Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2019 FBO #6307
SOLICITATION NOTICE

S -- Laundry Services 2 times per week per PWS for Travis AFB, POP: Base start 4/1/2019-3/31-2020 and 2 Option Years.

Notice Date
2/27/2019
 
Notice Type
Combine 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
92136
 
Solicitation Number
N0024419Q0105
 
Response Due
3/4/2019
 
Archive Date
3/19/2019
 
Point of Contact
Charles.e.fletcher1@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 solicitation is issued as a Request for Quotation (RFQ) under RFQ number N0024419Q0105. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-100 and DFARS Change Notice 20181001. 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 per PWS to VQ-3 Det Travis, 740 Inner Perimeter Rd, BLDG 1175, Travis AFB, CA 94535. Periods of Performance: CLIN 0001 Base Year: 4/01/2019- 3/31/2020 CLIN 0002 Option Year 1: 4/01/202020- 3/31/2021 CLIN 0003 Option Year 2: 4/01/202021- 3/31/2022 The Government requests that pricing be provided for the two option years. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 Instructions to Quoters ”Commercial Items (JUN 2008). 52.212-2 Evaluation-Commercial items is applicable to this procurement; 52.204-7 System for Award Management; 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; 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; 252.204-7012 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 36 months. (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. UNIT PRICES 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 4:00pm PST, 04 March 2019. Submit offers (quotes) via NECO or e-mail only to: rubeli.deinla@navy.mil. Questions shall be sent via email only as well. No phone calls. 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 (4) pages (in accordance with FAR 52.212-1-(b)(4); (1) copy (2) Pricing Data (Quote): Base year and option pricing. Spreadsheet format acceptable that clearly outlines unit pricing, total pricing. (1) copy. (3) Past Performance Information 52.212-2. (1) copy. (4) Past Performance Information (PPI) Data Sheet. ATTACHMENTS: Attachment 1-PWS, Attachment 2-52.212-2-Evaluation Criteria and Attachment 3-Past Performance Information. End. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024419Q0105/listing.html)
 
Place of Performance
Address: to VQ-3 Det Travis, 740 Inner Perimeter Rd, BLDG 1175 , Travis AFB, Ca
Zip Code: 94535
Country: US
 
Record
SN05234931-F 20190301/190227230040 (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.