SOLICITATION NOTICE
99 -- Laundry service for organizational clothing and equipment (OCIE) including pickup and delivery from the Clothing Issue Facility (CIF) at Bldg 5, Waller Depot, 5001 Waller Road, Richmond, VA 23230
- Notice Date
- 6/30/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812320
— Drycleaning and Laundry Services (except Coin-Operated)
- Contracting Office
- USPFO for Virginia, Building 316, Fort Pickett, Blackstone, VA 23824-6316
- ZIP Code
- 23824-6316
- Solicitation Number
- W912LQ10R0010
- Response Due
- 7/20/2010
- Archive Date
- 9/18/2010
- Point of Contact
- Susan Hensley, 434-298-6207
- E-Mail Address
-
USPFO for Virginia
(susan.hensley@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items 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 combined synopsis/solicitation for non-personal laundry services as defined in FAR 37-101, under which the provider is an independent contractor. This announcement constitutes the only solicitation and is supplemented with additional information included in this notice; proposals are being requested; a statement of work (SOW) with pricing worksheets, is attached for ease in submitting an offer only. The solicitation number as shown in this announcement is a Request for Proposal (RFP) W912LQ-10-R-0010. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-42. This RFP is being issued as unrestricted; small businesses are encouraged to respond under NAICS 812320. A firm fixed priced indefinite- delivery, indefinite- quantity contract will be awarded. Anticipated award date is on/about 1 August 2010. The Contractor shall furnish all labor, supervision, transportation for pickup and delivery services, housekeeping and operating supplies, vehicles, tools, facilities and equipment in accordance with the terms and conditions of the contract. This contract includes all functions, tasks, and responsibilities inherent to a laundry facility. The Contractor shall receive, account for, process and return all organizational articles tendered for laundering. The Contractor shall establish and maintain a system of records to quantify all work performed and shall be responsible for the preparation of reports incidental to the work covered by this contract. All work and services provided by the Contractor shall be performed in accordance with the standards as contained or referenced herein. Services called for by this contract shall be ordered by individuals appointed in writing by the Contracting Officer. Work is to be performed at the Contractors facility. The contractors offer shall provide with its proposal a statement of its capabilities. This statement shall demonstrate the contractors understanding of the governments needs and show how the contractor proposes to meet the contract requirements. The proposal must also include the offerors quality control plan. The quality control plan shall address the requirements listed in Paragraph 1.9 of the SOW and technical requirements listed in 52.212-2 and criteria listed in the Quality Assurance Surveillance Plan (QASP). The contractors offer must also include a description of its experience in performing a laundry service such as the one hereby described in the SOW in a military environment or similar environment. In addition, the offer must include past performance information for such contracts, to include a list of contracts (preferably at least three) for that it has performed within the past three years. The submitted information for each contract must include the contract number, dollar value, place of performance, award date, and a point of contact (POC), including the POCs name, organization, telephone number and email address. Pricing is to be per individual line item for the base year of the contract as well as for the four (4) option years. All estimated quantities are approximate and are not binding. (See attached pricing worksheets). Contractors are required to include a complete copy of the provision 52.212-3 Alt I Offeror Representations and Certifications Commercial Items with their offer. Also required are completed provisions 252.212-7000 Offeror Representations and Certifications Commercial Items, and 252.225-7000 Buy American Act Balances of Payments Program Certificate. In addition, the proposal is to include a written description of its laundry facility that will be used to fulfill this service. Photographs are optional. Offerors are cautioned to submit enough information to enable the Government to fully ascertain each offerors capability to perform all of the requirements of this solicitation. If any of the above listed items are not included, the proposal will be considered technically non-compliant. Contractors are to complete the Pricing Worksheets attached to the SOW for the base year and option years. Option year prices are a separate price listing. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Award will be made to the Lowest Price, Technically Acceptable offerer. To be technically acceptable, bidder must provide past performance ratings with all ratings meeting a minimum score of satisfactory or higher. ***The following provisions apply to this solicitation: FAR 52.212-1 Instructions to Offerors Commercial Items, and the provisions at 52.212-3 Alt. I Offeror Representation and Certifications Commercial Items, and 252.225-7000 Buy American Act Balance of Payments Program Certificate. The following provisions apply also: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist County, 52.216-1 Type of Contract, 52.217-5 Evaluation of Options, 52.233-2 Service of Protest, and 52.252-1 Solicitation Provisions Incorporated by Reference. The following clauses apply to this solicitation: 52.211-16 Variation in Quantity, 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-5 Executive Orders Commercial Items, with the following clauses marked: 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government Alternate I, 52.219-8 Utilization of Small Business Concerns, 52.219-9 Alt II Small Business Subcontracting Plan Alternate II, 52.219-14 Limitations on Subcontracting, 52.219-28 Post-Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52-222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 52.232-36, Payment by Third Party, 52.222-41 Service Contract Act, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustment. The following clauses also apply: 52.216-18 Ordering (Fill-in text to be provided at time of award), 52.216-22 Indefinite Quantity (Fill-in text to be provided at time of award), 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.229-3 Federal, State and Local Taxes, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses marked: 52.203-3 Gratuities, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.204-7000 Disclosure of Information; 252.204-7003 Control of Government Personnel Work Product, 252.204-7004 Alt A Central Contractor Registration, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.226-7001Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.243-7002 Requests for Equitable Adjustment, 252.243-7001 Pricing of Contract Modifications, 252.246-7000 Material Inspection and Receiving Report, 252.247-7023 Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. The following clauses also apply to this solicitation: 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.204-7 Central Contractor Registration, 52.208-9 Contractor Use of Mandatory Sources of Supply or Services, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.217-6 Option for Increased Quantity, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.223-5 Pollution Prevention and Right-to-Know Information, 52.228-5 Insurance - Work on a Government Installation, 52.237-2 Protection of Government Buildings, Equipment and Vegetation, 52.242-13 Bankruptcy, 52.246-4 Inspection of Services, 52.253-1 Computer Generated Forms, 252.201-7000 Contracting Officers Representative, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7004 Alt A Required Central Contractor Registration, 252.237-7012 Instructions to Offerors (Count-of-Articles), 252.237-14 Loss or Damage (Count-of-Articles), 252-237-16 Delivery Tickets, 252-237-7018 Special Definition of Government Property, 52.252-2 Clauses Incorporated by Reference and 52.252-6 Authorized Deviation in Clauses. Clauses and provisions may be viewed in full text through Internet access at FAR site http://farsite.hill.af.mil. The following clauses are provided in full text: ADDENDUM TO 52.212-4 See Addendum to FAR Clause 52.212-4 for points of contact regarding payment. Invoices shall be submitted electronically wawfvauspfo@ng.army.mil. FAR Clause 52.212-4 is amended as follows: Paragraph (g) (1), change requirement for three copies of invoices to 1 copy of invoices. Add after paragraph (g) (2) the following: Invoices are to be submitted electronically to wawfvauspfo@ng.army.mil. Questions regarding payment status or delinquent payments are to be addressed to the Voucher Examiner at 434-298-6266. Delete paragraphs (h) Patent indemnity, (j) Risk of Loss and (n) Title. 52.216-19 -- Order Limitations. Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $50.00 per pick-up, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of $1,500 per pick-up; (2) Any order for a combination of items in excess of $5,000; or (3) A series of orders from the same ordering office within 3 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within __3___ days after issuance, with written notice stating the Contractors intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) A pre-proposal meeting will be held on Thursday, July 15, 2010 at 1:30 p.m. ET at Building 5, Waller, Depot, 5001 Waller Road, Richmond, VA 23230. Attendance is not mandatory, however, offerors are strongly encouraged to attend. Contractors must be registered in the Central Contractor Registration to be awarded a Federal Government contract. Registration can be accomplished at www.ccr.gov. It is the offerors responsibility to monitor this site for the release of amendments (if any). If additional information is required, interested parties must submit any questions in writing using the attached Request for Information (RFI) form to the Contracting Officer listed below, by fax or email. RFI forms must be received by 1:00 ET on Wednesday, July 14, 2010. NO TELEPHONIC REQUESTS FOR INFORMATION WILL BE HONORED. Proposals and amendments (if any) must be signed, dated and submitted in writing, by fax or email by 4:00 p.m. ET on Wednesday, July 21, 2010 to USPFO-P, Bldg. 316, Fort Pickett, Blackstone, VA 23824, attn: MSG Susan Hensley, Contract Specialist, or fax 434-298-6202, email susan.p.hensley@us.army.mil. *** NAICS 812320 Sales $10 million *** Directions to Pre-Proposal Meeting: Hwy 460 to Business 460/Blackstone. Go approximately 1 mile, turn left on Military Road (notice brick sign for Maneuver Training Center). Go approximately 1 mile, cross Hwy 40 onto Fort Pickett. After showing proper identification at security checkpoint, go approximately 1 mile. Turn left on 9th Street (between baseball field and impound yard). Go to second block. Building 317 is long low white building on the right. ** Photo identification such as a drivers license and vehicle registration will be required to gain access to the post.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ10R0010/listing.html)
- Place of Performance
- Address: USPFO for Virginia Building 316, Fort Pickett, Blackstone VA
- Zip Code: 23824-6316
- Zip Code: 23824-6316
- Record
- SN02192157-W 20100702/100630234529-08b7d825876bab6235d3c085226668c4 (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 |