Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 21, 2014 FBO #4745
SOLICITATION NOTICE

S -- Post Laundry and Dry Cleaning Services

Notice Date
11/19/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124715T0300
 
Response Due
12/4/2014
 
Archive Date
1/18/2015
 
Point of Contact
DAVID NASH, 910-908-2145
 
E-Mail Address
MICC Center - Fort Bragg
(david.nash4@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. COMBINED SYNOPSIS/SOLICITATION W91247-15-T-0300 POST LAUNDRY SERVICES LOGISTICS READINESS CENTER FORT BRAGG, NORTH CAROLINA (i) 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; quotes are being requested and a written solicitation will not be issued. (ii) This Solicitation document W91247-15-T-0300 is issued as a Request for Quote (RFQ). This solicitation is issued under FAR Part 13.5, Test Program For Certain Commercial Items. (iii) This Solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-77, effective 14 October 2014. (iv) Notice of Total Small Business Set-Aside. The associated NAICS code is 812320 with a size standard of $5.5M. (v)CLIN 0001 - Base Period. OCIE Items. FFP. Organizational Clothing and Individual Equipment (OCIE) - The contractor shall provide laundry and dry cleaning services in support of Fort Bragg, NC for the items listed in Attachment 2, CLIN0001 in accordance with the attached Performance Work Statement (PWS) in conjunction with all other terms and conditions of the contract. Ordering Period: 1 January 2015 through 31 December 2015. QTY: 12 Months. CLIN 0002 - Base Period. Food Handler Items. FFP. The contractor shall provide laundry and dry cleaning services in support of Fort Bragg, NC for the items listed in Attachment 2, CLIN0002 in accordance with the attached Performance Work Statement (PWS) in conjunction with all other terms and conditions of the contract. Ordering Period: 1 January 2015 through 31 December 2015. QTY: 12 Months. CLIN 0003 - Base Period. D/X Items. FFP. Direct Exchange Items (D/X). The contractor shall provide laundry and dry cleaning services in support of Fort Bragg, NC for the items listed in Attachment 2, CLIN0003 in accordance with the attached Performance Work Statement (PWS) in conjunction with all other terms and conditions of the contract. Ordering Period: 1 January 2015 through 31 December 2015. QTY: 12 Months. CLIN 0004 - Base Period. 72-hour Dry Cleaning. The contractor shall provide laundry and dry cleaning services in support of Fort Bragg, NC for the items listed in Attachment 2, CLIN0004 in accordance with the attached Performance Work Statement (PWS) in conjunction with all other terms and conditions of the contract. 1 January 2015 through 31 December 2015. QTY: 12 Months. CLIN 0005 - Base Period. Contract Manpower Reporting. Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract IAW the PWS. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil. 1 January 2015 through 31 December 2015. QTY: 1 Job. CLIN 1001 - 1st Option. OCIE Items. FFP. Organizational Clothing and Individual Equipment (OCIE) - The contractor shall provide laundry and dry cleaning services in support of Fort Bragg, NC for the items listed in Attachment 2, CLIN1001 in accordance with the attached Performance Work Statement (PWS) in conjunction with all other terms and conditions of the contract. Ordering Period: 1 January 2016 through 31 December 2016. QTY: 12 Months. CLIN 1002 - 1st Option. Food Handler Items. FFP. The contractor shall provide laundry and dry cleaning services in support of Fort Bragg, NC for the items listed in Attachment 2, CLIN1002 in accordance with the attached Performance Work Statement (PWS) in conjunction with all other terms and conditions of the contract. Ordering Period: 1 January 2016 through 31 December 2016. QTY: 12 Months. CLIN 1003 - 1st Option. D/X Items. FFP. Direct Exchange Items (D/X). The contractor shall provide laundry and dry cleaning services in support of Fort Bragg, NC for the items listed in Attachment 2, CLIN1003 in accordance with the attached Performance Work Statement (PWS) in conjunction with all other terms and conditions of the contract. Ordering Period: 1 January 2016 through 31 December 2016. QTY: 12 Months. CLIN 1004 - 1st Option. 72-hour Dry Cleaning. The contractor shall provide laundry and dry cleaning services in support of Fort Bragg, NC for the items listed in Attachment 2, CLIN1004 in accordance with the attached Performance Work Statement (PWS) in conjunction with all other terms and conditions of the contract. Ordering Period: 1 January 2016 through 31 December 2016. QTY: 12 Months. CLIN 1005 - 1st Option. Contract Manpower Reporting. Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract IAW the PWS. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil.Ordering Period: 1 January 2016 through 31 December 2016. QTY: 1 Job. CLIN 2001 -2nd Option. OCIE Items. FFP. Organizational Clothing and Individual Equipment (OCIE) - The contractor shall provide laundry and dry cleaning services in support of Fort Bragg, NC for the items listed in Attachment 2, CLIN2001 in accordance with the attached Performance Work Statement (PWS) in conjunction with all other terms and conditions of the contract. Ordering Period: 1 January 2017 through 31 December 2017. QTY: 12 Months. CLIN 2002 - 2nd Option. Food Handler Items. FFP. The contractor shall provide laundry and dry cleaning services in support of Fort Bragg, NC for the items listed in Attachment 2, CLIN2002 in accordance with the attached Performance Work Statement (PWS) in conjunction with all other terms and conditions of the contract. Ordering Period: 1 January 2017 through 31 December 2017. QTY: 12 Months. CLIN 2003 - 2nd Option. D/X Items. FFP. Direct Exchange Items (D/X). The contractor shall provide laundry and dry cleaning services in support of Fort Bragg, NC for the items listed in Attachment 2, CLIN2003 in accordance with the attached Performance Work Statement (PWS) in conjunction with all other terms and conditions of the contract. Ordering Period: 1 January 2017 through 31 December 2017. QTY: 12 Months. CLIN 2004 - 2nd Option. 72-hour Dry Cleaning. The contractor shall provide laundry and dry cleaning services in support of Fort Bragg, NC for the items listed in Attachment 2, CLIN2004 in accordance with the attached Performance Work Statement (PWS) in conjunction with all other terms and conditions of the contract. Ordering Period: 1 January 2017 through 31 December 2017. QTY: 12 Months. CLIN 2005 - 2nd Option. Contract Manpower Reporting. Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract IAW the PWS. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil.Ordering Period: 1 January 2017 through 31 December 2017. QTY: 1 Job. CLIN 3001 -3rd Option. OCIE Items. FFP. Organizational Clothing and Individual Equipment (OCIE) - The contractor shall provide laundry and dry cleaning services in support of Fort Bragg, NC for the items listed in Attachment 2, CLIN3001 in accordance with the attached Performance Work Statement (PWS) in conjunction with all other terms and conditions of the contract. Ordering Period: 1 January 2018 through 31 December 2018. QTY: 12 Months. CLIN 3002 - 3rd Option. Food Handler Items. FFP. The contractor shall provide laundry and dry cleaning services in support of Fort Bragg, NC for the items listed in Attachment 2, CLIN3002 in accordance with the attached Performance Work Statement (PWS) in conjunction with all other terms and conditions of the contract. Ordering Period: 1 January 2018 through 31 December 2018. QTY: 12 Months. CLIN 3003 - 3rd Option. D/X Items. FFP. Direct Exchange Items (D/X). The contractor shall provide laundry and dry cleaning services in support of Fort Bragg, NC for the items listed in Attachment 2, CLIN3003 in accordance with the attached Performance Work Statement (PWS) in conjunction with all other terms and conditions of the contract. Ordering Period: 1 January 2018 through 31 December 2018. QTY: 12 Months. CLIN 3004 - 3rd Option. 72-hour Dry Cleaning. The contractor shall provide laundry and dry cleaning services in support of Fort Bragg, NC for the items listed in Attachment 2, CLIN3004 in accordance with the attached Performance Work Statement (PWS) in conjunction with all other terms and conditions of the contract. Ordering Period: 1 January 2018 through 31 December 2018. QTY: 12 Months. CLIN 3005 - 3rd Option. Contract Manpower Reporting. Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract IAW the PWS. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil.Ordering Period: 1 January 2018 through 31 December 2018. QTY: 1 Job. CLIN 4001 -4th Option. OCIE Items. FFP. Organizational Clothing and Individual Equipment (OCIE) - The contractor shall provide laundry and dry cleaning services in support of Fort Bragg, NC for the items listed in Attachment 2, CLIN4001 in accordance with the attached Performance Work Statement (PWS) in conjunction with all other terms and conditions of the contract. Ordering Period: 1 January 2019 through 31 December 2019. QTY: 12 Months. CLIN 4002 - 4th Option. Food Handler Items. FFP. The contractor shall provide laundry and dry cleaning services in support of Fort Bragg, NC for the items listed in Attachment 2, CLIN4002 in accordance with the attached Performance Work Statement (PWS) in conjunction with all other terms and conditions of the contract. Ordering Period: 1 January 2019 through 31 December 2019. QTY: 12 Months. CLIN 4003 - 4th Option. D/X Items. FFP. Direct Exchange Items (D/X). The contractor shall provide laundry and dry cleaning services in support of Fort Bragg, NC for the items listed in Attachment 2, CLIN4003 in accordance with the attached Performance Work Statement (PWS) in conjunction with all other terms and conditions of the contract. Ordering Period: 1 January 2019 through 31 December 2019. QTY: 12 Months. CLIN 4004 - 4th Option. 72-hour Dry Cleaning. The contractor shall provide laundry and dry cleaning services in support of Fort Bragg, NC for the items listed in Attachment 2, CLIN4004 in accordance with the attached Performance Work Statement (PWS) in conjunction with all other terms and conditions of the contract. Ordering Period: 1 January 2019 through 31 December 2019. QTY: 12 Months. CLIN 4005 - 4th Option. Contract Manpower Reporting. Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract IAW the PWS. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil.Ordering Period: 1 January 2019 through 31 December 2019. QTY: 1 Job. (vi) This is a service acquisition. The Contractor shall provide all labor, equipment, materials, supplies, tools, transportation, supervision and any other items needed to execute all laundry and dry cleaning services in accordance with the PWS and Technical Exhibits (TE). (vii) This requirement has a 12-month base year with Four (4) One-Year Option Periods. (viii) Provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS. 1. This is an ALL or Nothing requirement. Offerors must be able to provide all required services. Offerors shall complete columns B and D, and total price fields of each tab in Attachment 2 when responding to this solicitation. Offerors shall ensure a price is given for each item listed on Attachment 2 for the base and each option year tab, as well as entering a total price per CLIN and per year. Attachment 2 shall be completed digitally using Microsoft Excel. In addition, offerors shall enter pricing information for Cash Sales on TE 6, TE 7 and TE 8. These prices will be evaluated for price reasonableness only and are not included in the total contract price. TE 6, TE 7 and TE 8 shall be completed digitally using Microsoft Excel. 2. SMALL BUSINESS SET-ASIDE. This is a Total Small Business Set-Aside. 3. CLOSING DATE/TIME. The solicitation will close and all quotes shall be submitted not later than 12:30 P.M. EST, Tuesday, 4 December 2014. Send quotes to the following email addresses: david.a.nash28.mil@mail.mil and michael.a.pressley6.civ@mail.mil 4. POINT OF CONTACT. The Government points of contact for this action are: SSG David Nash, Contract Specialist at: david.a.nash28.mil@mail.mil or (910) 908-2145. Mike Pressley, Contracting Officer at: michael.a.pressley6.civ@mail.mil or (910) 643-7220. 5. QUESTIONS. All questions pertaining to this requirement shall be submitted in writing no later than 2:00 PM EST on Monday, 24 November 2014. If government responses to technical questions affect the requirement an Amendment to the solicitation will be issued. Questions shall be addressed to the points of contact listed above. 6. ADDITIONAL INFORMATION. Offerors shall submit a capabilities narrative, not to exceed 2 pages in length, which demonstrates the following: (a) Proof of adequate financial resources, or the ability to obtain them, needed to perform all services required by the PWS (b) Proof of possessing necessary equipment and facilities, or the ability to obtain them, needed to perform all services required by the PWS. Information included in the capabilities narrative should include number and dollar value of contracts completed within the past three (3) years, previous experience in performing similar type services, and statement of commitments concerning financial references. 7. Quotes shall be good for at least 60 days after closing date.. 8. Ordering Period: Contractor shall be ready for services to begin on 02 January 2015. 9. Contract Type: Requirements Contract with Firm-Fixed Price (FFP) CLINs. 10. Current SAM Registration is required. (ix) Provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition. ADDENDUM TO FAR 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. The following factors shall be used to evaluate offers: (i) Price (b.) The prices for Cash Sales on TE 6, TE 7, and TE 8 shall be evaluated for price reasonableness only. They will not be evaluated in the total price of the contract. (x) Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offers are to include a completed copy). The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xi) Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. ADDENDUM TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERICIAL ITEMS 1. INSURANCE REQUIREMENTS: The following kinds and minimum amounts of insurance are required in accordance with FAR clause 52.228-5 entitled, quote mark Insurance-- Work on a Government Installation. quote mark KIND:AMOUNT: Worker's Compensation: As required by applicable statutes and regulations Comprehensive General Liability: $500,000 per occurrence Comprehensive Automobile Liability:$200,000 per person for bodily injury $500,000 per occurrence for bodily injury $50,000 per occurrence for property damage Employer's Liability:$100,000 NOTE: Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The Contractor shall provide proof of insurance before commencing work under this contract. Note: Certificate of Insurance shall reference the contract number. 2. FEDERAL HOLIDAYS: The following days are legally recognized holidays: New Year's Day1 January Martin Luther King Jr.'s Birthday3rd Monday in January President's day3rd Monday in February Memorial DayLast Monday in May Independence Day4th of July Labor Day1st Monday in September Columbus Day2nd Monday in October Veteran's Day11th of November Thanksgiving Day4th Thursday in November Christmas Day25 December When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the proceeding Friday is observed as a legal holiday. This list of holidays relates to Government duty days and is not intended to supplement or otherwise alter the provisions of any Wage Determination regarding applicable paid holidays. In addition to the days designated as holidays, the Government observes the following days: -Any other day designated by federal statute -Any other day designated by Executive Order 3. INVOICING AND PAYMENTS (WIDE AREA WORK FLOW (WAWF): (a)All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. (b)The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line item numbers (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. (c)An interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. (d)The following codes will be required to route receiving reports and invoices correctly through WAWF. CONTRACT NUMBER: TBD TYPE OF DOCUMENT: COMBO CAGE CODE: TBD ISSUE BY DODAAC: W91247 ADMIN DODAAC: W91247 INSPECT BY DODAAC: TBD SERVICE ACCEPTOR/SHIP TO: TBD LOCAL PROCESSING OFFICE: LEAVE BLANK PAY OFFICE DODAAC: TBD (xii) Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil): FAR 52.212-5 (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) quote mark (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (16) 52.219-8, Utilization of Small Business Concerns (May 2014) (15 U.S.C. 637(d)(2) and (3)). (25) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (32) 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212). (33) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (34) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (36) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). (50) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). (52) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). Wage Determination 05-2393 (Rev. -15) is applicable to this contract. WD 05-2393 (Rev.-15) was first posted on www.wdol.gov on 08/05/2014. See Technical Exhibit 5 - Wage Determination. (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). Title Grade Hourly Rate Counter Attendant WG1, Step 110.14 Dry CleanerWG1, Step 110.14 (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (7) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O.13495). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (May 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (vii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212) (viii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (ix) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (x) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (xi) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (xii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). (xiii) 52.222-54, Employment Eligibility Verification (Aug 2013). (xiv) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xvi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) Alternate I (Feb 2000). As prescribed in 12.301(b)(4)(i), delete paragraph (d) from the basic clause, redesignate paragraph (e) as paragraph (d), and revise the reference to quote mark paragraphs (a), (b), (c), or (d) of this clause quote mark in the redesignated paragraph (d) to read quote mark paragraphs (a), (b), and (c) of this clause. quote mark Alternate II (Jul 2014). As prescribed in 12.301(b)(4)(ii), substitute the following paragraphs (d)(1) and (e)(1) for paragraphs (d)(1) and (e)(1) of the basic clause as follows: (d)(1) The Comptroller General of the United States, an appropriate Inspector General appointed under section 3 or 8G of the Inspector General Act of 1978 (5 U.S.C. App.), or an authorized representative of either of the foregoing officials shall have access to and right to- (i) Examine any of the Contractor's or any subcontractors' records that pertain to, and involve transactions relating to, this contract; and (ii) Interview any officer or employee regarding such transactions. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), and (c), of this clause, the Contractor is not required to flow down any FAR clause in a subcontract for commercial items, other than- (i) Paragraph (d) of this clause. This paragraph flows down to all subcontracts, except the authority of the Inspector General under paragraph (d)(1)(ii) does not flowdown; and (ii) Those clauses listed in this paragraph (e)(1). Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (A) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (B) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (C) 52.219-8, Utilization of Small Business Concerns (May 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (D) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (E) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (F) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (G) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (H) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (I) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (J) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment- Requirements (May 2014) (41 U.S.C. chapter 67). (K) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). (L) 52.222-54, Employment Eligibility Verification (Aug 2013). (M) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (N) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (End of Clause) 52.216-18 - Ordering (Oct 1995) (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 from 1 January 2015 through 31 December 2015. If the Government exercises any or all of the subsequent option periods, the effective ordering period shall be extended to coincide with the Ordering Period of the option period in question. (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. (End of Clause) 52.216-19 -- Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $2,500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of $500,000; (2) Any order for a combination of items in excess of $2,000,000; or (3) A series of orders from the same ordering office within 10 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) 52.216-21 -- Requirements (Oct 1995) (a) This is a requirements contract for the supplies or services specified and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as quote mark estimated'' or quote mark maximum quote mark in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 31 December 2019. (End of Clause) 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 within any time prior to contract expiration. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within any time prior to contract expiration; provided that the Government gives 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 clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. (End of Clause) (xiii) Provision at FAR 52.252-1 Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. Provision at FAR 52.252-2 Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. Clauses and Provisions incorporated by reference: FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification FAR 52.232-1 - Payments FAR 52.233-2 -- Service of Protest FAR 52.204-4 -- Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-7 -- System for Award Management FAR 52.243-1 Alternate 1-- Changes -- Fixed-Price FAR 52.245-1 - Government Property DFARS 252.211-7007 - Reporting of Government-Furnished Property DFARS 252.245-7001 - Tagging, Labeling, and Marking of Government-Furnished Property DFARS 252.245-7002 - Reporting Loss of Government Property DFARS 252.245-7003 - Contractor Property Management System Administration DFARS 252.245-7004 - Reporting, Reutilization, and Disposal DFARS 252.204-7004 Alternate A - Central Contractor Registration DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Applicable additional clauses under DFARS 252.212-7001 are as follows: FAR 52.203-3 - Gratuities DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7012 - Preference for Certain Domestic Commodities DFARS 252.226-7001 - Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFARS 252.243-7002 - Requests for Equitable Adjustment Local Clauses: 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Sep 2011) (LOCAL CLAUSE) 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 (HQ), Army Materiel Command (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 (GAO) 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 33.103. If you want to file a protest under the HQ 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. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 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 HQ AMC-Level Protest Procedures. (End of Clause) (xiv) The Government will award a Fixed Price Requirements contract as a result of this solicitation. (xv) Proposals are due at 3:00 PM Eastern Time, Wednesday, 26 November 2014. The Proposals shall be submitted in accordance with the instructions provided under Part viii of this solicitation. (xvi) The points of contact for this solicitation are SSG David Nash, (910) 908-2145, david.a.nash28.mil@mail.mil and Michael Pressley, (910) 643-7220, michael.a.pressley6.civ@mail.mil (xvii) Any amendments to this RFQ will be posted to this site. Please monitor this site frequently throughout the solicitation process. ATTACHMENTS The following attachments apply to this Request for Quote: Attachment 1 - Performance Work Statement Attachment 2 - Price Lists for CLIN0001 through CLIN0005 TE 1 - PRS TE 2 - Deliverables TE 3 - GFP Listing TE 5 - Wage Determination TE 6 - Individual Piece Rate TE 7 - Individual Piece Rate Next Day Service TE 8 Cash Bundle Service TE 9 - Cash Sales Historical Volume
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4c25fe3dd4b2a323e3ca800162c98dce)
 
Place of Performance
Address: MICC Center - Fort Bragg 900th Contracting Battalion, BLDG 2-1105 Stack C, Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN03576918-W 20141121/141119234405-4c25fe3dd4b2a323e3ca800162c98dce (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.