in Clauses, 252.204-7008 Export-Controlled Items, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification, 252.203-7005 Representation Relating to Compensation of Former DOD Officials. The following Addendum to FAR 52.212-4(c) will also be included in the agreement: Unilateral Changes 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the period. 2. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. These include, but are not limited to, changes in the accounting and appropriation data, payment and issuing office addresses and other corrections that have no effect on the terms and conditions of the contract. WAWF Instructions (local clauses available via e-mail request). FAR 52.216-18 Ordering. (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued form 01 February 2013 through 31 July 2013. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered quote mark issued quote mark when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 - System for Award Management (SAM) Registration. Contractors must be registered in the SAM database prior to award. The SAM database may be accessed at the following url: https://www.sam.gov/portal/public/SAM/ Please submit all questions in writing to Mihaela.g.smith.civ@mail.mil. No questions will be taken over the phone; all questions must be submitted in writing. Questions are due NLT COB Friday, November 30th, 2012. Answers will be posted NLT COB Thursday, December 6th, 2012. Proposals are due by 5:00PM, M.S.T. Wednesday, December 12 th, 2012. Proposals must acknowledge all amendments to this solicitation if any. Proposals may be submitted directly to the contracting office at the physical address below or e-mailed to Mihaela.g.smith.civ@mail.mil. Place of Performance: Fort Bliss, Texas 79916 Contracting Office Physical Address: Mission and Installation Contracting Command (MICC) - Fort Bliss Building 2021 Club Road Fort Bliss, TX 79916 Points of Contact: Mihaela Smith, Contract Specialist Melissa Garcia, Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b8196c004c5e76f8b30945aae55f45fb)
 
Place of Performance
Address: MICC - Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
 
Record
SN02935783-W 20121123/121121234350-b8196c004c5e76f8b30945aae55f45fb (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.