SOLICITATION NOTICE
R -- LAUNDRY SERVICES - SOW
- Notice Date
- 5/14/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812320
— Drycleaning and Laundry Services (except Coin-Operated)
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Headquarters, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060, United States
- ZIP Code
- 22060
- Solicitation Number
- SP4705-15-Q-1030
- Archive Date
- 6/5/2015
- Point of Contact
- Rebecca Lucena, Phone: 7037671181
- E-Mail Address
-
rebecca.lucena@dla.mil
(rebecca.lucena@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- STATEMENT OF WORK (SOW). COMBINED SYNOPSIS/SOLICITATION SP4705-15-Q-1030 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR 13, 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. This is a Request for Quotes (RFQ) and the solicitation number is SP4705-15-Q-1030. No formal solicitation will be issued. Review the attached Statement of Work for more details. This solicitation is issued as 100% set-aside for small business concerns. The NAICS code is 812320, Dry Cleaning and Laundry Services and the size standard is $ 5,500,000. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-66 effective February 28, 2013, Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20130228 effective February 28, 2013, and Defense Logistics Acquisition Directive (DLAD) Revision 5 and Proc Ltr 2012-48. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil. Defense Logistics Agency (DLA) Contracting Services Office intends to procure an acquisition on behalf of the Defense Logistics Agency Headquarters Installation Support to establish a contract for laundry service requirement for special events. The laundry service is required to clean tablecloths, table skirts, placemats, napkins, aprons, hand towels, bath towels, small and large rugs for various events. The period of performance will be for a 12 month base year with two 12 month option periods. Please refer to the attached Statement of work. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and addendum (FEB 2012). Quotes shall be received no later than May 21, 2015, @ 12:00 PM (Eastern Time).e-mail response will be accepted. Advance copies of the response can be email at Rebecca.lucena@dla.mil. Note: All responses must include the solicitation number on the cover page. For email, the solicitation number must be included within the subject line. (b) Submit one (1) original copy of the technical Quotes and one (1) copy of the technical Quotes. Within the copy, remove all mention of the contractor's name. (4) Technical Quotes: Provide a written narrative that describes your technical qualifications and addresses your ability to meet the requirements set forth in the Performance Work Statement. Certifications and Representations. FAR clause 52.212-3, Alt I: complete applicable fill-ins. Past Performance: Offers shall include the resume of the person(s) proposed to provide the required services as within the Statement of Work. Resume(s) shall describe the proposed personnel's credentials. Offeror must provide past performance reference for the same or similar services provided. For past performance references provide the current points of contact information, identify any government contract number, type of services provided, a description of the services provided, and number of years services provided. (m) Questions and/or requests for information concerning this solicitation should be submitted in writing via email, within two days of the issuance date of this solicitation, to Rebecca Lucena at email address rebecca.lucena@dla.mil.(End of Provision); 52.212-2 Evaluation-Commercial Items (JAN 1999) LOWEST PRICE TECHNICALLY ACCEPTABLE EVALUATION The contract resulting from this solicitation will be awarded based on the following evaluation factors: (1) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments. Technical Requirements are the primary determining factors of an offeror's ability to perform. Offerors shall describe how they meet or plan to meet all mandatory requirements in the respective Statement of Work (SOW) and contract clauses. The Government will review Quotess to determine whether or not an offeror has adequately demonstrated an ability to meet or exceed the Government's requirements on Section 3 of the SOW. For each technical requirement, offers demonstrating an ability to perform will at a minimum be determined "acceptable" for that requirement task. Depending on each contractor's capability, they may be determined to be outside the realm of acceptability and not provided an opportunity to revise their quote if discussions become necessary. (2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price. Price Evaluation is to be performed by the Contract Specialist and Contracting Officer. Vendors are required to submit price quotes in accordance with the proposed CLINs structure. Vendors are to provide firm-fixed pricing for each of the CLIN's as well as a total price for the entire effort. The Government will evaluate offers for award purpose by adding the total price for all options to the total price basic requirement. (3) Period of Performance: The period of Performance starts on June 1st, 2015 and ends on May 31, 2018. Offerors must meet the required delivery date, or if POP: Offerors must be able to start performance on the required period of performance. Each offeror's proposed price will be evaluated for reasonableness. The Government currently intends to award a contract with a period of performance of 12 months and two (2) twelve month option periods. It is the Government's intention to award without negotiating, under a lowest price, technically acceptable (LPTA) evaluation approach. FAR52.212-3, "Offeror Representations and Certification-Commercial Items" (APR 2012); 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items" (AUG 2012); 52.217-5, "Evaluation of Options" (JUL 1990); 52.217-8, "Option to Extend Services." 52.217-9, "Option to Extend the Term of the Contract." 52.219-28, "Post-award Small Business Program Representation" (APR 2009); 52.232-17, "Interest" (OCT 2008); 52.237-3, "Continuity of Services'" (JAN 1991); 52.242-13, "Bankruptcy" (JUL 1995); 52.242-15, "Stop-Work Order" (AUG 1989); 52.212-4, "Contract Terms and Conditions-Commercial Items" (FEB 2012); 52.232-33, "Payment by Electronic Funds Transfer-Central Contractor Registration"; 52.233-9001; "Disputes: Agreement to Use Alternative Dispute Resolution" (AUG 2004). DFARS 252.212-7000, "Offeror representations and certifications - Commercial Items" (Jun 2005) Certification and Representation shall be Submitted separately from the quote and 252.212-7001, "Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisition of Commercial Items" (Apr 2007) (DEVIATION), 52.204-99, "System for Award Management" (Aug 2012) and 252.243-7001, "Pricing of Contract Modifications" (Dec 1991). 252.232-7003, "Electronic Submission and Processing of Payment Requests and Receiving Reports" (Mar 2008) FAR52.222-42, "Statement of Equivalent Rates for Federal Hires" (May 1989)(29 U.S.C. 206 and 41 U.S.C 351, et seq.) Note: Equivalent Rate for Federal Hires is GS-09 The Government has the option to to extend the services for this action. Therefore, FAR 52.217-8,, "Option to Extend Services Addendum"applies to this acquisition. "The government might find it necessary to exercise FAR clause 52.217-8 "Option to Extend Services" at some point in this contract. At minimum, pricing for this clause will be evaluated in every offer prior to award as part of the pricing provided for the base year and any relevant "Option to Extend Term of the Contract" period of performance per FAR 52.217-9. Should the "Option to Extend Services" clause be exercised, pricing will follow past practices and be set at the then current rates being utilized in the contract, prorated to the Extended Services performance periods being utilized. For example, should this clause be exercised for a two month performance period to follow the option year one performance period of the contract, then the pricing would be set for two months at option year one pricing, barring the operation of other law." Offerors must be submitted via one of the following methods by 12:00 PM ET, May 21, 2015: Email to: rebecca.lucena@dla.mil; Attn: Rebecca Lucena or Mail to : DLA Contracting Services Office, ATTN: Rebecca Lucena, 8725 John J. Kingman Road, Room 1145, Fort Belvoir, VA 22060. To be eligible for award of a Government contract, contractors must be properly registered in the System Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 866-606-8220, or via the Internet @www.sam.gov. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor the FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a Quotes will be provided any changes/amendments and considered for future award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/FTBELVOIRVA/SP4705-15-Q-1030/listing.html)
- Place of Performance
- Address: DEFENSE LOGISTIC AGENCY (DLA), MCNAMARA HQ COMPLEX, 8725 JOHN J. KINGMAN ROAD, ROOM 1145, FORT BELVOIR, Virginia, 22060, United States
- Zip Code: 22060
- Zip Code: 22060
- Record
- SN03731005-W 20150516/150514234849-6f599bd70b772b500674e67a92bac7fd (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 |