Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2015 FBO #4929
SOLICITATION NOTICE

S -- Uniform Rental and Maintenance - Solicitation Documents

Notice Date
5/22/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Agricultural Research Service - Eastern Business Service Center
 
ZIP Code
00000
 
Solicitation Number
AG-32SC-S-15-0025
 
Archive Date
6/27/2015
 
Point of Contact
Joshua Dobereiner, Phone: 309-681-6410
 
E-Mail Address
josh.dobereiner@ars.usda.gov
(josh.dobereiner@ars.usda.gov)
 
Small Business Set-Aside
HUBZone
 
Description
Wage Determination CLIN Pricing Sheet Past Performance Evaluation Form Performance Work Statement 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 AG-32SC-S-15-0025 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82. This solicitation will be a 100% HUBZone Small Business Set-Aside. The associated NAICS code is 812332 (Industrial Launderers), with a small business size standard of $38.5 million. This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): 001) Rental Uniforms and Maintenance Services, i.e. laundering, alterations, repairs, and/or replacements, for Research Support Services (54 employees) - Base Year 002) Rental Uniforms and Maintenance Services, i.e. laundering, alterations, repairs, and/or replacements, for Facilities Services (95 employees) - Base Year 101) Rental Uniforms and Maintenance Services, i.e. laundering, alterations, repairs, and/or replacements, for Research Support Services (54 employees) - Option Year 1 102) Rental Uniforms and Maintenance Services, i.e. laundering, alterations, repairs, and/or replacements, for Facilities Services (95 employees) - Option Year 1 201) Rental Uniforms and Maintenance Services, i.e. laundering, alterations, repairs, and/or replacements, for Research Support Services (54 employees) - Option Year 2 202) Rental Uniforms and Maintenance Services, i.e. laundering, alterations, repairs, and/or replacements, for Facilities Services (95 employees) - Option Year 2 301) Rental Uniforms and Maintenance Services, i.e. laundering, alterations, repairs, and/or replacements, for Research Support Services (54 employees) - Option Year 3 302) Rental Uniforms and Maintenance Services, i.e. laundering, alterations, repairs, and/or replacements, for Facilities Services (95 employees) - Option Year 3 401) Rental Uniforms and Maintenance Services, i.e. laundering, alterations, repairs, and/or replacements, for Research Support Services (54 employees) - Option Year 4 402) Rental Uniforms and Maintenance Services, i.e. laundering, alterations, repairs, and/or replacements, for Facilities Services (95 employees) - Option Year 4 Specifications: See attached Performance Work Statement (PWS). The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA ARS Beltsville, MD 20705 and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Volume that provide details of how the Contractor will perform the work described in the PWS (no more than 10 pages); (2) Price; and (3) Past Performance information for 3 recent (performed within the last 5 years) and relevant (similar in size and scope to this requirement). Please use the attached CLIN Pricing Sheet for pricing information and the attached Past Performance Evaluation Sheet for the past performance information. The basis for award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the Government intends to award to the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical, (2) Price, and (3) Past Performance. The acquisition will be conducted using the procedures authorized by FAR 13.5. This requirement is subject to the availability of funds. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by Contracting Officer Representative (COR) and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.204-7, Central Contractor Registration; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-17, Ownership or Control of Offeror; FAR 52.204-18, Commercial and Government Entity Code Reporting; AGAR 452.204-70, Inquiries; FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71, Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; AGAR 452.211-72, Statement of Work/Specifications; AGAR 452.211-74, Period of Performance; FAR 52.212-1, Instructions to Offers-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items (filled in as follows: Technical, Price, and Past Performance); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.219-3, Notice of HUBZone Set-Aside or Sole Source Award; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-28, Post Award Small Business Program Representation; AGAR 452.219-70, Size Standard and NAICS Code Information; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-41, Service Contract Labor Standards; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts); FAR 52.222-50, Combating Trafficking in Persons; FAR 52.222-55, Minimum Wages Under Executive Order 13658; FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1, Buy American--Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-25, Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract; AGAR 452.237-74, Key Personnel; FAR 52.252-1, Solicitations Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted electronically. Quotes must be received no later than June 12, 2015, 2:00 PM Eastern Daylight Time. Questions in regards to this combined synopsis/solicitation are due no later than 2:00 PM EDT on Friday, May 29, 2015. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation. Late questions may not be answered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9c5ca566434aa94764b2f794f3eb5a38)
 
Place of Performance
Address: Beltsville, Maryland, 20705, United States
Zip Code: 20705
 
Record
SN03741402-W 20150524/150522235209-9c5ca566434aa94764b2f794f3eb5a38 (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.