SOLICITATION NOTICE
S -- LAUNDRY SERVICES
- Notice Date
- 8/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812320
— Drycleaning and Laundry Services (except Coin-Operated)
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018912R0087
- Response Due
- 8/31/2012
- Archive Date
- 9/15/2012
- Point of Contact
- SUSAN ROBERTS 757-443-1437
- E-Mail Address
-
susan.roberts2@navy.mil
(susan.roberts2@navy.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with the additional information included in the notice. This announcement constitutes the only solicitation; Proposals are being requested and a written solicitation will not be issued. PAPER COPIES OF A SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The Request for Proposal (RFP) number is N00189-12-R-0087. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far & http://www.acq.osd.mil/dpap/dfars/index.htm The North American Industry Classification System code for this acquisition is 812320 and the small business size standard is $5M. The proposed contract is set-aside for Service-Disabled Veteran-Owned small business concerns. Offers from other than Service-Disabled Veteran-Owned small business concerns will not be considered. The NAVSUP Fleet Logistics Center Norfolk (FLCN), Contracting Department, Norfolk VA, 23511-3392 intends to issue a Firm Fixed-Price contract for Laundry Services in support of Naval Support Activity, Wounded Warriors and Permanent Housing Department, Bethesda, Maryland as detailed in the Performance Work Statement (Attachment IV). The Period of Performance 17 September 2012 through 16 August 2013. NAVSUP FLCN Contracting Department requests responses from qualified sources capable of providing the required laundry services. FOB Destination applies. Responsibility and Inspection; unless otherwise specified, the supplier will be responsible for the performance of all inspection requirements and quality control. The NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your proposal. CLIN 0001: Laundry Services for NSA Bethesda (Buildings 50, 60, 61, 62) in accordance Performance Work Statement (PWS) (Attachment IV).- Quantity/Unit of Issue- 300,000 lbs. Period of Performance: 17 September 2012 through 16 August 2013. The following FAR and DFARS provisions and clauses are applicable to this procurement and are incorporated by reference: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.209-5 Certification Regarding Responsibility Matters (APR 2010) 52.212-1 - Instructions to Offerors - Commercial Items (FEB 2012) 52.212-3 - Offeror Representations and Certifications--Commercial Items (APR 2012) Alternate I (APR 2011) 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2012) 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (APR 2012) 52.203-6 Restrictions on Subcontractor Sales to the Government (DEP 2006) 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-8 Utilization of Small Business Concerns (JAN 2011) 52.219-27- Notice of Total SDVOSB Set Aside (Nov 2011) 52.219-28 - Post Award Small Business Program Representation (APR 2012) 52.222-3 - Convict Labor (JUN 2003) 52.222-19 - Child Labor - Cooperation with Authorities and Remedies (MAR 2012) 52.222-21 - Prohibition of Segregated Facilities (FEB 1999) 52.222-26 - Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for Veterans (SEP 2010) 52.222-36 - Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-37 Employment Reports on Veterans (SEP 2010) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-54 Employment Eligibility Verification (JAN 2009) 52.223-18 - Contractor Policy to Ban Text Messaging while Driving (AUG 2011) 52.225-13- Restriction on Certain Foreign Purchases (JUN 2008) 52.232-33- Payment by Electronic Funds Transfer-CCR (OCT 2003) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222.42- Statement of Equivalent Rates 52.222-44- Fair Labor Standards Act-Price Adjustment 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.223-5 Pollution Prevention and Right-to-Know Information (MAY 2011) 52.229-3 Federal, State and Local Taxes (APR 2003) 52.233-1 Disputes (JUL 2002) 52.233-2 Service of Protest (SEP 2006) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 252.201-7000- Contracting Officer s Representative 252.203-7005 Representation Relating to Compensation of Former DOD Officials (NOV 2011) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7004 Alt A - Central Contractor Registration (52.204-7) Alternate A (SEP 2007) 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (JAN 2012) 252.212-7000 Offeror Representations and Certifications Commercial Items (JUN 2005)? 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2012) 52.203-3 Gratuities (APR 1984) 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.225-7012 Preference for Certain Domestic Commodities (JUN 2010) 252.232-7003- Electronic Submission of Payment Requests (Mar 2008) 252.232-7006 Wide Area Workflow Payment Instructions (JUN 2012) 252.237-7010- Prohibition of Interrogation of Detainees by Contractor Personnel (Nov 2010) 252.243-7002 Requests for Equitable Adjustment (MAR 1998) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.232-7010 - Levies on Contract Payments (DEC 2006) In addition, the following NAVSUP FLCN clauses apply; 5252.243-9400 Authorized Changes Only by the Contracting Officer (JAN 1992) (a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicate with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. (b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. (c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone number of the Contracting Officer is: NAME: Carolyn Johnson-Lawrence ADDRESS: NAVSUP Fleet Logistics Center Norfolk Contracting Department 1968 Gilbert St, Suite 600 Norfolk, VA 23511 (End of Clause) 5252.NS-046P - Prospective Contractor Responsibility (1 Aug 2001) (FLC Norfolk) PROSPECTIVE CONTRACTOR RESPONSIBILITY In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor's current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor's compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company's Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of Contact from their Bank or any financial institution with which they transact business. (End of provision) 52.237-1 Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. INSTRUCTIONS TO OFFERORS 1. SITE VISIT: A site visit will be held prior to receipt of offers, so that all perspective contractors may view and inspect the Buildings 50, 60, 61, and 62, Naval Support Activity, Bethesda, Maryland. Due to base security requirements, failure to make reservations for base entry by 1:00pm, Wednesday 22 August 2012 may prohibit a contractor from attending the site survey. Contractors are limited to two (2) representatives for the site survey. Date:Thursday, August 23, 2012 Time:9:00 AM Location:Naval Support Activity 8901 Wisconsin Ave Bethesda, MD. Interested offerors must contact, Ismael Hernandez at 301-400-2765, email: Ismael.Hernandez@med.navy.mil and copy Susan.Roberts2@navy.mil,, no later than 1:00pm on 22 August 2012 to make arrangements to attend the site visit. The request must include the following information: 1. Address correspondence to: To Whom It May Concern 2. Letter contents: It is requested that the following named person(s) be issued badge(s) to access Buildings 50, 60, 61, 62, NSA Bethesda, MD. Letter contents should also include: (a) each company representative(s) full name(s), (b) date(s) of birth, (c) place(s) of birth (city and state), (d) social security number(s), and (e) statement of United States citizenship and that supporting documentation is available if requested. When requesting access to drive on the base facilities all offerors shall be in possession of valid driver s license, registration, inspection and insurance. NOTE: ADDITIONAL SITE VISITS WILL NOT BE ARRANGED FOR ANY PARTIES WHO ARRIVE AFTER THE GOVERNMENT AND THE INSPECTION PARTIES HAVE DEPARTED FROM BUILDING 41SE. ALL PARTIES ARE STRONGLY ENCOURAGED TO BE ON TIME. NO SPECIAL ACCOMODATIONS WILL BE GRANTED TO PARTIES WHO REQUEST TO ENTER THE SITE PRIOR TO OR AFTER THE SCHEDULED SITE VISIT DATE. (End of Text). Vendors are reminded to include a completed copy of FAR 52.212-3 and DFARS 252.225-7020 with their submissions. Due to space limitation, the following attachments are a part of this combined synopsis/solicitation document. See attached documents. AttachmentsTitlesNo. of Pages I Addendum to FAR 52.212-1 2 II. FAR 52.212-2 Evaluation Commercial Items (JAN 1999) 3 III. Past Performance Questionnaire 3 IV Performance Work Statement 6 V. QASP/QASP Matrix 7 VI. Contract Administration Plan 4 VII Department of Labor Wage Determination WD 05-2543 (Rev 14) 9
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018912R0087/listing.html)
- Place of Performance
- Address: NAVAL SUPPORT ACTIVITY,
- Zip Code: 8901 WISCONSIN AVENUE, BETHESDA, MD
- Zip Code: 8901 WISCONSIN AVENUE, BETHESDA, MD
- Record
- SN02845358-W 20120819/120818000603-23524abd1bf81c418d68a6ccfb679cef (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 |