Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2013 FBO #4297
SOLICITATION NOTICE

S -- LINEN SERVICES

Notice Date
8/28/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812331 — Linen Supply
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ13809174Q
 
Response Due
9/16/2013
 
Archive Date
8/28/2014
 
Point of Contact
David C. Nayles, Contract Specialist, Phone 281-483-4202, Fax 281-244-0995, Email david.c.nayles@nasa.gov - Yaranet G. Marquez, Contracting Officer, Phone 281-244-8562, Fax 281-244-6349, Email yaranet.marquez-1@nasa.gov
 
E-Mail Address
David C. Nayles
(david.c.nayles@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. <p> This notice is being issued as a Request for Quotations (RFQ) for a firm fixed-price contract to provide the National Aeronautics and Space Administration (NASA), Lyndon B. Johnson Space Center (JSC) and Sonny Carter Training Facility (SCTF), laundry services, rental/laundering of lab coats & bath towels in accordance with standard commercial practice. <p> The contractor shall furnish all labor, plant facilities, transportation, materials, and/or supplies (except as may be otherwise provided) necessary to provide rental/laundering of lab coats and bath towels, within Harris County, Texas. <p> *Offerors shall review the attached Statement of Work and JSC Terms and Conditions. Statement of Work http://procurement.jsc.nasa.gov/NNJ13809174Q/SOW-Linens.docx JSC Terms and Conditions http://procurement.jsc.nasa.gov/NNJ13809174Q/JSC-TERMS-CONDITIONS-PURCHASE-ORDER.docx <p> All responsible sources may submit an offer which shall be considered by the agency. Delivery to Johnson Space Center is required on September 16, 2013 by 2:00PM CST. Delivery shall be FOB Destination. <p> All linens shall be laundered in accordance with standard commercial practice. Bio-hazard bags shall be laundered as needed upon request by the Contracting Officers Representative (COR). <p> The Contractor shall make a minimum of one pickup and one delivery each week. The Contractor shall furnish a sustaining quantity at delivery. Pickups and deliveries are to be made during normal operating hours (7:30 a.m. to 3:30 p.m. CST). Payments for services will be paid on a monthly basis. <p> The NAICS Code and the Size Standard for this procurement are 812331 and $30M respectively. The Offeror shall state in their offer their size status for this procurement. <p> This will be a five (5) year procurement with a one (1) year base and four (4) option years.Base Year 1 will be October 1, 2013 through September 30, 2014; Option Year 1 will be October 1, 2014 through September 30, 2015; Option Year 2 will be October 1, 2015 through September 30, 2016; Option Year 3 will be October 1, 2016 through September 30, 2017; and Option Year 4 will be October 1, 2017 through September 30, 2018. <p> *Offerors shall review the document links below. Offerors complete and provide the following documents in their response. Completed 1449 http://procurement.jsc.nasa.gov/NNJ13809174Q/SF1449v2.pdf Exhibit A Proposed Pricing Template http://procurement.jsc.nasa.gov/NNJ13809174Q/Exhibit-aContract-Pricing.xls <p> *Offerors shall review the Notice of Intention to Make a Service Contract and Response to Notice (Standard Form e98 and Form 98a) and the current wage determination (2005-2515, Rev 15). Offerors complete and provide the following documents in their response. Standard Form e98 http://procurement.jsc.nasa.gov/NNJ13809174Q/SF98E-Linens-RFP.doc Form 98a http://procurement.jsc.nasa.gov/NNJ13809174Q/SF98a-Linens-RFP1.doc Current wage determinations (2005-2515, Rev 15) http://procurement.jsc.nasa.gov/NNJ13809174Q/Wage-Determination-2005-2515-Rev15-Harris-Co unty.txt <p> *Additionally, Offerors should review the attached Data Requirements Description for an understanding of how the contractor will be required to report wage/salary and fringe benefit data during the life of the contract. Data Requirements Document (DRD) http://procurement.jsc.nasa.gov/NNJ13809174Q/DRD-Wage-Salary-Fringe-Benefit-Data-4_11_12. doc Form 1 Form 2 Form 3 http://procurement.jsc.nasa.gov/NNJ13809174Q/FORMS-1-3-Wage-Salary-Fringe-Benefit-Data.do c The provisions and clauses in the RFQ are those in effect through FAC_2005_- 69. _________________________________________________________________ [1] AGREEMENTS AS TO QUANTITIES AND FIXED RATES The parties agree that the Contractor shall report the number of items laundered weekly, by type and location (building). <p> Billing shall occur on a monthly fixed price basis. The parties agree that there will be no adjustment to the monthly fixed rate unless a determination is made at the end of the quarter (3 months) that the number of items laundered during the assessed period is outside the range (+/-10%) of the quarterly average estimate of items laundered. Either party can request an equitable adjustment in price at the end of the quarter if it is determined that the actual quantity of items laundered is outside of the estimated range. If the amount of items laundered exceeds the quarterly average estimate by more than 10%, an equitable adjustment in price may be requested and the quarterly average estimate may be revised upward to equal the actual number of items laundered. If the amount of items laundered in the quarter is below the quarterly average estimate by more than 10%, an equitable adjustment in price may be requested and the quarterly average estimate may be revised downward to equal the actual number of items laundered. The loss rate shall also be reviewed at the end of the quarter. If the actual loss rate for the quarter was greater/lesser than +/- 2% of the established loss rate estimate, either party may request an adjustment to the estimated loss rate and to the associated price for the next quarter. (End of provision) [2] PROPOSAL MARKING AND DELIVERY (a) Methods of Proposal Delivery Proposals shall be delivered to the designated proposal receiving office by one of the following methods: U.S. Postal Service Commercial Delivery Service Delivery by company employee or other individual agent regardless of the method of delivery chosen, the Offeror is responsible for delivery of the proposal to the designated receiving office no later than September 16, 2013, 2:00 pm (CST). (b) External Marking of Proposal Package(s) All proposal packages must be closed, sealed, and marked in large letters PROPOSAL DELIVER UNOPENED. Proposals packages must include the solicitation number, the contracting specialists name, mail code/stop, and the Offerors name and address clearly marked on the outside of the package. The Offeror shall include a notice on the cover of the proposal package as follows: NOTICE: THIS PROPOSAL MUST BE DELIVERED TO THE SPECIFIED ADDRESS NO LATER THAN (OFFERORENTER DATE AND TIME). (c) Delivery Address Proposals must be delivered to: NASA Johnson Space Center, Attention: David Nayles/BJ5, Central Receiving, Bldg 420, 2101 NASA Parkway, Houston, TX 77058-3696 JSC Central Receiving can only be accessed through JSC Gate 4, which is located off Space Center Boulevard. The Offeror is strongly encouraged to notify the Contracting Specialist one day in advance of the proposal submission. Proposals will be considered to be timely if the proposal package arrives in Building 420 by the due date and time. (End of provision) [3] EVALUATION COMMERCIAL ITEMS 52.212-2 (AUG 2013) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.The following factors shall be used to evaluate offers: 1. Price (b) 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) CLAUSES INCORPORATED BY REFERENCE Offerors shall provide the information required by FAR 52.212-1 (JUL 2013), Instructions to Offerors-Commercial Items, which is incorporated by reference. <p> If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled 'Buy American Act -- Supplies,' the Offeror shall so state and shall list the country of origin. <p> 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) <p> Offerors must include completed copies of the provision at 52.212-3 (AUG 2013), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. <p> FAR 52.212-4 (JUL 2013), Contract Terms and Conditions-Commercial Items is applicable, FAR 52.212-5 (AUG 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders -Commercial Items is applicable and the following identified clauses are incorporated by reference: <p> 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note); 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child LaborCooperation with Authorities and Remedies (Mar 2012)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513); 52.225-1, Buy American ActSupplies (Feb 2009) (41 U.S.C. 10a-10d); 52.232-33, Payment by Electronic Funds TransferSystem for Award Management (Jul 2013) (31 U.S.C. 3332); 52.222-41,Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.); 52.222-43, Fair Labor Standards Act and Service Contract ActPrice Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.); 52.222-44, Fair Labor Standards Act and Service Contract Act Price Adjustment (SEP 2009). <p> The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm <p> OTHER CONTRACT REQUIREMENTS OR TERMS AND CONDITIONS [1] 52.204-91 Security/Badging Requirements for Foreign National Visitors and Employees/Representatives of Foreign Contractors (MAY 2013) (JSC Procurement Instruction) (a) An employee of a domestic Johnson Space Center (JSC) contractor or its subcontractor who is not a U.S. citizen (foreign national) may not be admitted to the JSC site for purposes of performing work without special arrangements. In addition, all employees or representatives of a foreign JSC contractor/subcontractor may not be admitted to the JSC site without special arrangements. For employees as described above, advance notice must be given to the Security Office of the host installation, Johnson Space Center, at least three weeks prior to the scheduled need for access to the site so that instructions on obtaining access may be provided. Contractors should be aware that approval for access to the site and issuance of a badge may take much longer than three weeks and sufficient lead time must be allowed to accommodate the approval process. (b) All visit/badge requests for persons described in (a) above must be entered in the NASA Foreign National Management System (NFNMS) for acceptance, review, concurrence, and approval purposes. When an authorized company official requests a JSC or WSTF badge for site access, he/she is certifying that steps have been taken to ensure that its contractor or subcontractor employees, visitors, or representatives will not be given access to export-controlled or classified information for which they are not authorized. These individuals shall serve as the contractors representative(s) in certifying that all visit/badge request forms are processed in accordance with JSC and WSTF security and export control procedures. No foreign national, representative, or resident alien contractor/subcontractor employee shall be granted access into JSC or WSTF until approved and processed through the NFNMS. Unescorted access will not be granted unless a favorable National Agency Check (NAC) has been completed by the JSC Security Office, and an approved NASA Foreign National Visitor Security/Technology Control Plan (STTCP), (previously called the Access Control Plan) has been submitted and approved. (c) The contractor agrees that it will not employ for the performance of work on-site at JSC or WSTF any individuals who are not legally authorized to work in the United States. If the JSC or WSTF Industrial Security Specialist or the contracting officer has reason to believe that any employee of the contractor may not be legally authorized to work in the United States and/or on the contract, the contractor may be required to furnish copies of Form I-9 (Employment Eligibility Verification), U.S. Department of Labor Application for Alien Employment Certification, and any other type of employment authorization document. The contractor agrees to provide the information requested by JSC or WSTF Security Office in order to comply with NASA policy directives and guidelines related to foreign visits to NASA facilities so that (1) the visitor/employee/ representative may be allowed access to JSC or other NASA centers for performance of this contract, (2) required investigations can be conducted, and (3) required annual or revalidation reports can be submitted to NASA Headquarters. All requested information must be submitted in a timely manner in accordance with instructions provided by JSC or any other center to be visited. (End of clause) [2] 52.242-92 Identification of Employees (MAY 2013)(JSC Procurement Instruction) At all times while on Government property, the contractor, subcontractors, their employees, and agents shall wear badges. These Badges will be issued at the following locations: NASA Badging & Visitor Control Office, located in Building 110 at the Johnson Space Center (JSC) 6:00 a.m. to 5:30 p.m. Monday through Friday excluding holidays; the Sonny Carter Training Facility (SCTF) and the Software Development Integration Laboratory (SDIL) 7:00 a.m. to 3:30 p.m. Monday through Friday excluding holidays; Ellington Field, Building 265, 7:00 a.m. to 11:00 a.m. Monday through Friday excluding holidays; and the Main Gate at the White Sands Test Facility (WSTF) Monday through Friday from 8:00 a.m. to 4:00 p.m. excluding holidays and off every other Friday due to 9/80 hour scheduling. WSTF visitor badges will be issued on a 7-day-a-week, 24-hour-a-day basis. Resident aliens and foreign nationals/representatives shall be issued green foreign national badges. Each individual who wears a badge shall be required to sign personally for the badge. The contractor shall be held accountable for issued badges and all other related items and must assure that they are returned to the NASA Badging & Visitor Control Offices upon completion of work under the contract in accordance with Security Management Directive (SMD) 500-15, 'Security Termination Procedures.' Failure to comply with the NASA contractor termination procedures upon completion of the work (e.g., return of badges, decals, keys, Controlled Access Area cards, clearance terminations, JSC Public Key Infrastructure (PKI)/special program deletions, etc.) may result in final payment being delayed. (End of clause) [3] 52.214-34 Submission of Offers in English Language (APR 1991) Offers submitted in response to this solicitation shall be in the English language. Offers received in other than English shall be rejected. (End of provision) [4] 52.214-35 Submission of Offers in U.S. Currency (APR 1991) Offers submitted in response to this solicitation shall be in terms of U.S. dollars. Offers received in other than U.S. dollars shall be rejected. (End of provision) [5] 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 60 days. (End of clause) [6] 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 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 5 years. (End of clause) [7] 52.232-18 Availability of Funds (APR 1984) Funds are not presently available for this contract. The Governments obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) [8] NASA FAR Supplement (NFS), 1852.215-84 (NOV 2011) Ombudsman, is applicable. The Center Ombudsman for this acquisition is Perri E. Fox and her contact information can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. (End of clause) [9] 1852.223-72 Safety and Health (Short Form) (APR 2002) (a) Safety is the freedom from those conditions that can cause death, injury, occupational illness; damage to or loss of equipment or property, or damage to the environment. NASAs safety priority is to protect: (1) the public, (2) astronauts and pilots, (3) the NASA workforce (including contractor employees working on NASA contracts), and (4) high-value equipment and property. (b) The Contractor shall take all reasonable safety and occupational health measures consistent with standard industry practice in performing this contract. The Contractor shall comply with all Federal, State, and local laws applicable to safety and occupational health and with the safety and occupational health standards, specifications, reporting requirements, and any other relevant requirements of this contract. (c) The Contractor shall take, or cause to be taken, any other safety, and occupational health measures the Contracting Officer may reasonably direct. To the extent that the Contractor may be entitled to an equitable adjustment for those measures under the terms and conditions of this contract, the equitable adjustment shall be determined pursuant to the procedures of the Changes clause of this contract; provided, that no adjustment shall be made under this Safety and Health clause for any change for which an equitable adjustment is expressly provided under any other clause of the contract. (d) The Contracting Officer may notify the Contractor in writing of any noncompliance with this clause and specify corrective actions to be taken. In situations where the Contracting Officer becomes aware of noncompliance that may pose a serious or imminent danger to safety and health of the public, astronauts and pilots, the NASA workforce (including Contractor employees working on NASA contracts), or high value mission critical equipment or property, the Contracting Officer shall notify the Contractor orally, with written confirmation. The Contractor shall promptly take and report any necessary corrective action. The Government may pursue appropriate remedies in the event the Contractor fails to promptly take the necessary corrective action. (e) The Contractor (or subcontractor or supplier) shall insert the substance of this clause, including this paragraph (e) and any applicable Schedule provisions, with appropriate changes of designations of the parties, in subcontracts of every tier that exceed the micro-purchase threshold. (End of clause) __________________________________________________________________ All contractual and technical questions must be in writing (e-mail) to David Nayles not later than September 6, 2013. Telephone questions will not be accepted. <p> If necessary a three (3) day phase-in will be accommodated. <p> Prospective Offerors shall notify this office of their intent to submit an offer. It is the Offerors responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73. Potential Offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). <p> Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ13809174Q/listing.html)
 
Record
SN03165398-W 20130830/130828235525-9b6c6ed951bb3258aaffaf59e4852838 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.