Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2017 FBO #5769
SOLICITATION NOTICE

84 -- Industrial Uniform Clothing - Pricing Schedule and Statement of Work

Notice Date
9/7/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
 
ZIP Code
13662
 
Solicitation Number
DTSL5517P0536
 
Archive Date
12/29/2017
 
Point of Contact
Jason C. Brockway, Phone: 3157643252, Patricia L. White, Phone: (315) 764-3236
 
E-Mail Address
jason.brockway@dot.gov, patricia.white@dot.gov
(jason.brockway@dot.gov, patricia.white@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Pricing Schedule and Statement of Work 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. Solicitation number DTSL5517P0536 is issued as a request for proposals. Requirement is for a contractor to provide industrial uniform clothing on a rent-no-clean basis for an estimated eighty(80) Saint Lawrence Seaway Development Corporation (SLSDC) employees in Massena, New York. The Period of Performance will be for base year October 1, 2017 through September 30, 2018, and will include four (4) option years that may extend performance through September 30, 2022. See attachments for Line Items Schedule and Statement of Work. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous (best value) to the Corporation, considering price and past performance. T he Government will evaluate the total price for the basic requirement together with any option(s) exercised at the time of award. The offeror shall include with their offer names and contact information for three (3) completed jobs similar in nature to this requirement. Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if they have not completed their certifications and representations on the System for Award Management (SAM) website at www.sam.gov. FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items is applicable to this acquisition. The following FAR clauses contained within clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are applicable to this acquisition: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6 -- Notice of Total Small Business Set-Aside; 52.219-13 -- Notice of Set-Aside of Orders; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representations and Certifications; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.222-41 -- Service Contract Labor Standards; 52.222-55 -- Minimum Wages Under Executive Order 13658; 52.222-62 Paid Sick Leave Under Executive Order 13706; Other applicable FAR provisions and clauses include 52.204-7, System for Award Management; 52.204-13, System for Award Management Maintenance; 52.217-4, Evaluation of Options Exercised at Time of Contract Award. Other applicable FAR provisions and clauses incorporated by reference in accordance with; 52.252-2 Clauses Incorporated by Reference and 52.252-1 Solicitation Provisions Incorporated by Reference include: 52.223-2 Affirmative Procurement of Biobased Products under Service and Construction Contracts, 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts. The Following FAR Clauses are also required in full text: 52.222-42 Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Labor Standards statute 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 the 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 Motor Vehicle Operator - WG-5703-07 $25.84/hr $ 8.43/hr Laborer - WG-3502-03 $22.87/hr $ 7.46/hr (End of Clause) Full text of FAR clauses and provisions may be accessed electronically at www.acquisition.gov/far/. Response date for receipt of offers/quotes, including Line Items Schedule and Statement of Work, is by Friday, September 19, 2017 at 2:00 PM EST. Quotes may be emailed to jason.brockway@dot.gov, and must contain the solicitation number in the subject line. All responsible offerors may submit a quote which shall be considered by the SLSDC. Questions regarding this acquisition are to be directed to Jason Brockway, Contract Specialist, 315-764-3252 or by email to the address above. To be eligible for award offerors must be registered in the System for Award Management database prior to award. Register at www.sam.gov in conjunction with representations and certifications. Full text of FAR clauses and provisions may be accessed electronically at https://www.acquisition.gov/?q=browsefar.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/SLSDC/SLSDCHQ/ DTSL5517P0536/listing.html)
 
Place of Performance
Address: 251 Fregoe Road, Massena, New York, 13662, United States
Zip Code: 13662
 
Record
SN04666289-W 20170909/170907232432-76ca275e8ceb85c579d57174af76c2a8 (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.