Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2015 FBO #5049
SOLICITATION NOTICE

S -- LAUNDERY GORE-TEX FUEL HANDLERS COVERALLS

Notice Date
9/18/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024415T0294
 
Response Due
9/25/2015
 
Archive Date
10/12/2015
 
Point of Contact
Jose Gomez 619-556-5905
 
E-Mail Address
POC EMAIL ADDRESS
(jose.l.gomez1@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-15-T-0294. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-83 and DFARS Change Notice 20150826. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. This is 100% small business set-aside procurement in accordance with FAR 52.219-6. The NAICS Code is 812320 and the Small Business Standard is 5.5 Mil. The Fleet Logistics Center, San Diego, Regional Contracts Department requests responses from qualified sources capable of providing laundry services (pick-up, laundry, and drop-off) of Gore-Tex JP-5 Fuel Handler ™s Coveralls per the following CLINs listed below: Item 0001 Naval Air Station North Island, San Diego CA. Bldg 94 “ 34 coveralls Item 0002 Naval Air Station North Island, San Diego CA. Test Line Bldg 785 “ 6 coveralls Item 0003 Marine Corps Air Station Miramar, 9215 Boyington Hangar 2, San Diego CA 92145 - 4 coveralls Item 0004 Naval Air Station Lemoore, Lemoore CA, 93246 Bldg 180 - 22 coveralls Item 0005 Naval Air Station Fallon, Fallon NV, 89496 Hangar 3 - 8 coveralls Item 0006 Whidbey Island, Seattle WA, 98278 Bldg 219 - 8 coveralls The contract will have a period of performance of: 10/01/2015 “ 9/30/2016 (Base Year) 10/01/2016 “ 09/30/2017 (Option Year 1) 10/01/2017 “ 09/30/2018 (Option Year 2) 10/01/2018 “ 09/30/2019 (Option Year 3) Quotes submitted shall include pricing for the base year and all three (3) option years. The following FAR provisions and clauses are applicable to this procurement: 52.204 Security Requirements; 52.204-7 Registered in SAM prior to award or performance; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.219-3 Notice of Total HUB Zone Set-Aside. Reporting Executive Compensation and First-Tier Subcontract Awards;52.219-A Utilization of Small Business Concerns; 52.247-34 F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION 2013-O0019) with the following clauses applicable to paragraph (b): 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41 Service Contract Labor Standards; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-18 Availability of Funds;52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.233-3 Protest after Award. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: NAVSUP 5252.232-9402, Invoicing and Payment (WAWF) Instructions. DFARS 252.232-7006, Contract Terms and Conditions Required toImplement Statues; 252.203-7000 Requirements Relating to Compensation of Former DOD Officials; 252.203-7998 Prohibition on Contracting Entitites That Require Certain Internal Confidentiality Agreements “ Representation (DEVIATION 2015-O0010); 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting; 252.209-7999 Representation by corporations regarding an unpaid delinquent tax liability or a felony conviction under any Federal law, 252.225-7036 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7021Trade Agreements; 252.232-7010 Levies on Contract Payments; 252.237-7016 Delivery Tickets; 252.243-7001 Pricing of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment; Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Deviation 2015-000010) (Feb 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause) UNIT PRICES (OCT 2001) Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. ALL OF THE FOLLOWING PROVISIONS AND CLAUSES LISTED ABOVE;ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: https://acquisition.gov/far/index.html and www.acq.osd.mil/dpap/dars/dfarspgi/current/ It is the responsibility of the interested contractors to obtain copies of the necessary provisions and clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render a quote not to be accepted by the Government. The following provisions and clauses are applicable: FAR 52.212-1 INSTRUCTIONS TO QUOTERS ”COMMERICAL ITEMS (JUN 2008) 1.0 GENERAL PROPOSAL INSTRUCTIONS The Government will award a contract resulting from this solicitation to the responsible Contractor whose offer is the Lowest Price Technically Acceptable. Contractors shall prepare a quote as set forth in these in the attachment śInstructions to Quoters ť. FAR 52.212-2 Evaluation-Commercial items is applicable to this procurement. (a) The Government will award a contract resulting from this solicitation to the responsible Contractors 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 the offers. AWARD WILL BE MADE BASED ON: Technical Capability Past Performance Price The Government reserves the right to make an award to other than the lowest price Contractor if the Contracting Officer determines that to do so would result in the greatest value to the Government. ELECTRONIC QUOTE SUBMISSION IS ACCEPTABLE: Each Contractor must submit a quote in accordance with the instructions herein. When evaluating a Contractor, the Government will consider how well the Contractor complied with both the letter and spirit of these instructions. The Government will consider any failure on the part of a Contractor to comply with the letter and spirit of these instructions to be an indication of the type of conduct it can expect during contract performance. Therefore, Contractors are encouraged to contact the Contract Specialist Jose L. Gomez at E-mail: jose.l.gomez1@navy.mil. This announcement will close at 1:00pm PDT, 25 September 2015. Submit offers (quotes) via NECO or e-mail to: jose.l.gomez1@navy.mil. Do not send via U.S. Mail. System for Award Management (SAM). Contractor must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. ATTACHMENTS: 1. Instructions to Quoters 2. SOW 3. Coverall Laundry Instructions 4. Evaluation Criteria/Past Performance Data Sheet
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024415T0294/listing.html)
 
Record
SN03893378-W 20150920/150918235317-b83945176009f1ae463029bc50f26683 (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.