SOLICITATION NOTICE
X -- Laundry Services
- Notice Date
- 6/30/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
- ZIP Code
- 32085-1008
- Solicitation Number
- W911YN-14-T-XCTC
- Response Due
- 7/8/2014
- Archive Date
- 8/29/2014
- Point of Contact
- james figlan, 9048230552
- E-Mail Address
-
USPFO for Florida
(james.m.figlan.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number W911YN-14-T-XCTC shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. (Obtain from http://farsite.hill.af.mil/vffara.htm) There is no set-aside for this requirement. The North American Industry Classification System (NAICS) code for this project is 812332 with a size standard of $35.5M. Laundry Services: Contractor shall provide laundry services (pickup, wash, dry, fold, and deliver) on site or off site of CBJTC. The two laundry services will accommodate approximately 22,000lbs of laundry per service (no more than 15lbs of laundry per Soldier for a total of 1480 Soldiers). Contractor shall provide two pickups of dirty laundry between (2000 and 2200) on 21 and 25 July 2014. Contractor shall provide delivery of clean laundry between (0800-1000) on 24 and 29 July 2014. Pickup and delivery of laundry will be organized for six battalions. Pickup and delivery site on CBJTC will be coordinated with the sustainment cell's designated point of contact after contract award. Contractor will provide itemized laundry slip and plastic bag per individual Soldier on 20 and 24 July to brigade sustainment cell's designated point of contact. Contractor will ensure that itemized laundry slip is maintained with laundered clothing and returned intact upon delivery. Location of Laundry trailers are depicted on site map, along with the location of manhole for gray water removal, and fire hydrant for water source. Gray water must be pumped into manholes by sump pump provided furnished by the contractor. Contract will be awarded based on lowest price technically acceptable. Please provide detailed quote with cost breakdown in accordance with the following CLIN structure. CLIN 0001 Laundry Services Price CLIN 0002 Pickup/Delivery Price Total Amount $ ______ Quotes are due NLT 3:00pm 8 July 2014 Statement of Work; Attached Site Map; Attached Estimated Delivery Time: in place by 18 July 2014 (see statement of work) Ship to address: Camp Blanding Joint Training Center, 5629 State Road 16 West NOTE TO OFFERORS: In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market. FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addendem applies: RFQ due date: 8 July 2014 RFQ due time: 1500 Fax RFQ to 904-823-4797 or mail to: USPFO Florida (attn Contracting) 189 Marine Street St Augustine Florida, 32084 DUNS Number Cage Code Tax ID Number *Total Yearly Revenue_______________ *Information required to determine size of business for the NAICS referenced above All questions regarding this solicitation must be submitted to james.m.figlan.mil@mail.mil or cody.b.kennedy.mil@mail.mil 904-823-0552/0566 by 1:00 pm 7 July 2014 All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. WAWF instruction shall be provided at time of award FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: quote mark Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon price, and ability to fulfill the requirement. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. An offeror must be determined to be responsible by the Contracting Officer in order to be eligible for award. Responsibility is described in Federal Acquisition Regulation (FAR) Subpart 9.1, quote mark Responsible Prospective Contractors. quote mark Part of the determination addresses financial capability. Please provide the names, addresses and points of contact for all financial institution organizations utilized to determine if contractor has adequate financial resources to perform the contract or the ability to obtain them to include written authority to contact the provided financial institution. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with it's Alternate I, applies to this acquisition. All vendors must be registered in System for Award Management (SAM) at the time of Quote submittal. www.sam.gov DFARS Provision 252.212-7000, Offeror Representations and Certifications-Commercial Items, applies to this acquisition FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 52.212-5 are applicable: DFARS Clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 252.212-7001 are applicable: The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN-14-T-XCTC/listing.html)
- Place of Performance
- Address: USPFO for Florida 189 Marine Street, St. Augustine FL
- Zip Code: 32085-1008
- Zip Code: 32085-1008
- Record
- SN03410012-W 20140702/140701023442-492d15a0b7dd9daa1211b099f6478efc (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 |