|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 10,1998 PSA#202912th Contracting Squadron/LGC, 395 B Street West, Randolph AFB, TX
78150-4525 S -- LAUNDRY AND DRY CLEANING SOL F41691-98-Q0217 DUE 022398 POC Kirk
Wadsack, Contract Specialist, (210) 652-5121 or Daniel Gonzales,
Contracting Officer, (210) 652-5141 Laundry and Dry Cleaning Service.
The 12th Contracting Squadron at Randolph AFB TX intends to award a
purchase order pursuant to FAR 13.6 for the purchase of laundry and dry
cleaning services. This is a combined synopsis/solicitation for
commercial services prepared in accordance with the format in Subpart
12.6, as supplemented with additional information included in this
notice. This announcement constitutes the only solicitation; proposals
are being requested and a written solicitation will not be issued.
This is a Request for Quotation (RFQ), RFQ No. F41691-98-Q0217. The
solicitation document, incorporated provisions, and clauses are those
in effect through Federal Acquisition Circular 97-02. This solicitation
is 100% set aside for small businesses under SIC 7218, size standard
$10.5 million. See Numbered Note 1. The contractor shall furnish all
plant, personnel, equipment, materials, supplies, transportation and
other items necessary to perform all requested laundry and dry cleaning
services for Randolph AFB, TX. The 12th Services Squadron at Randolph
AFB TX shall obtain from the contractor all laundry and dry cleaning
services specified in the schedule that are required to be purchased
during the applicable performance period. The quantities described in
the schedule are estimates only. If the Government's requirements do
not result in quantities estimated, that fact shall not constitute a
basis for an equitable price adjustment. The amount of this award shall
be expressed as a "not-to-exceed" amount equal to the total price for
all items based on estimated quantities. However, the contractor shall
invoice and receive payments in accordance with FAR 52.212-4(g) and
(i) only for laundry and dry cleaning services actually performed. The
anticipated purchase order will be bilateral and is expected to
consist of a basic performance period plus options, which together will
not exceed 60 months, structured as follows: Basic Period,
01Apr98-30Sep98; Option I, 01Oct98-30Sep99; Option II, 01Oct99-30Sep00;
Option III, 01Oct00-30Sep01; Option IV, 01Oct01-30Sep02; Option V,
01Oct02-31Mar03. OFFERORS MUST SUBMIT PRICES FOR THE INDIVIDUAL PIECE
ITEMS LISTED BELOW. Each performance period will contain four contract
line item numbers (CLINs) broken out by the following major
categories: 0001, Lot 1 -- Laundry, Flatwork; 0002, Lot 2 -- Laundry,
Wearing Apparel; 0003, Lot 3 -- Dry Cleaning, Flatwork; 0004, Lot 4 --
Dry Cleaning, Wearing Apparel. Each CLIN will contain subCLINs, as
detailed below. The quantities identified with the following subCLINs
are expressed by unit "EACH" and frequency "PER MONTH" unless otherwise
identified. The quantities are the Government's best estimates only and
are not guaranteed. The purchase order is expected to be priced at a
"Not to Exceed" amount based on the estimates provided herein, adjusted
by the number of months in a given performance period. CLIN 0001, Lot
1 -- Laundry, flatwork: 0001AA Blanket, Wool, 38; 0001AB Washcloth,
18,875; 0001AC Mattress Cover, 1; 0001AD Mattress Pad, 103; 0001AE Bed
Pillow, 163; 0001AF Pillowcase, 13,733; 0001AG Sheet, 14,268; 0001AH
Hand Towel, 15,617; 0001AJ Bath Towel, 41,250; 0001AK Bath Mat, 11,000.
CLIN 0002 Lot 2 -- Laundry, Wearing Apparel: 0002AA Overalls, 105;
0002AB Web Belt, 1; 0002AC Smock, 7; 0002AD White Gloves, 13 (Pair);
0002AE White Aiguillettes, 1. CLIN 0003, Lot 3 -- Dry Cleaning,
Flatwork: 0003AA Bedspread, 172; 0003AB Blanket, 125; 0003AC Flag, 1;
0003AD Tablecloth, 19; 0003AE Pleated Draperies, 67 (pair). CLIN 0004,
Lot 4 -- Dry Cleaning, Wearing Apparel: 0004AA Silk Scarf, 2; 0004AB
Shirt, 39; 0004AC Wool Trousers, 33; 0004AD Wool Coat, 17; 0004AE
Beret, 2; 0004AF Field Jacket, 2; 0004AG Skirt, 1; 0004AH Poncho Liner,
2; 0004AJ Sleeping Bag, 54; 0004AK BDU Shirt, 33; 0004AL BDU Pants, 33;
0004AM Chemical Warfare Suit, 4; 0004AN Choir Robes, 1. CLINs for
months in the option years will be identical to the above in lot, item,
unit of issue and estimated quantity; but they will be distinguishable
by differences in the digit in the first position, e.g., Option I
CLINs will be expressed as 1001AA, 1001AB, etc; Option II CLINs will be
expressed as 2001AA, 2001AB, etc; Option III CLINs will be expressed as
3001AA, 3001AB, etc; Option IV CLINS will be expressed as 4001AA,
4001AB, etc; and Option V CLINs will be expressed as 5001AA, 5001AB,
etc. OFFERORS ARE TO PROPOSE PRICING FOR subCLINs IN ALL OPTION YEARS.
Offerors are encouraged to submit commercial literature describing
their operations and capabilities. OFFERORS MUST PROVIDE INFORMATION ON
THEIR PAST PERFORMANCE, TO INCLUDE CONTRACT OR ORDER NUMBERS,
REFERENCES (NAMES) AND PHONE NUMBERS. OFFERORS MUST ALSO SUBMIT A
TECHNICAL PROPOSAL describing procedures for pickup and delivery
(include schedule with days and times), packaging, missing articles,
unserviceable items, and returns, in accordance with industry standards
and subject to the following Government requirements. Items shall be
picked up and delivered Monday-Friday, five days per week, except for
federal holidays; except that Saturday deliveries of towels only are
desired for Bldg 70. Delivery of items is required within three (3)
days of pickup. Pickup tickets and delivery tickets shall be supplied
by the contractor. Regarding packaging of the delivered items, laundry
is required to be segregated by type and color, folded, wrapped in
plastic, and labeled as to type and count. Soiled laundry shall be
picked up in bundles of 10 and returned in bundles of 10. Contractor
shall employ best commercial practices in all services performed, to
include spot removal, starching, ironing, repairs, resizing, washroom
tests, etc., as required. Dry cleaned items shall be returned on
hangers and individually wrapped in plastic. Items identified as
unserviceable must be laundered and returned in separate bundles and
clearly identified as unserviceable. Pick-up and delivery locations are
as follows: Bldg 70, towels only; Bldg 862, towels, bedspreads, sheets,
pillows, pillowcases and blankets; Bldg 112, all else. The contractor
shallcomply with all base security regulations and policy. The
Government will make award on the basis of the lowest evaluated price
of quotes meeting or exceeding the acceptability standards for non-cost
factors. The following factors shall be used to evaluate quotes: (1)
price (2) ability to perform (3) past performance. For evaluation
purposes, the individual quoted prices will be extended using the
corresponding monthly estimated quantities and the extended prices
arrived at (including all prices for the basic period and all options)
will then be added together for a grand total. The Government may
conduct pre-award surveys to determine offerors' abilities to
technically and financially perform. FAR 52.212-1, Instructions to
Offerors-Commercial, applies to this acquisition. OFFERORS MUST INCLUDE
WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212- 3,
OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. FAR
52.212-4, Contract Terms and Conditions-Commercial Items applies to
this acquisition; it is tailored as follows: subparagraph (c) is
changed to read: "Changes. Changes in the terms and conditions of this
contract may be made only by written agreement of the parties with the
exception of administrative changes such as changes in paying office,
appropriations data, etc., which may be changed unilaterally by the
Government." and the following sentence is added to the end of
subparagraph (i): "Payment may be made by Government purchase card, at
the unilateral option of the Government." FAR 52.212-5, Contract Terms
and Conditions Required to Implement Statutes or Executive
Order-Commercial Items-Commercial Items applies to this acquisition, as
do the following FAR clauses cited therein: 52.203-6 Alternate I,
52.203-10, 52.219-8, 52.219-14, 52.222-26, 52.222-35, 52.222-36,
52.222-37, 52.222-41 (Wage Determination No. 94-2521, Revision 15 dated
11/26/97 applies), 52.222-42, 52.222-43, 52.225-3, 52.233-3. The
following FAR clauses apply to this acquisition: 52.217-5, 52.217-8,
52.217-9, 52.232-18 and 52.252-2. The following DFAR clauses apply to
this acquisition. 252.237-7012, 252.237-7014, 252.237-7016, and
252.237-7018. The following two AETC FAR Supplement clauses apply to
this acquisition: 5352.217-9000 Option Clause Limitation Notice (Jul
1994) This contract contains two option provisions, (i) Option to
Extend Services, and (ii) Option to Extend the Term of the Contract
(see FAR 52.217-8 and FAR 52.217-9). Either or both may be exercised
unilaterally by the government. The clause entitled "Option to Extend
the Term of the Contract" will not be exercised after any exercise of
the "Option to Extend Services" clause. 5352.237-9001 Preperformance
Conference (Jul 1993) Offerors/bidders are hereby advised that if they
are awarded a contract as a result of this solicitation, they may be
required to appear at the 12th Contracting Squadron, Building Number
224, to attend a preperformance conference prior to commencement of any
work on the military installation. Referenced clauses and Wage
Determination willbe made available upon request; or clauses may be
accessed electronically at http://farsite.hill.af.mil; and the Wage
Determination may be accessed electronically at
http://www.afmc.wpafb.af.mil/organizations/HQ-AFMC/PK/afciro/index.htm.
Proposals should reference RFQ No. F41691-98-Q0217 and are due by 23
Feb 98 to 12 CONS/LGCV, ATTN: Kirk Wadsack, 395 B Street West Suite 2,
Randolph AFB TX 78150-4525. For more information contact Kirk Wadsack
at (210) 652-5121 or email wadsackk@rndgate1.aetc.af.mil. (0037) Loren Data Corp. http://www.ld.com (SYN# 0094 19980210\S-0003.SOL)
S - Utilities and Housekeeping Services Index Page
|
|