Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
SOLICITATION NOTICE

S -- LAUNDRY SERVICES of Gore-Tex JP-8 Fuel Handlers Coveralls for FRCSW and their remote locations.

Notice Date
4/26/2017
 
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
N0024417Q0042
 
Response Due
5/1/2017
 
Archive Date
5/16/2017
 
Point of Contact
LARRY B. CHRISTIA JR 619-556-7047
 
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/). This solicitation is issued as a Request for Quotation (RFQ) and the RFQ number is N00244-17-Q-0036. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Change Notice 20161222. 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 (FLCSD), Contracts Department requests responses from qualified sources capable of providing laundry services (pick-up/delivery, laundry, and minor repairs) of Gore-Tex, JP-5, and Fuel Handler ™s Coveralls per the following CLINs listed below: Line Items Base YearDescriptionUnit PriceAnnual Garment Washings (estimated) QTYExtended Price 0001Naval Air Station North Island, San Diego CA. Bldg 94 “ 43 coveralls (Garment Type = Gore-Tex)$204 0002Naval Air Station North Island, San Diego CA. Test Line Bldg 785 “ 8 coveralls (Garment Type = Gore-Tex)38 0003Naval Air Station North Island, San Diego CA. Test Line Bldg 785 “ 50 coveralls (Garment Type = Red Flame Resistant)240 0004Marine Corps Air Station Miramar, 9215 Boyington Hangar 2, San Diego CA 92145 - 5 coveralls (Garment Type = Gore-Tex)24 0005Marine Corps Air Station Miramar, 9215 Boyington Hangar 2, San Diego CA 92145 - 24 coveralls (Garment Type = White, Cotton, 100%)115 0006Naval Air Station Lemoore, Lemoore CA, 93246 Bldg 180 - 27 coveralls (Garment Type = Gore-Tex)130 0007Naval Air Station Lemoore, Lemoore CA, 93246 Bldg 180 - 40 coveralls (Garment Type = White, Cotton, 100%)192 0008Naval Air Station Fallon, Fallon NV, 89496 Hangar 3 - 10 coveralls (Garment Type = Gore-Tex) 48 0009Naval Air Station Fallon, Fallon NV, 89496 Hangar 3 - 16 coveralls (Garment Type = White, Cotton, 100%)48 0010Whidbey Island, Seattle WA, 98278 Bldg 219 - 10 coveralls (Garment Type = Gore-Tex) 48 0011Whidbey Island, Seattle WA, 98278 Bldg 219 - 16 coveralls (Garment Type = White, Cotton, 100%)77 0012Marine Corps Base Hawaii Kanehoe Bay HI, 96863 - 16 coveralls (Garment Type = Gore-Tex) 77 0013Marine Corps Base Hawaii Kanehoe Bay HI, 96863 - 30 coveralls (Garment Type = White, Cotton, 100%)144 Base Year Total$ Line Items OPT Yr 1DescriptionUnit PriceQTY Annual Garment Washings (estimated)Extended Price 1001Naval Air Station North Island, San Diego CA. Bldg 94 “ 43 coveralls (Garment Type = Gore-Tex)$204 1002Naval Air Station North Island, San Diego CA. Test Line Bldg 785 “ 8 coveralls (Garment Type = Gore-Tex)38 1003Naval Air Station North Island, San Diego CA. Test Line Bldg 785 “ 50 coveralls (Garment Type = Red Flame Resistant)240 1004Marine Corps Air Station Miramar, 9215 Boyington Hangar 2, San Diego CA 92145 - 5 coveralls (Garment Type = Gore-Tex)24 1005Marine Corps Air Station Miramar, 9215 Boyington Hangar 2, San Diego CA 92145 - 24 coveralls (Garment Type = White, Cotton, 100%)115 1006Naval Air Station Lemoore, Lemoore CA, 93246 Bldg 180 - 27 coveralls (Garment Type = Gore-Tex)130 1007Naval Air Station Lemoore, Lemoore CA, 93246 Bldg 180 - 40 coveralls (Garment Type = White, Cotton, 100%)192 1008Naval Air Station Fallon, Fallon NV, 89496 Hangar 3 - 10 coveralls (Garment Type = Gore-Tex) 48 1009Naval Air Station Fallon, Fallon NV, 89496 Hangar 3 - 16 coveralls (Garment Type = White, Cotton, 100%)48 1010Whidbey Island, Seattle WA, 98278 Bldg 219 - 10 coveralls (Garment Type = Gore-Tex) 48 1011Whidbey Island, Seattle WA, 98278 Bldg 219 - 16 coveralls (Garment Type = White, Cotton, 100%)77 1012Marine Corps Base Hawaii Kanehoe Bay HI, 96863 - 16 coveralls (Garment Type = Gore-Tex) 77 1013Marine Corps Base Hawaii Kanehoe Bay HI, 96863 - 30 coveralls (Garment Type = White, Cotton, 100%)144 Option 1 Total$ Line Items OPT Yr 2DescriptionUnit PriceQTY Annual Garment Washings (estimated)Extended Price 2001Naval Air Station North Island, San Diego CA. Bldg 94 “ 43 coveralls (Garment Type = Gore-Tex)204 2002Naval Air Station North Island, San Diego CA. Test Line Bldg 785 “ 8 coveralls (Garment Type = Gore-Tex)38 2003Naval Air Station North Island, San Diego CA. Test Line Bldg 785 “ 50 coveralls (Garment Type = Red Flame Resistant)240 2004Marine Corps Air Station Miramar, 9215 Boyington Hangar 2, San Diego CA 92145 - 5 coveralls (Garment Type = Gore-Tex)24 2005Marine Corps Air Station Miramar, 9215 Boyington Hangar 2, San Diego CA 92145 - 24 coveralls (Garment Type = White, Cotton, 100%)115 2006Naval Air Station Lemoore, Lemoore CA, 93246 Bldg 180 - 27 coveralls (Garment Type = Gore-Tex)130 2007Naval Air Station Lemoore, Lemoore CA, 93246 Bldg 180 - 40 coveralls (Garment Type = White, Cotton, 100%)192 2008Naval Air Station Fallon, Fallon NV, 89496 Hangar 3 - 10 coveralls (Garment Type = Gore-Tex) 48 2009Naval Air Station Fallon, Fallon NV, 89496 Hangar 3 - 16 coveralls (Garment Type = White, Cotton, 100%)48 2010Whidbey Island, Seattle WA, 98278 Bldg 219 - 10 coveralls (Garment Type = Gore-Tex) 48 2011Whidbey Island, Seattle WA, 98278 Bldg 219 - 16 coveralls (Garment Type = White, Cotton, 100%)77 2012Marine Corps Base Hawaii Kanehoe Bay HI, 96863 - 16 coveralls (Garment Type = Gore-Tex) 77 2013Marine Corps Base Hawaii Kanehoe Bay HI, 96863 - 30 coveralls (Garment Type = White, Cotton, 100%)144 Option 2 Total$ Line Items OPT Yr 3DescriptionUnit PriceQTY Annual Garment Washings (estimated)Extended Price 3001Naval Air Station North Island, San Diego CA. Bldg 94 “ 43 coveralls (Garment Type = Gore-Tex)$204 3002Naval Air Station North Island, San Diego CA. Test Line Bldg 785 “ 8 coveralls (Garment Type = Gore-Tex)38 3003Naval Air Station North Island, San Diego CA. Test Line Bldg 785 “ 50 coveralls (Garment Type = Red Flame Resistant)240 3004Marine Corps Air Station Miramar, 9215 Boyington Hangar 2, San Diego CA 92145 - 5 coveralls (Garment Type = Gore-Tex)24 3005Marine Corps Air Station Miramar, 9215 Boyington Hangar 2, San Diego CA 92145 - 24 coveralls (Garment Type = White, Cotton, 100%)115 3006Naval Air Station Lemoore, Lemoore CA, 93246 Bldg 180 - 27 coveralls (Garment Type = Gore-Tex)130 3007Naval Air Station Lemoore, Lemoore CA, 93246 Bldg 180 - 40 coveralls (Garment Type = White, Cotton, 100%)192 3008Naval Air Station Fallon, Fallon NV, 89496 Hangar 3 - 10 coveralls (Garment Type = Gore-Tex) 48 3009Naval Air Station Fallon, Fallon NV, 89496 Hangar 3 - 16 coveralls (Garment Type = White, Cotton, 100%)48 3010Whidbey Island, Seattle WA, 98278 Bldg 219 - 10 coveralls (Garment Type = Gore-Tex) 48 3011Whidbey Island, Seattle WA, 98278 Bldg 219 - 16 coveralls (Garment Type = White, Cotton, 100%)77 3012Marine Corps Base Hawaii Kanehoe Bay HI, 96863 - 16 coveralls (Garment Type = Gore-Tex) 77 3013Marine Corps Base Hawaii Kanehoe Bay HI, 96863 - 30 coveralls (Garment Type = White, Cotton, 100%)144 Option 3 total: Grand Total Base plus options $ The quantities listed are annual Government estimates and are not guaranteed to be purchased. CLINS 0001-0013 are Base Year CLIN ™s. The Government requests that pricing be provided for the three option years. Option Year 1: (CLINS 1001-1013) Option Year 2: (CLINS 2001-2013) Option Year 3: (CLINS 3001-3013) Refer to the Statement of Work (SOW) which is Attachment #1 Periods of Performance: 05/15/2017 “ 05/14/2018 (Base Year “ May 15, 2017 is an estimated start date) 05/15/2018 “ 05/14/2019 (Option Year 1) 05/15/2019 “ 05/14/2020 (Option Year 2) 05/15/2020 “ 05/14/2021 (Option Year 3) FOB is Destination IAW FAR 52.247-34 The following FAR provisions and clauses are applicable to this procurement: 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 Attachment #2 śInstructions to Offerors ť. FAR 52.212-2 Evaluation-Commercial items is applicable to this procurement. Please refer to Attachment #3 for more detail related to this procurement ™s evaluation criteria. 52.204-7 System for Award Management. 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; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION 2013-O0019) with the following clauses applicable to paragraph (b): 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-28 Post-Award Small Business Program; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking Persons; 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; 52.222-41 Service Contract Labor Standards; 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards; 52.222-55 Minimum Wages Under Executive Order 13658 52.217-5 Evaluation of Options; 52.233-3 Protest after Award. 52.237-2 Protection of Government Buildings, Equipment and Vegetation 52.247-34 F.O.B. Destination; 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: DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions Contract Terms and Conditions Required to Implement Statues; 252.203-7000 Requirements Relating to Compensation of Former DOD Officials; 252.203-7998 Prohibition on Contracting Entities 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; 252.237-7012 Instruction to Offerors (Count-of-Articles); 252.237-7014 Loss or Damage (Count-of-Articles); 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. 52.217-9 Option to Extend Services (a) The Government may extend the term of this contract by written notice to the Contractor provided that the Government gives the Contractor a preliminary written notice one day prior of its intent prior to contract expiration. 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 48 months. (End of Clause) 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) REVIEW OF AGENCY PROTESTS The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority. The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 3985 Cummings Road, San Diego, CA 92136-4200. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the contracting officer or reviewing official. Offerors should note this review of the Contracting Officers decision will not extend GAOs timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. UNIT PRICES (OCT 2001) Contractor unit prices, when incorporated into a Government contract, may be releasable under the Freedom of Information Act (FOIA) in the event NAVSUP FLCSD receives a FOIA request. 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. QUOTATION SUBMISSION TIMEFRAME: This announcement will close at 3:00pm PST, 01 May 2017. Submit offers (quotes) via NECO or e-mail to: larry.christia@navy.mil, 619-556-7047 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/. DATA SUBMISSION REQUIREMENTS: Contractors shall provide the following to support their quotation: (1) Technical narrative and other applicable related literature not to exceed (10) pages (in accordance with FAR 52.212-1-(b)(4); (1) copy (2) Pricing Data: Base year and option pricing. Spreadsheet format acceptable that clearly outlines unit pricing, total pricing. (1) copy. (3) Past Performance Information per 52.212-2. (1) copy. APPLICABLE ATTACHMENTS: 1. Statement Of Work (SOW) 2. 52.212-1 Instructions to Offerors “ Commercial Items (OCT 2015) 3. 52.212-2 Evaluation-Commercial Items (OCT 2014) 4. Past Performance Information (PPI) Data Sheet 5. Photos of coveralls 6. Coverall Laundry Instructions End.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024417Q0042/listing.html)
 
Place of Performance
Address: FLEET READINESS CENTER SOUTHWEST (FRCSW) NAVAL AIR STATION NORTH ISLAND (NASNI) AND REMOTE LOCATIONS, SAN DIEGO, CA
Zip Code: 92132
 
Record
SN04485446-W 20170428/170426234545-1dba0efc0a9fcf26e2bf40c5c6204c56 (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  © 1994-2020, Loren Data Corp.