Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2017 FBO #5640
SOLICITATION NOTICE

S -- AFROTC Laundry Services - RFQ

Notice Date
5/1/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2XJA57059AW01
 
Archive Date
5/24/2017
 
Point of Contact
Camillus C. Mays, Phone: 334-953-1652, Paula Reinhard, Phone: 334-953-6569
 
E-Mail Address
camillus.mays@us.af.mil, paula.reinhard@us.af.mil
(camillus.mays@us.af.mil, paula.reinhard@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
I. GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg. 804, Maxwell AFB, AL has a requirement to purchase services as described in the Statement of Work (SOW), (Attachment 1). This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-95 and DFARS DPN change notice 20161222. A Firm Fixed Priced Award will be made in accordance with the following: NAICS Code: This acquisition is being solicited as a 100% small business set-aside. The North American Industrial Classification System (NAICS) code for this acquisition is 812320 with a size standard of $5,500,000. II. NATURE OF ACQUISITION: Maxwell AFB has a requirement to purchase the below services. This procurement will be awarded under Simplified Acquisition Procedures. Quotes must be received no later than 09 May 2017, 1pm, CST. Email quotes to Camillus C. Mays at camillus.mays@us.af.mil and Paula Reinhard at paula.reinhard@us.af.mil. If there are any questions, please email or call Camillus C. Mays at (334)953-1652 or Paula Reinhard at (334)953-6569. III. SCHEDULE OF SUPPLIES/SERVICES: Period of Performance (PoP): 28 May 17 - 20 Aug 17. The contractor shall provide the services listed below which are to be performed at Camp Shelby Mississippi. The Government estimates the quantities per CLIN. (Government is not bound to this estimate.) CLIN 0001: Laundry service for uniforms for AFROTC field training at Camp Shelby Mississippi. Quantity Unit Unit Price Total Price 127,500 LBS $ $ CLIN 0002: Laundry services for comforters for AFROTC field training at Camp Shelby Mississippi. Quantity Unit Unit Price Total Price 22,500 LBS $ $ Note: Vendor will be paid by the pounds actually washed not the estimated quantity amount. All work is to be performed in accordance with (IAW) the attached Statement of Work IV. QUOTE PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a. The offeror must submit a signed and dated quote on company letterhead with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions, the offeror agrees to accede to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. b. Offerors must include a completed copy of the provisions at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items. c. Offerors must provide a unit price and extended price for CLIN 0001 and CLIN 0002 referenced in the "SCHEDULE OF SUPPLIES/SERVICES." d. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. e. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the System for Award Management (SAM) database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220. f. Quote Contents: PART I - TECHNICAL: a. Provide quote that accedes to all the requirements of the synopsis/solicitation. PART II - PAST PERFORMANCE INFORMATION: (a) RECENCY. The offeror shall include information on the three (3) most recent (within five (5) years from the date of issuance of the solicitation) contracts that are the same or similar to the type and magnitude of work described in the SOW. Provide the following information for each contract reference: a. Company or Agency b. Total contract value c. Period of Performance d. Contracting point of contact with either phone number or email. (b) RELEVANCY. Relevant information involves work that is the same or similar to the type and magnitude or size of work described in the SOW. PART III - PRICE: The offeror must submit proposed unit and extended prices in Section III (see above) of the synopsis/solicitation for CLIN 0001 and CLIN 0002. The price factor will be evaluated for reasonableness. IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. V. BASIS FOR AWARD This is a 100% Small Business Set-Aside firm-fixed price contract. The small business contractor must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Award will be made to the lowest priced quote that has acceptable technical and past performance ratings. PART I - TECHNICAL: The offeror by acceding to all of the requirements of this synopsis/solicitation (see Quotation Preparation Instructions) will be determined technically acceptable. Quotes will be assigned ratings of Acceptable (clearly meets minimum requirements) and Unacceptable (does not meet minimum requirements). PART II - PAST PERFORMANCE: The Government will evaluate past performance to assess how well the contractor performed work relevant to the type of effort and type of requirement described in the solicitation as an indicator of the ability to perform the contract successfully. The Government will use the following procedures in evaluating past performance: 1. The Government will accomplish the past performance evaluation assigning an acceptable or unacceptable rating as defined below. 2. The Government will seek relevant performance information from past and present efforts provided by the offeror (using questionnaires, which will be forwarded by the contracting officer to the contractor's selected sources). a. Recency is defined as performance occurring within the last five (5) years of the date of this solicitation. b. Relevant performance includes performance of efforts involving requirements that are similar or greater in scope, magnitude, and complexity than the effort described in this solicitation. In determining relevancy for individual contracts, consideration will be given to the effort, or portion of the effort, being proposed by the offeror, teaming partner, or subcontractor. c. The following performance definitions will be used in the assessment of performance: Past Performance Evaluation Ratings Rating Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. (See note below.) Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. NOTE: If an offeror is determined to have unknown past performance, in the context of acceptability/unacceptability, "unknown" shall be considered "acceptable". PART III - PRICE: Finally, the Government will evaluate the price of all quotes that receive acceptable technical and past performance ratings as follows: Quotes will be determined fair and reasonable based on competitive quotes, comparison with similar services in a related industry, comparison to an independent Government estimate, or any other reasonable basis in accordance with FAR 13.106-2. The Government intends to award a contract without discussions with respective offerors. Offerors shall submit sufficient information and in the format specified in Quote Preparation Instructions. Offeror's may be asked to clarify certain aspects of their quote (e.g., the relevance of past performance information) or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. VI. CONTRACT TERMS AND CONDITIONS: The following provisions and clauses apply to this acquisition and can be viewed through Internet access at the Air Force Federal Acquisition Regulation (FAR) Site, http://www.farsite.hill.af.mil in accordance with 52.252-1 and 52.252-2. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available, IAW FAR 52.107 or view in the sites mentioned in provision 52.252-1 and Clause 52.252-2. The Following Provisions and Clauses Are Incorporated By Reference: FAR 52.204-7 System for Award Management (OCT 2016) FAR 52.204-13 System for Award Management Maintenance (OCT 2016) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) FAR 52.212-1 Instructions to Offerors - Commercial Items (JAN 2017) FAR 52.212-2 Evaluation - Commercial Items (OCT 2014) FAR 52.212-3 Alt 1, Offeror Representations and Certifications (JAN 2017) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (JAN 2017) FAR 52.219-6 Notice of Total Small Business Set Aside (NOV 2011) FAR 52.219-28 Post Award Small Business Program Representation (JUL 2013) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) FAR 52.223-5 Pollution Prevention and Right-to-Know Information (MAY 2011) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.228-5 Insurance - Work on a Government Installation (JAN 1997) FAR 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (JUL 2013) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.237-2 Protection of Government Buildings, Equipment, And Vegetation (APR 1984) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) DFARS 252.203-7005 Representation Relating To Compensation of Former Dod Officials (NOV 2011) DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992) DFARS 252.204-7004 Alt A System for Award Management Alternate A (FEB 2014) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (DEC 2015) DFARS 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (DEC 2015) DFARS 252.223-7006 Prohibition on Storage, Treatment and Disposal of Toxic or Hazardous Materials (SEP 2014) DFARS 252.225-7048 Export Controlled Items (JUN 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.237-7010 Prohibition of Interrogation of Detainees by Contractor Personnel (JUN 2013) DFARS 252.237-7013 Instruction to Offerors (Bulk Weight) (DEC 1991) DFARS 252.237-7015 Loss or Damage (Weight of Articles) (DEC 1991) DFARS 252.243-7001 Pricing of Contract Modifications (DEC 1991) FAR Clauses and Provisions by Full Text: FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2017) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) 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. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(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 (Oct 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 (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (ix) 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. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 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.) (xiii) 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) (xiv) 52.222-54, Employment Eligibility Verification (Oct 2015). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvi) 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). (xvii) 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. (xviii) 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. (xviii) 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) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Clause) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Provision) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) DFARS 252.204-7006 Billing Instructions (OCT 2005) When submitting a request for payment, the Contractor shall- (a) Identify the contract line item(s) on the payment request that reasonably reflect contract work performance; and (b) Separately identify a payment amount for each contract line item included in the payment request. (End of clause) MP 5352.223-9001 Health and Safety on Government Installations (NOV 2012) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at http://farsite.hill.af.mil. (End of Provision) DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. (Block 15 (Deliver To) of SF1449) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. Issue By DoDAAC Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base Admin DoDAAC Block 16 (Administered by) of SF1449 Inspect By DoDAAC Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Ship To Code Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship From Code "Not applicable." Mark For Code Customer Service Approver (DoDAAC) "Not applicable." Service Acceptor (DoDAAC) Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. Accept at Other DoDAAC "Not applicable." LPO DoDAAC "Not applicable." DCAA Auditor DoDAAC "Not applicable." Other DoDAAC(s) "Not applicable." (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. camillus.mays@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. paula.reinhard@us.af.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5352.201-9101 OMBUDSMAN JUN 2016 (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Primary: Mr. David E. Jones, Deputy Chief, Contracting Division, HQ AFICA/KT; Alternate: Mr. Stephen G. Smith, Chief, Acquisition Support Branch, HQ AFICA/KTC; Address: 2035 First Street West, Ste 1, JBSA Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652-7907 or (210) 652-7075; and E-mail Addresses: david.jones.3@us.af.mil or stephen.smith@randolph.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395. (INTERIM CHANGE: See Policy Memo 14-C-05) (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Attachments: 1. SOW 2. Past Performance Questionnaire Attachment 1: STATEMENT OF WORK AFROTC FIELD TRAINING LAUNDRY SERVICES CAMP SHELBY HATTIESBURG, MS 39401 28 May - 20 August 2017 INTRODUCTION. AFROTC requires the purchase of laundry services for Field Training 2017 at Camp Shelby, MS. 1.0 SUMMARY OF REQUIRMENT. 1.1 DESCRIPTION OF SERVICES/GENERAL INFORMATION. The contractor shall provide all management, tools, equipment, and labor necessary to provide laundry services to Air Force Reserve Officer Training Corps Field Training (AFROTC FT) in accordance with federal, state, and local regulations, commercial standards and this Statement of Work (SOW) and its appendices. The contractor shall provide laundry services to include pick-up and delivery according to schedule, correct quantities of laundry are picked up and delivered, laundry is delivered free of all visible dirt, debris, dampness, offensive odors, mildew, cleansing chemicals residue, has a uniform appearance, and items are properly finished and packaged, in accordance with this SOW. The period of performance: 28 May through 20 August 2017 Poundage: Approximately 150,000 lbs. The contractor shall be responsible for loading and unloading of laundry. Contractor shall ensure that soiled laundry does not come into contact with clean laundry. Contractor shall ensure all parties receive the same quantity shipped upon delivery. The contractor shall process and return all items for cleaning to Camp Shelby, MS Contingency Operating Location (COL) 4 no later than 24 hours after the day of pick-up. 1.2 COUNT OF ARTICLES. The contractor and a government representative shall sign the laundry ticket/weight sheet when items are picked up and delivered. The contractor shall furnish the original copy of the laundry ticket/weight sheet to Government Official. The contractor shall be liable for return of the number articles turned in for service under this contract. Additionally, the contractor shall contact the customer POC once 75% of the total weight amount has been reached. 1.3 STATE OR LOCAL DEPARTMENT OF HEALTH REQUIREMENTS. Contractor shall ensure its operations comply with any certification of labeling or cleaning requirements arising from state or local Department of Health regulations. 1.4 CLEANING. The contractor shall clean all items in accordance with Commercial Standards and the specifications for Laundry and Dry Cleaning Operations. This will include the removal of all non-permanent soil, spots, and stains. Each article shall be thoroughly dried and free of lint. Whites will be white and free of gray and yellow and color fabrics shall be clean. Colored laundry bags will be laundered separate from clothing items. 1.5 REPERFORMANCE OF LAUNDERING. Any items found to have been unsatisfactorily laundered as determined by the Quality Assurance Personnel (QAP) shall bere-cleaned at no additional cost to the Government. The QAP's will be designated in writing and presented to the contractor. Such items will be identified by QAPs to the contractor's representative after the unsatisfactory condition is discovered. The item(s) shall be re-cleaned and returned to the same exchange point the next scheduled normal delivery day. Contractor shall ensure re-cleaned items are segregated from other laundry items when returned. Contractor shall also ensure that items are readily identifiable upon return to the government as re-cleaned items, to include the date and load number with which they were originally returned. For example, items may be labeled with a tag stating, "re-wash". 1.6 WORKMANSHIP AND SANITATION. Delivered finished articles shall conform to the generally accepted industry standards of quality of cleanliness, finish, and appearance. All items shall be delivered in a sanitary condition after being thoroughly laundered and properly dried. All work performed for AFROTC FT laundry shall be done under sanitary conditions, in accordance with generally accepted industry standards and Department of Health Regulations. The contractor's facility shall be open to inspection of sanitary conditions at any time by a representative of the government, and the government reserves the right to perform or cause to have performed any test necessary, to determine the sanitary conditions of articles delivered by the contractor. Contractor shall ensure that at no time AFROTC FT items come into contact with items of other customers that may be in progress. 1.7 FOLDING: AFROTC FT Airman Battle Uniform (ABU) blouse and pant, sheet, and pillow case laundry shall be folded to ensure a neat and uniform appearance that is not marred by excessive loose ends. Comforters and blankets will be rolled and wrapped in durable cellophane. Any items found to have been unsatisfactorily laundered as determined by the QAP shall be re-cleaned at no additional cost to the Government. Such items will be identified by QAPs to the contractor's representative after the unsatisfactory condition is discovered. The item(s) shall be re-cleaned and returned to the same exchange point at the next scheduled normal delivery day. The contractor shall ensure re-cleaned items are segregated from other laundry items and other types of items to be re-washed when returned. The contractor shall also ensure that items are readily identifiable upon return to the government as re-cleaned items, to include the date and load number with which they were originally returned. For example, items may be labeled with a tag stating, "re-wash". 1.8 PICK-UP/DELIVERY: The contractor shall pick-up, sort and weigh all items to be serviced and delivered to AFROTC FT, Camp Shelby COL 4. The contractor shall pick-up on the day and time specified in Appendix A, including federal holidays and weekends. Contractor shall ensure that correct quantities of laundry are delivered and that laundry is free of all visible dirt, debris, dampness, offensive odors, mildew, cleansing chemicals residue and have a uniform appearance. All items should be properly finished and packaged. Clothing laundry will be delivered to the contractor in one of two types of laundry bags: colored non-mesh and mesh. The laundry will be taken out of the colored non-mesh laundry bags, washed, dried, folded, and returned in a colored non-mesh type laundry bag. While this laundry does not have to be delivered by the contractor in the same bag in which it was picked up in, the color of the bag must be the same as the bag in which it was picked up in. Colored non-mesh laundry bags will be washed and dried separately from other types of laundry prior to putting the folded laundry back into them. Items delivered to the contractor in mesh bags will remain in the mesh bags while being laundered and returned in the same mesh bags; no folding of these items is required. Linens will not be placed in laundry bags and will be delivered in the condition described in paragraph 1.7 FOLDING above. These services will be performed at the contractor's facility. Any discrepancy between the government's and the contractor's weight shall be resolved prior to departure. The contractor shall provide a delivery ticket reflecting the daily weight of items delivered each time and all shortages must be annotated on a separate delivery ticket. Any shortages noted shall be delivered on the next scheduled delivery day. A copy of the delivery ticket will be retained by government at each applicable delivery point. The contractor shall process and return all items for cleaning to Camp Shelby, MS COL 4 no later than 24 hours after the day of pick-up. 1.9 RETURN OF ITEMS: All items provided by the government for performance under this contract will be returned to the government, no substitute items will be allowed. Should substitute items be returned the contractor will be liable for replacement costs. 2.0 GENERAL INFORMATION 2.1 QUALITY CONTROL: The contractor shall develop and maintain a quality program to ensure laundry services are performed in accordance with commonly accepted commercial practices. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. As a minimum the contractor shall develop quality control procedures addressing the performance objective identified in paragraph 1.1. and 2.0 above. 2.2 QUALITY ASSURANCE: The government will evaluate the contractor's performance in accordance with commercial standards. 2.3 WORKMANSHIP AND SANITATION: Delivered finished articles and service shall conform to the Standards and Recommendations of the Joint Commission on Accreditation of Healthcare Organizations (JCAHO) and generally accepted industry standards of quality and cleanliness, finish, and appearance. All work performed shall be done under sanitary conditions. 2.4 DAMAGED/LOST ARTICLES: See DoD FAR 252.237-7015, Loss or Damage (Weight of articles) MISSING ITEMS/DAMAGED. If any item is missing from a delivery, the contractor shall on the same day the shortage occurs issue an IOU (shortage) ticket. Lost items must be re-delivered by the contractor in the next regularly scheduled delivery at no additional cost to the Government. If a lost item is not delivered by the next scheduled delivery the item is lost and the contractor shall reimburse to the government the replacement cost of the item. That cost will be offset as a deduction to the appropriate invoice. 2.5 HOLIDAYS. Pick-up and delivery will take place every day during the contract to include weekends and all holidays. 3.0 GOVERNMENT FURNISHED PROPERTY AND SERVICES: 3.1 No property or services will be provided by the US Air Force. 4.0 APPENDICIES. 4.1 APPENDIX A. Pick-up/Delivery Schedule: All pick-up and deliver will take place at 0930 on at the designated AFROTC pick-up location on COL 4. Clothing items contained in laundry bags (both colored non-mesh and mesh type): The pick-up and delivery will take place according to the following schedule: Pick-up Delivery Pick-up Delivery Pick-up Delivery 28 May 29 May 29 May 30 May 30 May 31 May 31 May 1 June 1 June 2 June 2 June 3 June 3 June 4 June 4 June 5 June 5 June 6 June 6 June 7 June 7 June 8 June BREAK Pick-up Delivery Pick-up Delivery Pick-up Delivery 11 June 12 June 12 June 13 June 13 June 14 June 14 June 15 June 15 June 16 June 16 June 17 June 17 June 18 June 18 June 19 June 19 June 20 June 20 June 21 June 21 June 22 June BREAK Pick-up Delivery Pick-up Delivery Pick-up Delivery 25 June 26 June 26 June 27 June 27 June 28 June 28 June 29 June 29 June 30 June 30 June 1 July 1 July 2 July 2 July 3 July 3 July 4 July 4 July 5 July 5 July 6 July BREAK Pick-up Delivery Pick-up Delivery Pick-up Delivery 9 July 10 July 10 July 11 July 11 July 12 July 12 July 13 July 13 July 14 July 14 July 15 July 15 July 16 July 16 July 17 July 17 July 18 July 18 July 19 July 19 July 20 July BREAK Pick-up Delivery Pick-up Delivery Pick-up Delivery 23 July 24 July 24 July 25 July 25 July 26 July 26 July 27 July 27 July 28 July 28 July 29 July 29 July 30 July 30 July 31 July 31 July 1 Aug 1 Aug 2 Aug 2 Aug 3 Aug BREAK Pick-up Delivery Pick-up Delivery Pick-up Delivery 6 Aug 7 Aug 7 Aug 8 Aug 8 Aug 9 Aug 9 Aug 10 Aug 10 Aug 11 Aug 11 Aug 12 Aug 12 Aug 13 Aug 13 Aug 14 Aug 14 Aug 15 Aug 15 Aug 16 Aug 16 Aug 17 Aug Camp Shelby Linen Dates Pick-up Delivery Pick-up Delivery Pick-up Delivery 9 June 10 June 23 June 24 June 7 July 8 July 21 July 22 July 4 Aug 5 Aug 18 Aug 19 Aug 3. Description of items to be laundered is as follows 3.1 Uniform items including ABU pants, ABU blouses, shirts, PT shorts, PT shirts, socks, and undergarments. 3.2 Linen items include comforters and pillows. Attachment 2: Past Performance Questionnaire When filled out, the following conditions apply: For Official Use Only *** Source Selection Information - See FAR 2.101 and FAR 3.104 *** CONTRACTOR PAST PERFORMANCE QUESTIONNAIRE Please, complete the following questionnaire regarding the contractor's performance in providing services for your organization. This information will be used to assess the contractor's qualifications to perform Laundry Services for Air Force ROTC Field Training at Camp Shelby Mississippi. The rater's name is considered source selection sensitive information and will be kept confidential; however, our office may contact you for clarification, if necessary. Do not send a copy to the contractor being evaluated. Hand written responses are sufficient. Please, return the completed questionnaire via email to the following by 16 May 2017, 1:00PM Central: Camillus C. Mays at camillus.mays@us.af.mil and Paula Reinhard at paula.reinhard@us.af.mil. Please complete the following: A. RESPONDENT INFORMATION: Name:_______________________________________Title:_____________________________ Organization & Address: ______________________________________________________ ______________________________________________________ ______________________________________________________ Phone:____________________Fax:_________________Email:__________________________ B. CONTRACT INFORMATION: Contractor Being Evaluated: _________________________________________ Address: _________________________________________ _________________________________________ Contract Number:__________________________________________________ Contract Period of Performance:_______________________________________ Total Annual Dollar Amount of Contract:________________________________ Total Number of Personnel on Contract:_________________________________ Brief Description of Services Performed (describe your contracted services):_______________ When filled out, the following conditions apply: For Official Use Only *** Source Selection Information - See FAR 2.101 and FAR 3.104 *** When filled out, the following conditions apply: For Official Use Only *** Source Selection Information - See FAR 2.101 and FAR 3.104 *** C. PERFORMANCE INFORMATION: Please mark each question as Acceptable (clearly meets minimum requirements) or Unacceptable (did not meet minimum requirements). If the question did not apply to your agreement/contract, please mark N/A. Please, provide an explanation for any unacceptable ratings. Acceptable - A Unacceptable - UA Not Applicable - N/A PERFORMANCE INFORMATION: A UA N/A 1. Contractor delivered all laundry on time? 2. Contractor delivered all laundry with the correct count of items? 3. Contractor provided laundry free of visible dirt, debris, dampness, odor, mildew, cleaning chemical residue and uniform in appearance? 4. Contractor provided the laundry in the proper packaging? 5. Contractor maintained clean and closed vehicles for transportation, ensuring that there was no contamination between clean and dirty laundry? 6. Contractor provided an effective item tracking system? 7. Contractor replaced or repaired missing or damaged articles? 8. Contractor was responsive to customer needs and acted with a sense of urgency to resolve customer concerns? 9. Contractor met or exceeded the minimum requirements of the laundry service contract/agreement? 10. Evaluate the degree to which customers were satisfied with services performed by the contractor. When filled out, the following conditions apply: For Official Use Only *** Source Selection Information - See FAR 2.101 and FAR 3.104 ***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XJA57059AW01/listing.html)
 
Place of Performance
Address: Camp Shelby, 2500 Jackson Ave, Hattiesburg, MS 39401, Hattiesburg, Mississippi, 39401, United States
Zip Code: 39401
 
Record
SN04491469-W 20170503/170501235032-f3b52717da2d69cf34d2543c0c784474 (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.