SOLICITATION NOTICE
S -- Laundry Service
- Notice Date
- 2/21/2013
- 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
- W911SG-13-T-9336
- Response Due
- 2/27/2013
- Archive Date
- 4/22/2013
- Point of Contact
- Victoria, 9153137633
- E-Mail Address
-
MICC - Fort Bliss
(victoria.floyd@jtfn.northcom.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. The solicitation number is W911SG-13-T-9336 and is issued as a request for proposals. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. This requirement is a 100% Small Business Set Aside. The North American Industry Classification System (NAICS) Code for this requirement is 812320 with a corresponding Small Business Size standard of $5.0M. The Mission Installation Contracting Command, Fort Bliss Installation Contracting Office, Fort Bliss, TX intends to award a firm-fixed price type contract. Requirements are as follows: Place of performance vicinity of San Diego Line Item 1: Contractor shall provide laundry service to wash/dry and fold clothing twice a week for up to 40 personnel 5 April 2013 - 26 June 2013 in the vicinity of San Diego, CA. Clothing items will include military uniforms and civilian clothing. Laundry services will include all cost incurred (detergent, bleach, plastic bags etc.) to wash and fold. Unit will drop off / pick up a laundry bag twice a week. The maximum amount of clothing per individual, per week will consist of no more than 12 Sets of clothes consisting of 12 shirts, 12 pants, 12 T-Shirts, 12 pairs of socks, 12 changes of under garments, and 2ea laundry bag (Not to exceed 960 bags of laundry). Units will mark/tag their individual bags of laundry. Each bag will be approximately 15 lbs. Requirements/Evaluations Factors for Contracted Laundry: a. Contractor shall provide at a minimum two day turn around after laundry is dropped off. b. Contractor shall return clean and folded laundry in marked/tagged bags. Delivery shall be F.O.B Dest as indicated in Line Items. The Following clauses apply to this acquisition. FAR 52.212-1, Instructions to Offerors - Commercial Items,this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and Febthe following clauses in paragraph (b): 52.204-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33. 52.204-99 System for Award Mangement Registration, 52.252-2 Clauses Incorporated by Reference, 252.211-7003 Item Identification and Valuation 252.232-7003 Electronic Submission of Payment Requests and Receiving, 252.232-7000 Material Inspection and Receiving Report, 252.232-7010 Levies on Contract Payments, 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, paragraph (a) 252.225-7001, 252.247-7023, 2252.247 7023 ALT III, 52.222-50 Combating Trafficking in persons, 252.204-7003 Control of Government Personnel Work Product, 252.232-7006 Wide Area WorkFlow Payment Instructions, 52.232-99 Providing Accelerated Payments to Small Business Subcontractors Local Clause 5152.233-4000 AMC Level Protest Program, 5152.209-4000 The full text of these provisions and clauses may be obtained by accessing http://www.acq.osd.mil/dpap/dars/index.html or http://www.arnet.gov. The following Local Clause also applies: 5152.233-4000, AMC-Level Protest Program (Sep 2011) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) SAM clause 52.204-99 Dev.)Offers will be evaluated in accordance with 52.212-2 Evaluation -- Commercial Items (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) Technical capability of the items to meet the Government requirement; (2) Price; (3) Past Performance. Technical capability and past performance, when combined, are approximately equal to price. 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. (End of Provision). Proposals are due by February 27, 2013, 10:00 am MST; by email to Victoria.floyd@jtfn.northcom.mil. Questions or concerns shall be directed to Victoria Floyd, Contract Specialist, via e-mail Victoria.floyd@jtfn.northcom.mil, questions due no later than February 25, 2013, 10:00 am MST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b5ebf800319e4c19076f9e5d81096dbe)
- Place of Performance
- Address: Vicinity of San Diego Vicinity of San Diego San Diego CA
- Zip Code: 91906
- Zip Code: 91906
- Record
- SN02992450-W 20130223/130221234244-b5ebf800319e4c19076f9e5d81096dbe (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 |