SOLICITATION NOTICE
S -- UNIFORM AND RAG RENTAL AND CLEANING SERVICES
- Notice Date
- 12/19/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024413T0047
- Response Due
- 1/8/2013
- Archive Date
- 2/12/2013
- Point of Contact
- Deborah Reid 562-626-7865 562-626-7275 fax
- E-Mail Address
-
Click here to contact Contract Specialist
(deborah.reid@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, 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 combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-13-T-0047. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-63 and DFARS DPN20121212. 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 and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 812332 and the Small Business Standard is $35.5M. This requirement is unrestricted. The Fleet Logistics Center, San Diego, Seal Beach Detachment, has a requirement for Uniform and Rag Rental and Cleaning Services. The contractor will be required to provide uniforms and rag rental and cleaning. The vendor will be required to pick-up, launder, press, fold, bundle, package and deliver/return clean uniforms and rags to the same location from which they were picked-up. All authorized users of the contract will be located on the Naval Base Ventura County in Port Hueneme, CA. The Government requests responses from qualified sources capable of providing required services per Statement of Work attached. Base Period: 01 February 2013 to 30 September 2013 ITEM 0001 Uniform and Rags Rental and Cleaning Services - See Attached Statement of Work for Requirements Quantity: 9 months (Base Year) ITEM 001AA Coverall Uniform Rental - See Attached Statement of Work for Requirements Quantity: 9 months (Base Year) ITEM 001AB Coverall Uniform Cleaning - See Attached Statement of Work for Requirements Quantity: 9 months (Base Year) ITEM 001AC Trouser Uniform Rental - See Attached Statement of Work for Requirements Quantity: 9 months (Base Year) ITEM 001AD Trouser Uniform Cleaning - See Attached Statement of Work for Requirements Quantity: 9 months (Base Year) ITEM 001AE Shirt, Short Sleeve, Uniform Rental- See Attached Statement of Work for Requirements Quantity: 9 months (Base Year) ITEM 001AF Shirt, Short Sleeve, Uniform Cleaning- See Attached Statement of Work for Requirements Quantity: 9 months (Base Year) ITEM 001AG Shit, Short Sleeve, Uniform Cleaning- See Attached Statement of Work for Requirements Quantity: 9 months (Base Year) ITEM 001AH Shirt, Long Sleeve, Uniform Cleaning - See Attached Statement of Work for Requirements Quantity: 9 months (Base Year) ITEM 001AJ Shop Coat Uniform Rental - See Attached Statement of Work for Requirements Quantity: 9 months (Base Year) ITEM 001AK Shop Coat Uniform Cleaning - See Attached Statement of Work for Requirements Quantity: 9 months (Base Year) ITEM 001AL Rag Rental - See Attached Statement of Work for Requirements Quantity: 9 months (Base Year) ITEM 001AM Rag Cleaning - See Attached Statement of Work for Requirements Quantity: 9 months (Base Year) ITEM 001AN Additional Services - See Attached Statement of Work for Requirements Quantity: 9 months (Base Year) Option Year 1: 01 October 2013 to 30 September 2014 ITEM 1001 Uniform and Rags Rental and Cleaning Services - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 1) ITEM 1001AA Coverall Uniform Rental - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 1) ITEM 1001AB Coverall Uniform Cleaning - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 1) ITEM 1001AC Trouser Uniform Rental - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 1) ITEM 1001AD Trouser Uniform Cleaning - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 1) ITEM 1001AE Shirt, Short Sleeve, Uniform Rental- See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 1) ITEM 1001AF Shirt, Short Sleeve, Uniform Cleaning- See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 1) ITEM 1001AG Shit, Short Sleeve, Uniform Cleaning- See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 1) ITEM 1001AH Shirt, Long Sleeve, Uniform Cleaning - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 1) ITEM 1001AJ Shop Coat Uniform Rental - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 1) ITEM 1001AK Shop Coat Uniform Cleaning - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 1) ITEM 1001AL Rag Rental - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 1) ITEM 1001AM Rag Cleaning - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 1) ITEM 1001AN Additional Services - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 1) Option Year 2: 01 October 2014 to 30 September 2015 ITEM 2001 Uniform and Rags Rental and Cleaning Services - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 2) ITEM 2001AA Coverall Uniform Rental - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 2) ITEM 2001AB Coverall Uniform Cleaning - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 2) ITEM 2001AC Trouser Uniform Rental - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 2) ITEM 2001AD Trouser Uniform Cleaning - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 2) ITEM 2001AE Shirt, Short Sleeve, Uniform Rental- See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 2) ITEM 2001AF Shirt, Short Sleeve, Uniform Cleaning- See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 2) ITEM 2001AG Shirt, Long Sleeve, Uniform Cleaning- See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 2) ITEM 2001AH Shirt, Long Sleeve, Uniform Cleaning - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 2) ITEM 1001AJ Shop Coat Uniform Rental - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 2) ITEM 2001AK Shop Coat Uniform Cleaning - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 2) ITEM 2001AL Rag Rental - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 2) ITEM 2001AM Rag Cleaning - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 2) ITEM 2001AN Additional Services - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 2) PERIOD OF PERFORMANCE Base Year: 01 February 2013 to 30 September 2013 Option Year 1: 01 October 2013 to 30 September 2014 Option Year 2: 01 October 2014 to 30 September 2015 The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.219-28, Post-Award Small Business Program Representation; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible 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; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. 52.245-1 ALT 1, Government Property; 52.245-9, Use and Charges. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.223-7008,Prohibition of Hexavalent Chromium; 252.243-7001, Pricing of Contract Modifications; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea; 52.225-25 “Prohibition on Contracting with Entities Engaging in Certain Activities or transactions relation to Iran- Representation and Certifications. 52.217-5 -- Evaluation of Options Except when it is determined in accordance with FAR 17.206(b) not to be in the Government ™s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-8, Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.217-9, Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. 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. The government intends to award a firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein based on the following FAR 52.212-2, Evaluation: a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation provides the lowest overall price and other factors considered. Award will be made upon price reasonableness determination, contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein. To be considered, quotes must be received by 3:00 PM PST on 08 January 2013. Quotes can be sent to the Contract Specialist, Deborah Reid via email deborah.reid@navy.mil or fax 562-626-7865 All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, contractor ™s CAGE code and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Questions regarding this solicitation must be submitted in writing via email to either of the above listed Government points of contact. System Award Management (SAM). Quoters 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/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024413T0047/listing.html)
- Record
- SN02951778-W 20121221/121219234317-25072d13f3a9fc0e8f7adffd7d1b87e3 (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 |