Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2018 FBO #6005
MODIFICATION

S -- Laundry Service Requirement - Strip Map

Notice Date
5/1/2018
 
Notice Type
Modification/Amendment
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Montana, 1956 Mt Majo Street, Fort Harrison, Montana, 59636-4789, United States
 
ZIP Code
59636-4789
 
Solicitation Number
W9124V18R0004
 
Archive Date
5/22/2018
 
Point of Contact
Adam D. Sackman, Phone: 4063243407
 
E-Mail Address
adam.d.sackman.mil@mail.mil
(adam.d.sackman.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 the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is W9124V18R0004 and is issued as a Request for Proposal (RFP). The proposed contract is 100% competitive set aside for small business concerns. NAICS code is 812320, with size standard of 5.5 million. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, effective 6 November 2017. Offers shall propose a firm fixed price for laundry service in accordance with the attached Performance Work Statement. SCA/FLSA is applicable, see attachment "WD 15-5399 (Rev.-5) for labor rates, vendor is responsible for checking rates prior to submittal of proposals. The Government will use Lowest Price Technically Acceptable (LPTA) to evaluate quotes using technical acceptability and then price to determine the best value. Award will be made as a Requirements contract, see PWS paragraph 1.6.6 also Federal Acquisition Regulation (FAR) 16.503. Task Order will be issued against the base contract. Vendors will provide pricing for all items on attachment "TC-CIF Laundry list". For evaluation of proposals and to determine the lowest price, proposals will be based of item prices compared to "TC-CIF annual numbers". The "TC-CIF Laundry list spreadsheet shows all items that may be laundered, the "TC-CIF annual numbers" is the average list of items and numbers that were laundered over the last few years. Attachment "W9124V18R0004 4FBO" will include CLIN, clause, provision, and work statement details. Contract has a base of two (2) years and two options, option one is two (2) years and option 2 is one (1) year for a total of 5 possible years of service. Proposals are expected, not required, to have an annual escalation in price. Attached spreadsheet "Sample Base and Option Year Pricing" can be used (if convenient) to show escalation of pricing over the 5 year period. All items will need a price per item for the proposal to be technically acceptable, either "Sample Base and Option Year Pricing " or "TC-CIF Laundry list " must be filled in to show item price. "TC-CIF annual numbers" shows estimated quantities based off historical information, these quantities will be applied to the vendors proposed pricing to establish the Government evaluation of price. Example, annually we will require an estimated 1,810 twin sheets per year to be laundered. A proposal has a price of $.50 per sheet for year 1 (June 1, 2018 - May 31, 2019), $.55 per sheet for year 2, $.55 per sheet for year 3, $.60 per sheet for year 4 and $.65 per sheet for year 5. Total evaluated price for that item would be (1810 x.50 = $905.00), (1810 x.55 = $995), ($995), ($1086), and ($1176.5) for a total evaluated price of $5,157.50 for the twin sheets. The same would apply to all items on the "TC-CIF annual numbers." A site visit is planned for May 3rd, 2018 at 9:30 am local. Valid drivers license is required to get on base. Questions should be submitted no later than May 4th to allow proper time for response and amendment to the solicitation for posting Q&A. Items may be required to be added after award, if items are added a price will be negotiated with the awarded vendor and the contract modified to reflect the new item(s). Response date has been reduced by one week from the original post do to May 7th, 2018. Review of the requirements and mission requirements has deemed this neccesary.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24/W9124V18R0004/listing.html)
 
Record
SN04905941-W 20180503/180501230623-2e2830dc695468fb6f5f49dc1b9b82ac (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.