SOLICITATION NOTICE
S -- Linen Rental Service - RFQ Attachments 1-4
- Notice Date
- 5/31/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812331
— Linen Supply
- Contracting Office
- Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street, Building 50, Scott AFB, Illinois, 62225-5037, United States
- ZIP Code
- 62225-5037
- Solicitation Number
- F3ST403115A001
- Archive Date
- 7/16/2013
- Point of Contact
- Tenisha E. Chism, Phone: 6182569264, Terri Rollins, Phone: 618-256-9268
- E-Mail Address
-
tenisha.chism@us.af.mil, terri.rollins@us.af.mil
(tenisha.chism@us.af.mil, terri.rollins@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 4 - Past Performance Reference Sheet Attachment 3 - Department of Labor Wage Determination (St Clair County) Attachment 2 - Statement of Work Linen Rental Service Attachment 1 - Quote Sheet The 375th Contracting Squadron at Scott AFB IL is contemplating an award for Linen Rental Service for a base period of 01 Sep 13 through 31 Aug 14 plus four (4) annual options. This is a commercial purchase using FAR Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. (ii) The solicitation reference number is F3ST403115A001; it is being issued as a Request for Quotation (RFQ). (iii) The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 05-66 effective 1 April 2013, and the Defense Federal Acquisition Regulation Supplement DPN 20130516 Edition. (iv) This acquisition is 100% Small Business Set Aside under North American Industry Classification System (NAICS) code 812331 for line items 1-3 and code 812332 for line item 4. The small business size standard is $30 million and $35.5 million respectively. (v) Contract Line Item Number(s) CLINS: **See ATTACHMENT 1 for CLIN Pricing Sheet** PROVIDE PRICING FOR EACH CLIN WITH YOUR RESPONSE. (vi) Description of requirements: The Contractor shall provide all labor personnel, equipment, tools, materials, supervision, transportation, and other items and services necessary to perform a linen rental service. The Contractor shall furnish white and various colors of items in quantities as specified by the using activities. Contractor furnished linen shall conform to the generally accepted standards of quality or cleanliness, finish, and appearance. The complete Statement of Work (SOW) has been loaded as ATTACHMENT 2 in FedBizOpps. (vii) The Government desires FOB Destination, Scott AFB, IL. for the performance periods of 01 Sep 13 through 31 Aug 14, with four (4) annual options following. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. ADDENDA TO 52.212-1: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Contractor Name _________________________________________ 5. Payment Terms (net 30) or Discount _____________________________________ 6. Period of Performance: Base: 01 Sep 13 - 31 Aug 14, Option Yr 1: 01 Sep 14 - 31 Aug 15, Option Yr 2: 1 Sep 15 - 31 Aug 16, Option Yr 3: 1 Sep 16 - 31 Aug 17, Option Yr 4: 1 Sep 17 - 31 Aug 18 7. Business Type (i.e. small, women-owned, etc.)______________________________ 8. Point of Contact & Phone Number________________________________________ 9. Fax Number _____________________________________ 10. Email address___________________________________________________ 11. FOB (destination or origin) _______________________________________ 12. GSA number, if applicable to this requirement ___________________________ (ix) TECHNICAL CAPABILITY & PAST PERFORMANCE INFORMATION: Contractors must provide a short technical narrative confirming their understanding of the requirement as stated in the statement of work. The narrative should not simply be a restatement of the SOW and should explain the offerors plan of execution and provide specifications of items being provided. Contractors must also provide up to three (3) references of relevant past performance experience using ATTACHMENT 4, Past Performance Reference Sheet. If no past performance experience is available, please provide a memo stating such. Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106. The evaluation criteria is: TRADEOFF Options. 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). (x) Offerors must include with their quote a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items, with their quote, unless this information has been submitted electronically as part of its annual representations and certificates at https://orca.bpn.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies (Feb 2012). (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive--Orders Commercial Items, applies (May 2012). The following clauses apply: FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-41, Service Contract Act of 1965, as Amended FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; (xiii) The following provisions and clauses also apply and in accordance with FAR 52.252-1 and FAR 52.252-2, are incorporated by reference: FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.223-5, Pollution Prevention and Right-To-Know FAR 52.232-18, Availability of Funds FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.237-3, Continuity of Services FAR 52.247-34, F.O.B. Destination; DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installations FAR 52.217-8 -- Option to Extend Services (Nov 1999) 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 15 days prior to expiration of the contract. (End of Clause) FAR 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 5 years, 6 months. (End of Clause) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states that wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only It is not a Wage Determination Employee Class Monetary Wage - Fringe Benefits 16000 Laundry, Dry-Cleaning, Pressing and Related Occupations $12.17 per hour Plus 36.25% est for fringes FAR 52.252-1, Solicitation Provision Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil AFFARS 5352.201-9101, Ombudsman An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Gregory S. O'Neal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0184, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.232-7003 Electronic Submission of Payment Requests. Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DoD contract shall be submitted in electronic form. Wide Area Workflow Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com (xiv) N/A (xv) QUOTES ARE DUE TO Scott AFB, IL NO LATER THAN 12:00 P.M. CST ON 1 July 2013. (xvi) Quotes are due to: By email: tenisha.chism@us.af.mil By mail: 375 CONS/LGCB Attn: Tenisha Chism 201 E Winters St, Bldg 50 Scott AFB IL 62225-5015 By fax: 618-256-2174 Attn: Tenisha Chism PERIOD FOR ACCEPTANCE OF QUOTES: The offeror agrees to hold the prices in its quote firm for 125 calendar days from the date specified for receipt of quotes. The point of contact for this acquisition is Tenisha Chism: phone 618-256-9264; fax 618-256-2174; e-mail tenisha.chism@us.af.mil. In the event this individual is not available, contact Ms. Terri Rollins: phone 618-256-9268; fax 618-256-2174; e-mail terri.rollins@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/375CS/F3ST403115A001/listing.html)
- Place of Performance
- Address: 73 AS, Scott AFB, Illinois, 62225, United States
- Zip Code: 62225
- Zip Code: 62225
- Record
- SN03077360-W 20130602/130601001008-f8ddcbe528feadcb8952ff9318e2a197 (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 |