Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2018 FBO #6116
SOLICITATION NOTICE

S -- Dry Cleaning Services

Notice Date
8/20/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060418Q4062
 
Response Due
8/31/2018
 
Archive Date
9/15/2018
 
Point of Contact
Keely Pool 8084737546
 
E-Mail Address
Contracting Officer
(keely.pool@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SEE ATTACHED COMBINED SYNOPSIS SOLICITATION FOR FULL RFQ DETAILS. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N0060418Q4062. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-99 and DFARS Publication Notice 20180629. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 812320 and the Small Business Standard is $5.5 Million. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside decision. NAVSUP Fleet Logistics Center Pearl Harbor, Regional Contracting Department requests responses from qualified sources capable of providing the following in accordance with the Performance Work Statement: CLIN - DESCRIPTION - QTY - U/I - TOTAL PRICE 0001 - Dry Cleaning Services - 1 Group - $ 1001 - Dry Cleaning Services - 1 Group - $ 2001 - Dry Cleaning Services - 1 Group - $ BASE YEAR: 01 OCT 2018 “ 30 SEP 2019 JUMPER, WHITE $/ 1 EA (Article) JUMPER, WHITE PANT $/ 1 EA (Article) OPTION YEAR 1: 01 OCT 2019 “ 30 SEP 2020 JUMPER, WHITE $/ 1 EA (Article) JUMPER, WHITE PANT $/ 1 EA (Article) OPTION YEAR 2: 01 OCT 2020 “ 30 SEP 2021 JUMPER, WHITE $/ 1 EA (Article) JUMPER, WHITE PANT $/ 1 EA (Article) Pick-up and Delivery Location: USS Arizona Memorial Detachment Office, Hornet Avenue, Building 44, Ford Island, Honolulu, HI 96818 Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. This requirement will result in a Firm-Fixed Price (FFP) purchase order. The method of payment will be electronic funds transfer via the Wide Area Workflow (WAWF). System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Attachments: 1. Performance Work Statement (PWS) 2. Wage Determination 3. FAR Provisions **Failure to include this attachment with your quote, may result in your offer being deemed unresponsive.**: a. FAR 52.212-3 and Alt I Offeror Representations and Certifications (NOV 2017). If your annual representations and certifications are current in the System for Award Management (SAM), complete only paragraph (b) (on page 4) by filling out N/A in paragraph b. b. FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. Questions: Question shall be submitted electronically to keely.pool@navy.mil. Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ # N0060418Q4062 in the subject line. Other methods of submitting questions will not be acknowledged or addressed. Questions shall be submitted not later than 10:00 AM (Hawaii Standard Time) on 23 August 2018. Questions submitted after this date and time may not be accepted. Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible. Quotes: This announcement will close at 10:00 AM (Hawaii Standard Time) on 31 August 2018. Quotes submitted after the announcement closes will not be considered. Quotes shall be submitted via email to Keely Pool via email: keely.pool@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, CAGE Code and payment terms. Quoters are advised that delays can be experienced with the Government ™s email system. Additionally, the email system capacity for each email is 10 MB. Emails greater than 10 MB will not be delivered and, consequently, will not be considered. Therefore, quotations exceeding the size limit must be sent via multiple emails. Zip Files are not accepted. Quotes will not be accepted by facsimile. Oral quotes will not be accepted. Each response must clearly indicate the capability of the Quoter to meet all specifications and requirements. It is emphasized that this combined solicitation/synopsis is issued in accordance with the procedures of FAR Parts 13 and 13.106-2(b)(3), which are intended to streamline source selection and be minimally burdensome for both the Government and the Quoters interested in competing for this requirement. The procedures of FAR Part 15.3 do not apply to this source selection. Note also that any references in the solicitation to offer/offeror shall be deemed to mean quotation/quoter. Evaluation Criteria: Procedures in FAR 13.106 are applicable to this procurement. Award decision will be made using the Lowest Priced Technically Acceptable (LPTA) method. The final contract award will be based on a determination of responsibility and the lowest priced technically acceptable offer. The following FAR provision and clauses are applicable to this procurement: FAR / TITLE 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-7 System for Award Management (Oct 2016) 52.204-13 SAM Maintenance (Oct 2016) 52.204-16 Commercial and Government Entity Code Reporting (July 2016) 52.204-18 CAGE Maintenance (July 2016) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.212-1 Instructions to Offerors (Jan 2017) 52.212-2 Evaluation-Commercial Items (Oct 2014) 52.212-3, Alt. 1Offeror Reps and Certs (Nov 2017) 52.212-4 Contract Terms and Conditions--Commercial Items (Jan 2017) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2018) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.219-28 Post Award Small Business Program Representation (July 2013) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (April 2015) 52.222-26 Equal Opportunity (Sept 2016) 52.222-36 Equal Opportunity for Workers w/ Disabilities (July 2014) 52.222-41 Service Contract Labor Standards (May 2014) 52.222-50 Combating Trafficking in Persons (March 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13 Restriction on Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3 Protest After Award (August 1996) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (April 1984) 52.247-34 FOB Destination (Nov 1991) Applicable FAR Provisions and Clauses by Full Text: 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 60 months. (End of clause) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) 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 ClassMonetary Wage ”Fringe Benefits 16040 Dry Cleaner $15.69/hr FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/ and http://farsite.hill.af.mil/vfdfara.htm. (End of Provision) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/ and http://farsite.hill.af.mil/vfdfara.htm. (End of Clause) The following DFARS provision and clauses are applicable to this procurement (By Reference): DFARS / TITLE 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sept 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sept 2013) 252.204-7003 Control of Government Personnel Work Product (April 1992) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.223-7008 Prohibition of Hexavalent Chromium (May 2011) 252.225-7002 Qualifying Country Sources as Subcontractors (Aug 2016) 252.225-7048 Export-Controlled Items (June 2013) 252.232-7003 Electronic Submission of Payment Requests (Mar 2008) 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments (Dec 2006) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) 252.237-7012 Instruction to Offerors (Count-of-Articles) (Dec 1991) 252.237-7014 Loss or Damage (Count-of-Articles) (Dec 1991) 252.237-7016 Delivery Tickets (NOV 2014) 252.237-7018 Special Definitions of Government Property (Dec 1991) 252.244-7000 Subcontracts for Commercial Items (June 2013) 252.247-7023 Transportation of Supplies by Sea (April 2014) ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060418Q4062/listing.html)
 
Place of Performance
Address: USS Arizona Memorial Detachment Office, Hornet Avenue, Building 44, Ford Island, HI
Zip Code: 96818
 
Record
SN05045628-W 20180822/180820231206-66cb1fda49854229d7915ebf917d9edc (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.