SOLICITATION NOTICE
S -- LAUNDRY SERVICES OF SHOP TOWELS AND COVERALLS
- Notice Date
- 1/13/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024414T0017
- Response Due
- 1/16/2014
- Archive Date
- 8/8/2014
- Point of Contact
- CHARLES E. FLETCHER II 619-556-5519
- E-Mail Address
-
Contract Specialist
(charles.e.fletcher@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 using Simplified Acquisition Procedures. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS. The RFQ number is N00244-14-T-0017. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 11. It ™s the responsibility of the contractor to be familiar to with the applicable clauses and provisions. The clauses can be accessed in full text at these addresses: www.acqnet.gov/far and www.acq.osd.mil/dpap/dfars.index.htm. This Procurement is issued as a 100% Total Small Business Set-Aside procurement under Federal Supply Code “ S209 and NAICS “ 812332. The Small Business Standard Size is $14M. The agency need of the following requirements: A Base Year plus Four Option Years for laundry services of shop towels and coveralls. PERFORMANCE WORK STATEMENT SHOP TOWELS IN SUPPORT of STRATCOMMWING ONE 16 January 2014 1. SCOPE: 1.1 The contractor shall be required to provide and deliver clean shop towels and cleaned coveralls to, and remove dirty and soiled towels and coveralls from all authorized customers in accordance with the specifications contained herein and in accordance with any issued delivery order. Delivery schedules shall be as set forth herein. The Contractor is responsible for acquiring and maintaining all the equipment and vehicles necessary to ensure that customer deliveries are met as required. 2.0 REQUIREMENTS 2.1 The Contractor shall provide and deliver towels made of an absorbent cotton or cotton blend material. 2.2 The Contractor shall provide towels that are a minimum of eighteen (18) inches wide and eighteen (18) inches long. 2.3 The Contractor shall provide non-white towels such as RED towels for use with oils and greases. 2.4 The Contractor shall deliver towels in bales of fifty (50) towels each. The bales shall be secured with string which is strong enough so that the string does not break when the bales of towels are picked up by the string. 2.5 The Contractor shall clean and deliver Government provided Coveralls. 2.6 For all orders, quantities shall be in accordance with the requirements set forth in the order. Charges shall be based on the number of clean towels and clean coveralls delivered. For both pickup and delivery, verification of quantities shall be performed by a Government representative. Failure by the Contractor to obtain this verification shall relieve the Government of responsibility for claims submitted by the Contractor for a difference in the count of towels delivered or picked up. 2.7 The Contractor is required to comply with all federal, state, and local laws, rules, and regulations as set forth within each EPA region and state, as they pertain to the industrial laundering of non-disposal textile towels and coveralls contaminated with oils, greases, hydraulic fluid, paints, and solvents. Where applicable, the Contractor shall be required to ensure that all subcontractors utilized are also in compliance with these requirements. If it deems it necessary, the Government may request the Contractor to provide copies of current Federal or State certificates/licenses where it is conducting business as well as copies of all Federal or State certificates/licenses of the subcontractors the Contractor utilizes. The contractor must possess all licenses and certifications required by federal, state, and local laws prior to the performance of this contract. 3.0 ORDERING PROCESS 3.1 The Contractor will furnish with each shipment, a delivery ticket, showing: contract number; order number under the contract; date order was delivered, an itemized listing of supplies of services furnished; unit price and extension of each item; and delivery or performance date. 3.2 The Contractor shall provide an initial supply of clean towels to a customer in accordance with initial and weekly order quantity. The Contractor shall invoice the Government for the clean towels delivered at the address herein. The initial charge for the clean towels will be the Contractor ™s quoted price multiplied by the quantity of towels ordered. The number of towels ordered should be based on the customer ™s average weekly usage, but the actual number ordered shall be up to the customer ™s discretion. 3.3 Charges for towels shall be based on the number of clean towels and coveralls delivered. For both pickup and delivery, the customer will perform verification of quantities. Failure by the Contractor to obtain this verification shall relieve the customer of any responsibility for claims submitted by the Contractor for a difference in the count of towels delivered or picked up. 3.4 Minimum Charge. For subsequent orders to a customer, the Contractor shall charge the customer a minimum price of 50 percent of the price of the clean towels in the customer ™s possession immediately following the customer ™s acceptance of the previous delivery. 3.5 The customer shall be liable for the return of the number of towels furnished under this contract, in accordance with the count of the customer of the number of towels agreed upon as a result of a joint count by the Contractor and the customer at the time of delivery. 4.0 DELIVERY 4.1 The Contractor shall be required to deliver/pickup 1600 non-white towels and ten (10) coveralls on each Wednesday, between 8:00 AM through 10:00 AM. Each squadron, VQ-3 and VQ-4 Tool Rooms shall receive 800 non-white towels and five (5) coveralls weekly. Subsequent to the Contractor ™s initial delivery of clean towels to a customer, pick up of soiled towels and coveralls shall always be made at the time of delivery of subsequent orders for the clean towels and coveralls. 4.2 Delivery Site: Strategic Communications Wing 1, Squadrons: VQ-3 Tool Room and VQ-4 Tool Room, 7791 Mercury Road, Bldg. 820, Tinker AFB, OK 73145-8701. Tool Room points of contact: VQ-3 405-739-3487 and VQ-4 405-739-4563. 4.3 Certification of delivery/pickup: The Government will certify the quantities of towels that are either being delivered or picked up. The Contractor should ensure that the appropriate Government representative confirms the total number on the Contractor invoice/delivery ticket. In order for the Contractor to submit a claim for the cost of lost towels, when the Contractor picks up towels, the appropriate Government representative must confirm on the Contractor invoice/delivery ticket the number of towels that were lost. 5.0 CONTRACTOR PAYMENT INSTRUCTIONS 5.1 The method of payment will be Government Commercial Purchase Card. The cardholders ™ LS2 Jason Mathis jason.c.mathis@navy.mil at 405-739-5640 or LS2 Crystal Wheeler crystal.c.wheeler@navy.mil 405-739-5637 will make invoice payments. The Contractor shall summarize and submit all invoices once per month to the address below: Strategic Communications Wing 1 Attention: Purchasing Branch 7641 Mercury Road, Bldg. 825 Tinker AFB, OK 73145-8701 Technical point of contact is Ms. Joyce Carlsen joyce.carlsen@navy.mil 405-739-5631 Financial point of contact is Mr. Tim McGuire joseph.mcguire@navy.mil 405-739-3319 6.0 CONTRACTOR REPORT 6.1 The following spreadsheet is provided as a sample of the report the Government requires. This report shall be submitted in electronic form no later than the 10th working day of each month to the Contracting Office and the Ship to address as specified in the awarded contract. CONTRACTOR'S MONTHLY REPORT TOWELS Oklahoma Red Towels LostNumber of Towels DeliveredNumber of Towels Picked UpTotal Monthly Cost Command-Strategic Communications Wing One Tinker AFB OK Location- Bldg. 820 VQ3 Tool Room Point of Contact- LS2 Jason Mathis Phone Number- 405-739-5640 Command-Strategic Communications Wing One Tinker AFB OK Location- Bldg. 820 VQ4 Tool Room Point of Contact- LS2 Jason Mathis Phone Number- 405-739-5640 COVERALLS Oklahoma Coveralls LostNumber of Coveralls DeliveredNumber of Coveralls Picked UpTotal Monthly Cost Command-Strategic Communications Wing One Tinker AFB OK Location- Bldg. 820 VQ3 Tool Room Point of Contact- LS2 Jason Mathis Phone Number- 405-739-5640 Command-Strategic Communications Wing One Tinker AFB OK Location- Bldg. 820 VQ4 Tool Room Point of Contact- LS2 Jason Mathis Phone Number- 405-739-5640 7.0 SUBPART 5237.1-SERVICE CONTRACTS GENERAL 7.1 The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the [NAMED COMPONENT] via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil. The requirement is for a Firm-Fixed Price service type contract. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, FAR 52.212-3, Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-2 Evaluation ”Commercial Items (Jan 1999); FAR 52.212-3 Offeror Representation and Certifications Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following clauses; FAR 52.232-33 Payment by Electronic Funds Transfer ”Central Contractor Registration; FAR 52.247-34 FOB Destination; Clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items (May 2012) applies with the following applicable clauses: FAR 52.203.13- Contractor Code Of Business Ethics and Conduct (Apr 2010); FAR 52.204-7 Central Contractor Registration; FAR 204-9 Personal Identity Verification of Contractor Personnel (Jan 2011);FAR Economic Price Adjustment ”Semiststandard Supplies (Jan 1997); FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov2011); FAR 52.219-8 Utilization of Small Business Concerns (June 2011); FAR 52.222-3 Convict Labor (Jun 2003); FAR 52.222-19 Child Labor ”Cooperation with Authorities and Remedies (Mar 2012); FAR 52.222-21 “ Prohibitions of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities (Oct 1998); FAR 52.222-50 Combating Trafficking in Persons (Feb 2009); FAR 52.223-3 Hazardous Material Identification and Material Safety Data (Jan 1997); FAR 52.225-1 Buy American Act ”Supplies (June 2003); FAR 52.228-5 Insurance ”Work On a Government Installation (Jan 1997); FAR 52.233-4 Applicable Law for Breach of Claims; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contract Registration; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984);FAR 52.245-1 Government Property (Apr 2012); FAR 52.247-34 F.O.B. Destination; FAR 52.249-4 Termination for Convenience of the Government (Services) (Short Form); FAR 52.252-2 Clauses incorporated by Reference (Feb 1998); FAR Authorized Deviations In Clauses (Apr 1984); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jun 2012); DFARS 252.223-7001 Hazard Warning Labels (Dec 1991); DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (May 2013); DFARS 252.246-7003 Notification of Potential Safety Issues (Jan 2007), applies with the following clauses applicable for paragraph (b); DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009); FAR 52.203- Gratuities (Apr 1984); 252.225-7001 Buy American and Balance of Payments Program (Jun 2012); DFARS 252.204-7004 Required Central Contractor Registration, 252.232-7003 Electronic Submission of Payment Requests, Unit Prices, Award By Full Quantity, Review Agency Protests and Liability Insurance Limits (Aug 1992) (FISC San Diego). All Contractors doing business with the Federal Government must be registered the U.S. Contractor Registration System SAMS at https://www.sam.gov. Contractor is responsible for ensuring contractor Registration and Online Representations and Certifications Applications (ORCA) are current. Lack of registration in the SAMS database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your proposal. SUBMISSION OF QUOTE PROCEDURES Responses to this offer are required in electronic format. Offerors shall ensure that the evaluation factors identified herein are adequately addressed in their proposal submissions. The overall proposal shall consist of three (3) physically separate parts, individually titled Parts 1, 2, and 3. Individual volumes shall contain the following: Part I “ Solicitation & Signed SF1149 and Price. All signed amendments (SF30s) if there ™s any. Part II - Technical Capability and Ability to Meet the Required Delivery Dates and FOB Terms Part III - Offerors Representations and Certification (FAR 52.212-3) NOTE: An offer may be submitted through e-mail. No mailed copy will be accepted. E-mail to charles.e.fletcher@navy.mil. All responsible Offerors shall submit CAGE code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Proposal must be received no later than 12:00 PM (PST), 16 January 2014, Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Only electronic responses shall be accepted via e-mail. Each submission should be virus scanned prior to being sent via e-mail to the POC listed: Charles E. Fletcher II email: charles.e.fletcher@navy.mil. Oral communications are not acceptable in response to this notice questions must be submitted via e-mail. NOTE: Email submissions are subject to size and type restrictions (typically limited to less than 1 Megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the respondent's responsibility to verify the package was received and can be viewed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024414T0017/listing.html)
- Place of Performance
- Address: 7641 MERCURY ROAD, BLDG 825
- Zip Code: TINKER AIR FORCE BASE, OKLAHOMA CITY, OK
- Zip Code: TINKER AIR FORCE BASE, OKLAHOMA CITY, OK
- Record
- SN03265996-W 20140115/140113234926-88a2a777aa934c7307b5f56ba98f316f (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 |