SOLICITATION NOTICE
S -- Industrial Shop Towel Service
- Notice Date
- 2/8/2022 11:34:57 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- FA6633 934 AW PK MINNEAPOLIS MN 55450-2100 USA
- ZIP Code
- 55450-2100
- Solicitation Number
- FA663322QA002
- Response Due
- 2/22/2022 2:30:00 PM
- Archive Date
- 03/09/2022
- Point of Contact
- Lacie Nowak, Phone: 6127131433, Eva Leavitt, Phone: 6127131438, Fax: 6127131425
- E-Mail Address
-
lacie.nowak@us.af.mil, eva.leavitt@us.af.mil
(lacie.nowak@us.af.mil, eva.leavitt@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- �COMBINED SYNOPSIS/SOLICITATION for Industrial Shop Towel Service This combined synopsis/solicitation is also attached as attachment�20220204_Combined SS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, �Streamlined Procedures for Evaluation and Solicitation for Commercial Items,� 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 will be evaluated and awarded per the prescribed procedures of FAR Part 13. The 934th Airlift Wing at the Minneapolis Air Reserve Station, Minneapolis, Minnesota intends to solicit for a Blanket Purchase Agreement (BPA) with Multiple Awards for Industrial Shop Towel Service.� This is a Request for Quotation (RFQ) to establish BPAs for Industrial Shop Towel Service to provide recurring monthly service for pick-up, removal, laundering of industrial shop towels, delivery of clean shop towels for several industrial shops on base (AMXS, MXMT, MXMG, MXMP, SFS, LGRF, LGRV, and CEO) to the U.S. Air Force Reserve�s 934th Airlift Wing at the Minneapolis-St. Paul Air Reserve Station, 760 Military Highway, Minneapolis, MN 55450-210. The Combined Synopsis/Solicitation Number: FA663322QA002 This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2022-04, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20220101, and Air Force Acquisition Circular (AFAC) 2021-0726. All work is to be performed in accordance with the PWS (Performance Work Statement), BPA Terms and Conditions and wage determination. This requirement is a Total Small Business Set-Aside.� The NAICS code 812332, Towel supply services, shop or wiping with a small business size standard of $41.5 million. �Quotes will be evaluated in accordance with FAR Clause 52.212-2, Price, and Technical Acceptability. Prospective vendors must be actively registered with the SAM.GOV system. The Offeror is responsible to download any amendments and other documents from this website without further notice from the 934th Airlift Wing. The Offeror must be an authorized, qualified, and certified vendor.� Written quotes are required (oral offers will not be accepted) to be filled out completely on the attached Price List. The Government reserves the right to make multiple agreements. The Government may award one or more BPAs resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation, is the lowest evaluated price meeting or exceeding the acceptability standards for non-cost factors. Quotes are due electronically by 1630 (4:30 pm) Central time, 22 February, 2022 to Lacie Nowak at lacie.nowak@us.af.mil and Eva Leavitt at eva.leavitt@us.af.mil. Please include the following: Circle one: Offeror is / is not a small business. Circle one: Offeror is / is not SAM registered Circle one: Representations and certifications are: Online / Not Online Contract Line items: The contractor shall provide all labor, equipment, materials, delivery and all other items necessary to provide Industrial Shop Towel Service IAW the performance work statement. Salient Characteristics:� Deliver clean/laundered 18� cotton shop towels to six (6) buildings/shops with a quantity of 200 each. Pick up used/soiled towels and transport to contractor�s laundering facility. Performance Period: 1 March 2022 � 28 February 2027 Additional Information/Notes BPA Master Dollar Limit: $249,000.00 BPA Call Limit: $25,000.00 See Attached: (1) 20220126 PWS (2) 20220131 Wage Determination (3) 20220204_Combined SS It is the firm�s or individuals� responsibility to be familiar with applicable provisions and clauses below. For Submission formatting please see attachment(Combined SS) Page 3. REQUISITION NUMBER:N/A SOLICITATION NUMBER:FA663322QA002 SOLICITATION ISSUE DATE:04 February 2022 SOLICITATION DUE DATE:22 February 2022 THIS ACQUISITION IS: Total Small Business Set Aside SIZE STD:$41,500,000.00 FEDERAL SUPPLY CLASS:S209 NAICS:812332 DELIVERY:FOB DESTINATION� METHOD OF SOLICITATION:REQUEST FOR QUOTE REQUIRED OFFEROR SUBMISSION INFORMATION- Please see attachment 20220204_Combined SS -Page 3� BUSINESS NAME: STREET ADDRESS: CITY, STATE, ZIP: CAGE CODE and DUNS: BUSINESS WEB ADDRESS: CONTACT PERSON: TELEPHONE: FAX: E-MAIL: 2. Supplies/Services and Prices/Costs DISCOUNT TERMS:NET 30 or % IN DAYS DAYS REQUIRED FOR DELIVERY: 3. Certification of Response Total Proposed Price for ALL CLINs: Offeror�s Authorized Representative's Signature Date Type or Print Name Position or Title Contractor is Required to sign this document and return 1 copy to issuing office. Contractor agrees to furnish and deliver all items set forth or otherwise identified above and on any additional sheets subject to the terms and conditions specified herein. The following solicitation provisions apply to this acquisition: FAR 52.232-4 System for Award Management. FAR 52.204-16 Commercial and Government Entity Code Reporting. FAR 52.212-1 Instructions to Offerors- Commercial Items. 1. GENERAL INSTRUCTIONS 1.1. This section of the RFQ provides general guidance for preparing quotations as well as specific instructions on the format and content of the quotation. The quotation must include all data and information requested in the RFQ. The offeror shall comply with the solicitation requirements as stated and the PWS. 1.2. The quotation shall be clear, concise, and shall include sufficient detail to provide for adequate evaluation and for substantiation of the validity of stated claims. Submitted documents must contain adequate information to enable the evaluation team to fully understand an offeror pricing structure and must meet the requirements of the RFQ. 1.3. Offeror shall acknowledge awareness of all amendments to the solicitation by signing and dating Page 1 of each Standard Form30, Amendment of Solicitation/Modification of Contract, and include it in the quotation. 2. FORMAL COMMUNICATIONS Any formal communication, once the formal solicitation has been issued, shall be submitted in writing (via email) to the POCs below. It is the offerors� responsibility to confirm receipt of all formal communications. 934th CONF/PK Reference: Solicitation No. FA663322QA002 ATTN: Lacie Nowak E-mail: lacie.nowak@us.af.mil 3. SUBMISSION OF QUOTATION 3.1. The quotes shall be sent to the following (via email) on or before the date and time specified in this synopsis/solicitation: 934th CONF/PK Reference: Solicitation No. FA663322QA002 ATTN: Lacie Nowak E-mail: lacie.nowak@us.af.mil 3.2. Offeror shall provide the following contact information for their quotations: 3.2.1. Names, titles, addresses, telephone and email addresses of persons authorized to negotiate on the offerors� behalf with the Government in connection with this solicitation. 3.2.2. Name, title, and signature of person authorized to sign the quotation. Quotations signed by an agent shall be accompanied by evidence of that agent�s authority, unless that evidence has been previously furnished to the issuing office. 4. PROPRIETARY INFORMATION Proprietary information submitted in response to this solicitation shall be clearly marked as such and will be protected from unauthorized disclosure as required by Subsection 27 of the Office of Procurement Policy Act as amended (41 U.S.C.423) (hereinafter referred to as �the Act�) as implemented in the FAR. This information shall be labeled �Source Selection Information�See FAR 2.101 and 3.104.� Any unmarked proprietary information will be considered releasable under the restrictions of the Freedom of Information Act (FOIA). 5. QUOTATION PREPARATION INSTRUCTIONS 5.1. The instructions below prescribe the format of quotations. The quotation shall include all of the information requested in the specific instructions. 5.2. A quotation that is orderly and sufficiently documented will enable the Government to easily understand and perform a thorough and fair evaluation. The Government may incorporate into this contract, by reference or full text, portions of the successful offerors� quotation submitted in response to this solicitation as revised and supplemented through the final quotation revision. 5.3. Electronic Copies. Electronic copies of all quotation information shall be submitted via E-mail with a read receipt. Offeror shall NOT submit any document in PDF that are copied as images. Offeror shall name files in an unambiguous manner, using plain language text, which facilitates the evaluator�s ease of accessing the files for evaluation, using standard naming conventions (e.g., offeror name-volume name.doc for MSWord, offeror name-volume name.xls for MS Excel, offeror namevolume name.PDF for Portable Document Format, etc.). The quotation shall be in a single searchable file, with copy/paste capability. Offeror shall insert the file name in the header of each document. Email size shall not exceed 5MB. 5.4. Proof of Insurance. When the clause at FAR 52.228-5, Insurance -- Work on a Government Installation, is required to be included in a fixed-price contract by FAR 28.310, the coverage specified in FAR 28.307 is the minimum insurance required and shall be included in the contract Schedule or elsewhere in the contract. Proof of insurance shall be required for acceptance of offer. The Government has provided a Notification of Compliance with Contract Insurance Requirements to aid the prospective offerors. The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in FAR paragraph 28.307-2(a), (b), and (c). The following coverage is required and needs to be provided in quotation: Workers Compensation and Employers Liability: ��� $100,000.00 General Liability: ������������������������������������������ $500,000.00 per occurrence Automobile Liability: ����������������������������������������������� $200,000 per person $500,000 per occurrence $20,000.00 per occurrence for property damage 6. INSTRUCTIONS FOR PRICE QUOTATION 6.1. The offeror shall provide their price data using attached price quotation document. The offeror shall provide the proposed price for all Firm Fixed Price (FFP) CLINs. This section shall include all unit prices (if applicable and quoted for optional tiers). Additionally, for ease of administration, offeror shall round all unit prices of proposed FFP CLINs to the nearest cent before they are multiplied by the quantity. If submitted unit prices are not rounded to the nearest cent, the Government will round the unit prices at the time of contract award or modification. 6.2. Service Contract Act. Offeror shall comply with clause 52.222-43 for their price quotation with regard to employees covered by the Service Contract Act. Proposed option year prices shall not include allowances for any contingency to cover increased wage or benefits costs for which contract price adjustment is provided by clause 52.222-43. 6.3. Reasonableness. The burden of proof as to price credibility rests with the offeror. 6.4. Quotation Documentation. The quotation shall contain the following documents: 6.4.1 Complete the attached price quotation. An official having the authority to legally bind the company contractually must sign and date quote. One copy of the quote must bear an original signature and if applicable, all amendments. Award cannot be made to a nonresponsive offeror. Note: Be sure to sign and date where required. 6.4.2. Representations and Certifications. Complete the required Representations and Certifications or indicate if information is contained in the Online Representations and Certifications (ORCA) located at https://www.sam.gov. 6.4.3. Changes Resulting From Negotiations. In the event any adjustment of price becomes necessary to reflect changes resulting from negotiations a complete traceable trail shall be provided to show how the changes took place. (End of Provision) FAR 52.212-2 Evaluation-Commercial Items. � FAR 52.212-2 has been tailored to read as follows: (a) The Government will award a Blanket Purchase Agreement resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation, is the lowest evaluated price meeting or exceeding the acceptability standards for non-cost factors. The following factors shall be used to evaluate offers: � Price � Technical (b) Technical: Offerors shall provide documentation addressing their approach to the following factors in their quotation to allow for determination of Technical Acceptability: 1) See section 1.1 and 1.2 in the Performance Work Statement (PWS) These items will be compared to the PWS to determine Technical Acceptability. Quotations will then be assigned a rating of Acceptable or Unacceptable for Technical Acceptability based off of the information provided. Failure to address any factor listed above, may lead to an Unacceptable Rating. See the table listed below for criteria of rating. Adjectival Rating Description Acceptable Quotation meets the requirements of the solicitation Unacceptable Quotation does not meet the requirements of the solicitation Technical Acceptable/Unacceptable Rating Criteria (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror(s) within the time for acceptance specified in the offer, shall result in an agreement upon signature of both parties. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (e) In order to be considered awardable, there must be an �acceptable� rating in every non-price factor/sub factor. (End of Provision) FAR 52.212-3 Offerors Representations and Certifications-Commercial Items with Alternate I. Offerors shall submit a completed copy of this provision along with their quotation. Offerors must complete annual representations and certifications on-line at https://www.sam.gov/� in accordance with FAR 52.212-3, �Offerors Representations and Certifications�Commercial Items.� FAR 52.252-1 Solicitation Provisions Incorporated by Reference. 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/ (End of Provision) FAR 52.252-5 Authorized Deviations in Provisions. (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of""(DEVIATION)"" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisitions Regulation Supplement (48 CFR Chapter 2) p������� rovision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of provision) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7004 Alternate A, System for Award Management. DFARS 242.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 242.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.204-7011 Alternative Line Item Structure. The following contract clauses apply to this acquisition: FAR 52.204-13 System for Award Management Maintenance. FAR 52.204-18 Commercial and Government Entity Code Maintenance. FAR 52.204-19 Incorporation by Reference of Representations and Certifications. FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. FAR 52.212-4 Contract Terms and Conditions--Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders� Commercial Items (Deviation 2013-O0019) (JUN 2016) the following subparagraphs of FAR 52.212- 5 (Deviation 2013-O0019) are applicable: Subparagraphs (b)(1)(iv), (b)(1)(v), (b)(1)(vii), (b)(1)(x), (b)(1)(xi), (b)(1)(xv) FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.222-19 Child Labor FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-40 Notification of Employee rights Under The National Labor Relations Act FAR 52.222-41 Service Contract Act Labor Standards FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.222-50 Combating Trafficking in Persons. FAR 52.228-5 Insurance�Work on a Government Installation FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.232-36 Payments by Third Party FAR 52.232-33 Payments by Electronic Funds Transfer�System for Award Management FAR 52.232-39 Unenforceability of Unauthorized Obligations. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-1 Disputes. FAR 52.233-3 Protest after Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.247-34 F.O.B. Destination. FAR 52.252-2 Clauses Incorporated by Reference. FAR 52.252-6 Authorized Deviations in Clauses. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7000 Disclosure of Information. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7012 Cyber Defense DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.243-7002 Requests for Equitable Adjustment AFFARS Clauses Incorporated by Full Text 5352.201-9101 Ombudsman 10/1/2019 "" (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Colonel Jeffery Elliott, HQ AFRC/DSD, 155 Richard Ray Blvd, Robins AFB GA 31098. Comm: 478-327-2440. Email: jeffery.elliott@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. (End of clause) 5352.242-9000 Contractor Access to Air Force Installations 10/1/2019 ""(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid drivers license, current vehicle registration, and valid vehicle insurance certificate, 1. All persons requesting access must provide a REAL ID Act compliant credential (AFMAN 31-113, paragraph 3.1.). 2. All persons and their property are subject to inspection, IAW Internal Security Act of 1950 (50 U.S.C. 797, Sec.21) and the Code of Federal Regulation Title 32 Sec 809a.2. 3. Contractors are not authorized escort authority. (AFMAN 31-113, paragraph 6.5.2.) The organization requesting the project will provide escorts. 4. Dangerous weapons or destructive devices are not allowed. Firearm permits and conceal/carry permits are not exempt.� (IDP, Annex C, Appendix 1, Tab L, paragraph 4.9.) The majority of this installation is federal exclusive jurisdiction which overrides state, county or local weapons permits. 5. Driving a vehicle on military installations is a privilege granted by the installation commander (AFI 31-218 Chap 2).� All operators must be able to produce, on request, proof of insurance and a valid driver's license. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with (N/A) citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment."" (End of clause)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fab81cd710e44dc2a0cc22bd9982580c/view)
- Place of Performance
- Address: Minneapolis, MN 55450, USA
- Zip Code: 55450
- Country: USA
- Zip Code: 55450
- Record
- SN06235995-F 20220210/220209211715 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |