Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2024 SAM #8254
SOLICITATION NOTICE

H -- Laundry Services

Notice Date
7/1/2024 10:30:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
W7MZ USPFO ACTIVITY CT ARNG HARTFORD CT 06105-3706 USA
 
ZIP Code
06105-3706
 
Solicitation Number
W91ZRSr24R00L1
 
Response Due
7/3/2024 11:00:00 AM
 
Archive Date
07/18/2024
 
Point of Contact
Leslie Fedler
 
E-Mail Address
leslie.a.fedler.civ@army.mil
(leslie.a.fedler.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05 dated 22 May 2024 This solicitation number W91ZRS24R00L1 is for the Connecticut Army National Guard (CTARNG). The USPFO for Connecticut intends to award a Firm-Fixed Price contract for Laundry Services. This request is due by 03 July 2024 at 2:00 p.m. (Eastern Time). This solicitation is 100% small business set aside. The North American Industry Classification System (NAICS) code for this acquisition is 812320 �Drycleaning and Laundry Services (except Coin-Operated). The small business standard size for NAICS 812320 is $8 million for average annual receipts. Instructions to Offerors All questions shall be in writing. Questions may be faxed to Leslie Fedler at 860-386-4070 or emailed at leslie.a.fedler.civ@army.mil. Questions must be submitted No Later Than 03 July 2024. All quotes are due no later than 2:00 p.m. eastern time, 03 July 2024. Quotes may be faxed to Leslie Fedler at 860-386-4070 or emailed to leslie.a.fedler.civ@army.mil. It is your responsibility to make sure your quote is received. The fact that the contracting office did not receive your quote due to an error on the fax machine or email address does not change the due date or time. Basis for Award Award shall be made to a single offeror.� The Government will award a contract resulting from�� this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government has the right to use Government contracts that the vender has previously won as their past performance rating. Price Evaluation The price should be fair and reasonable. The contractor should as part of the quote have all costs explain in their quote. Proposals will be evaluated on a Best Value and proposals. A quote which does not have the price break down and that does not includes all costs the Government shall consider the quote non-responsive. The determination that a quote is reasonable will be based on competitive quotation/offers and historical history. The most important is price. The Contracting Officer will evaluate products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. The Government is not responsible for developing the comparison from insufficient information provided. Sam�s Registration: Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, they may do so through the SAM website at http://www.sam.gov. Payment shall be paid thru the wide area workflow program. All payments are net 30 days. All Offerors must accept this as payment. The wide area workflow website is https://wawf.eb.mil/. Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items (OCT 2010) with its offer. Offers must include a completed copy of FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) with its offer. 1. Objective. The objective of this statement of work is to obtain portable toilets, handwashing stations and services to facilitate at Camp Nett at Niantic, Niantic, CT 06357 and Stones Ranch Military Reservation (SRMR), East Lyme CT 06333. 2. Specific tasks. The specific tasks are as follows: a. The contractor is required to emplace, clean and service 18 portable toilets for delivery and removal (to include cleaning and re-stocking), and 14 dual hand-washing stations for delivery and removal (to include service & re-stocking) daily as agreed to between the CTARNG and the Contractor. i. All portable toilets and handwashing stations must be delivered and emplaced on 15 July 2024. ii. On date/time of installation, customer to provide representative in person to identify specific locations for portable toilets and hand-washing stations. iii. Portable toilets will be serviced daily from 15 July 2024 through 21 July 2024. iv. Services to be conducted at 1000hrs daily. v. Initial Schedule: Deliver all units referenced above on 7/15/24. Clean and restock all units on 7/16, 7/17, 7/18, 7/19, 7/20, (5 daily services). Remove all units on 7/22 after 1200hrs. b. The contractor must collect and properly dispose of all wastewater. The contractor must furnish all management, labor, transportation, pickup and delivery of equipment/facilities and waste. c. SRMR water point will be available to vendor. d. Cleaning/Servicing of provided facilities (e.g. toilets and hand-washing stations) must conform to the generally accepted industry and local standards of quality, cleanliness, finish, appearance and packaging. The facilitated must not only be clean in the sense of being emptied but also free from bacteria, fungi and micro-organisms, including pathogens and disease producing organisms. e. Facilities must be able to properly dispose of feminine hygiene products. 3. Qualification requirements. a. Equipment provided and services conducted must be professional and environmentally responsible. b. Equipment must be able to receive female sanitary waste in a safe and respectful manner. c. All work must be performed under sanitary conditions. d. The contract facility must be open for inspection of conditions at any time by a representative of the CTARNG, and the CTARNG reserves the right to perform or cause to have performed any test necessary to determine the sanitary condition of the articles delivered by the contractor. e. The contractor must provide his own vehicle(s) and they must be maintained in safe operating condition at all times. The contractor must establish routes as to gain access to the base through POC TBD. f. Contractor personnel must adhere to standards of conduct as established by the installation commander. g. At no time will contractor personnel purchase any items from the local economy for any CTARNG personnel. h. Contractor must adhere to all current installation security policies. i. The contractor must be responsible for safeguarding all government property (e.g. Uniforms) provided for contracted purposes. At the close of each work period, government facilities, property and materials must be secured. j. The CTARNG must not provide any equipment, fuel, personnel, utilities or facilities to the contractor for the execution of this contract. k. SATISFACTION GUARANTEE: In the event that CTARNG is not satisfied with the cleanliness of the facilities or the service provided, the contractor must provide the same service(s) again at no charge. The following provisions are included in this acquisition: FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020); FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation; �FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation�Commercial Items; FAR 52.212-3 Alt I, Offerors Representations and Certifications (OCT 2010); FAR 52.217-5, Evaluation of Options; FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment---Certification; FAR 52.222-52, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services---Certification; FAR 52.237-1, Site Visit; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.203-7998 (DEV), Prohibition on Contracting with Entities that require Certain Internal Confidentiality Agreements---Representation (DEVIATION); DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.209-7992 (DEV), Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law---Fiscal Year 2015 Appropriations (DEVIATION); DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.225-7035, Buy American---Free Trade Agreements---Balance of Payments Program Certificate; DFARS 252.225-7035 Alt I, Buy American---Free Trade Agreements---Balance of Payments Program Certificate (Alternate I); DFARS 252.225-7035 Alt IV, Buy American---Free Trade Agreements---Balance of Payments Program Certificate (Alternate IV); DFARS 252.225-7049, Prohibition on Acquisition of Commercial Satellite Services From Certain Foreign Entities---Representations : 252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites�Representation (DEVIATION 2021-O0003) (APRIL 2021),The following clauses apply to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-18, Commercial Government Entity Code Maintenance; FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; �FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.212-4, Contract Terms and Conditions�Commercial Items; FAR 52.212-5, Contract Terms and Condition Required to Implement Statutes or Executive Orders Commercial Items (DEVIATION); FAR 52.212-5 Alt II, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--- Commercial Items� (Deviation 2013-O0019) (APR 2015) Alternate II� (APR 2015);� FAR 52.219-6, Notice of Small Business Set � Aside; FAR 52.219.28, Post Award Small Business Program Rerepresentation: 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; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-41, Service Contract Act of 1965, (wage determination no. 1996-0239, revision no. 25, date of last revision 02/03/2011); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.223-18, Encouraging Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases;� FAR 52.232-18, Availability of Funds; FAR 52.232-33, Payment by Electronic Contractor Registration; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation, FAR 52.252-2; DFARS 252.201-7000, Contracting Officer�s Representative; DFARS;�� 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7999 (DEV), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION); DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information;�� DFARS 252.204-7011, Alternative Line� Item Structure; DFARS 252.204-7012 Safeguarding of unclassified Controlled Technical Information: DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.223-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023 ALT III , Transportation of Supplies by Sea;� Provisions and Clauses for this synopsis/solicitation can be found at https://www.acquisition.gov. ��� �(End of clause) ��������������������
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cf8ae84f9d034df8860788aa84addd23/view)
 
Place of Performance
Address: Niantic, CT 06357, USA
Zip Code: 06357
Country: USA
 
Record
SN07113490-F 20240703/240701230107 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.