Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOLICITATION NOTICE

S -- Clinical Laundry Services

Notice Date
5/25/2023 10:22:46 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
 
ZIP Code
22042
 
Solicitation Number
HT941023Q0005Rev
 
Response Due
6/5/2023 2:00:00 PM
 
Archive Date
06/20/2023
 
Point of Contact
Merlinda Labaco, Phone: 619-453-7014, Georgina Perry, Phone: 7262030129
 
E-Mail Address
merlinda.m.labaco.civ@health.mil, georgina.perry.civ@health.mil
(merlinda.m.labaco.civ@health.mil, georgina.perry.civ@health.mil)
 
Description
Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in Federal Acquisition Regulation (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 separate written solicitation will not be issued. This enclosure is an addendum to FAR provision 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services, which applies to this acquisition. Competitive quotes are being requested under Request for Quote (RFQ) Number HT941023Q0005Rev. The North American Industry Classification System (NAICS) code applicable to this acquisition is 812320 Drycleaning and Laundry Services and the small business size standard is $8.0M (millions of dollars). This procurement is an Unrestricted action. It is the contractor�s responsibility to be familiar with the applicable clauses and provisions. DESCRIPTION OF REQUIREMENTS The Government is seeking to acquire clinical laundry services. The contractor will provide linens with pick-up/deliveries occurring once a week.� The linens will be provided on a �par level� basis.� Additionally, the government utilizes customer owned garments (COG�s) in the form of scrubs which will be included in the weekly pick-up/delivery and laundered on a �per piece� basis. To be considered acceptable and eligible for award, quotes must provide all the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows: ITEM NO. / DESCRIPTION / QUANTITY / UNIT Contractor Provided Items 0001 Flat Sheet 7800 Each 0002 Pillowcase 5200 Each 0003 Doctor Towel 5200 Each 0004 Bath Towel 4160 Each 0005 Patient Gown 2600 Each 0006 Bath/Thermal Blanket 1040 Each Customer Owned Garments 0007 Scrub Top 5200 Each 0008 Scrub Bottom 3900 Each Period of Performance:� Base Year:������� 2 July 2023 to 1 July 2024 Option Year 1:� 2 July 2024 to 1 July 2025 Option Year 2:� 2 July 2025 to 1 July 2026 Option Year 3:� 2 July 2026 to 1 July 2027 Option Year 4:� 2 July 2027 to 1 July 2028 Delivery/Acceptance location is: 30th Medical Group (MDG) 338 South Dakota Avenue, Vandenberg SFB, CA 93437 Government is seeking Free on Board (FOB) Destination pricing, unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. OFFEROR INSTRUCTIONS The Government intends to award a Firm Fixed Price (FFP) contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation most advantageous to the Government, as defined in the EVALUATION FACTORS FOR AWARD section below. A complete quote must be received for consideration. Respond to each item listed below; if the response is �None� or �Not applicable,� explicitly state and explain. A complete quote includes a response and submission to each of the following: General Information: Quoter Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address). FAR provision 52.212-3, Alternate I, Offeror Representations and Certifications � Commercial Items, applies to this acquisition. Quoter must include a completed copy of this provision with quote. 2. Technical Documentation: a. Technical Approach or Specifications: Quoters are encouraged to submit product manufacturer specifications, pictures, brochures, or and other pertinent technical information of the quoted items to facilitate the evaluation. The information provided should address the specification requirements of the Statement of Requirements and meet the requirements/specifications as defined under the Technical Factor I below. b. Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. c. Authorized Source Confirmation: The following product certification statement below applies and each offeror must submit supporting documentation, as needed: To be considered for award, the offeror/contractor is required to submit documentation confirming that they are an authorized source. An ""Authorized Source"" is defined as the original manufacturer, a source with the express written authority of the original manufacturer or current design activity, or an authorized aftermarket manufacturer. The offeror certifies that the product(s) being delivered are new and in their original packaging. The subject product(s) are eligible for all manufacturer warranties and other ancillary services or options provided by the original manufacturers, authorized suppliers, or suppliers that obtain parts from the manufacturer or its authorized supplier. The offeror further certifies that it is authorized by the manufacturer to sell the product (s). The offeror is required to submit documentation identifying its supply chain for the product(s). Within the aforementioned documentation, the offeror shall also identify the country of manufacture and indicate one of the following, if applicable: � Manufacturing occurs in the U.S., but more than 50% of the cost of components is from foreign/nonqualifying country content � Originally foreign manufactured products substantially transformed in the United States or a designated country The offeror assumes responsibility for authenticity. Costs of counterfeit parts are unallowable unless the conditions set forth in DFARS 231.205-71(b) are met. By making an offer, the offeror acknowledges that a full or partial termination for default/cause for non-compliant awarded items may occur if any of the products provided are not recognized or acknowledged by the manufacturer as new products eligible for warranties and all other ancillary services or options provided by the manufacturer, or the offeror was not authorized by the manufacturer to sell the product in the U.S. 3. Price Quote: Submit complete pricing for each individual item listed in the ""DESCRIPTION OF REQUIREMENTS"" Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing. 4. Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. EVALUATION FACTORS FOR AWARD: Basis for Award: The Government intends to award a contract to the most advantageous offer, price, technical, and past performance combined, who is registered in the System for Award Management (SAM); however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. An offer will be considered non-responsive if technical acceptability is not met. Completion of applicable provisions is required prior to award. Quoter refusal to complete required provisions will make that quoter ineligible for award. Technical Acceptability is defined in Factor I below. Factor I � Technical: The Government will evaluate the quote to determine if the following products and service requirements are met in accordance with the Statement of Work (SOW) to include all information required for a complete quote as defined in paragraph 2 above. Factor II � Past Performance: The basis for award will consider the supplier's past performance data in the Supplier Performance Risk System (SPRS) for the FSC and PSC of the supplies being purchased (see DFARS 213.106-2(b)(i)). The PSC for this procurement is S209, Housekeeping Laundry/Dry Cleaning. Factor III � Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm-fixed price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above as outlined in paragraph 3 above. Notice: Any offer rated �Unacceptable� under any one of the above factors may be determined to be ineligible for contract award. DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have registered CAGE and DUNS Codes. Page Limitations: Ensure to stay within the page limitation to 2MB. Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8 � by 11 inch page in 12 point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received before 30 MAY 2023 at 2:00 PM, Pacific Time. Questions must be submitted by email to merlinda.m.labaco.civ@health.mil include RFQ# HT941023Q0005Rev on the subject line in all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 5 JUN 2023 at 2:00 PM, Pacific Time. Quotes must be submitted by email to merlinda.m.labaco.civ@health.mil� include RFQ# HT941023Q0005Rev on the Subject line. APPLICABLE PROVISIONS AND CLAUSES � This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2023-02 effective 20230316 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20230322. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at https://www.acquisition.gov/content/regulations The current version of the following FAR, DFARS, and DHA provisions (as of the date of this RFQ) incorporated by reference, apply to this acquisition 52.204-7, System for Award Management (October 2018) 52.204-16, Commercial and Government Entity Code Reporting (August 2020) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-26, Covered Telecommunications Equipment or Services- Representation (OCT 2020) 52.212-1, Instructions to Offers � Commercial Items (NOV 2021) 52.212-2 Evaluation- Commercial Items (NOV 2021) 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services (May 2022) 52.212-3, Alternate 1, Offer Representation and Certifications � Commercial Items (May 2022) 52.217-5 Evaluation of Options (JUL 1990) 52.219-1 Small Business Program Representations (MAR 2023) 52.226-3 Disaster or Emergency Area Representation (NOV 2007) 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (MAY 2022) 252.225-7974 - REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020) 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/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current (End of provision) 52.252-5, Authorized Deviations in Provisions (NOV 2020) (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 name of the regulation. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of �(DEVIATION)� after the name of the regulation. (End of clause) PD 03-03 Rev 000 - Improper Business Practices & Personal Conflicts of Interest � Enclosure 1 INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS L.[X] IMPROPER BUSINESS PRACTICES AND PERSONAL CONFLICTS OF INTEREST L.[X].1 The Offeror�s attention is directed to FAR, Part 3 and DFARS, Part 203, �Improper Business Practices and Personal Consultant Conflicts of Interest.� (a) Definition. �Covered DoD official� is defined in the clause at 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. (b) By submission of this offer, the offeror represents, to the best of its knowledge and belief, that all covered DoD officials employed by or otherwise receiving compensation from the offeror, and who are expected to undertake activities on behalf of the offeror for any resulting contract, are presently in compliance with all post-employment restrictions covered by 18 U.S.C. 207, 41 U.S.C. 2101-2107, and 5 CFR parts 2637 and 2641, including Federal Acquisition Regulation 3.104-2. (End of provision) L.[X].3 Use of Former DoD/Defense Health Agency (DHA) Employees and Uniformed Service Members in Proposal Preparation. The involvement of a former DoD/DHA employee/member in an offeror�s proposal preparation may give rise to an unfair competitive advantage or the appearance thereof, if the former DoD/DHA employee/ member acquired non-public, competitively-useful information in his or her former position. Such knowledge could include proprietary information of competitor�s performance on past or current contracts with similar requirements or source selection sensitive information pertaining to this procurement. Consequently, the Offeror must notify the Contracting Officer prior to the involvement in the proposal preparation by a former DoD/DHA employee/member reasonably expected to have had access to such information. Based on the notification, the Contracting Officer will make a determination whether involvement of the former DoD/DHA employee/member in proposal preparation could create an unfair competitive advantage or appearance thereof. The Contracting Officer will further determine whether any mitigation measures taken or proposed by the offeror are adequate to alleviate this concern or whether the offeror will be disqualified from the competition. Failure to comply with these procedures may result in the offeror�s disqualification for award. (End of provision) The current version of the following FAR and DFARS clauses (as of the date of this RFQ) incorporated by reference, apply to this acquisition: 52.204-13, System for Award Management Maintenance (OCT 2018) 52.204-18, Commercial and Government Entity Code (AUG 2020) 52.212-4, Contract Terms and Conditions � Commercial Items (DEC 2022) 52.217-9 Option to Extend the Term of the Contract (MAR 2023) 52.219-14 Limitation on Subcontracting (SEP 2021) (DEVIATION 2020-O0008) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (DEC 2022) 252.204-7004 DoD Antiterrorism Awareness Training for Contractors (JAN 2023) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (JAN 2023) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023) 252.211-7003 Item Unique Identification and Valuation (JAN 2023) 252.211-7008, Use of Government-Assigned Serial Numbers (SEP 2010) 252.223-7008 Prohibition of Hexavalent Chromium (JAN 2023) 252.225-7012, Preference for Certain Domestic Commodities (APR 2022) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006, Wide Area WorkFlow Payment Instructions (JAN 2023) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.244-7000, Subcontracts for Commercial Items (JAN 2023) 252.246-7003 Notification of Potential Safety Issues (JAN 2023) 252.246-7008, Sources of Electronic Parts (JAN 2023) 252.247-7023, Transportation of Supplies by Sea- Basic (JAN 2023) 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): The FAR provisions, clauses and deviations can be accessed in full text at https://www.acquisition.gov/browse/index/far https://www.acquisition.gov/dfars (End of clause) 52.252-6 Authorized Deviations in Clauses� (NOV 2020) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of clause) PD 03-03 Rev 000 - Improper Business Practices & Personal Conflicts of Interest � Enclosure 2 H.[X] IMPROPER BUSINESS PRACTICES AND PERSONAL CONFLICTS OF INTEREST H.[X].1 DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) Definition. �Covered DoD official,� as used in this clause, means an individual that� Leaves or left DoD service on or after January 28, 2008; and (i) Participated personally and substantially in an acquisition as defined in 41 U.S.C. 131 with a value in excess of $10 million, and serves or served� (A) In an Executive Schedule position under subchapter II of chapter 53 of Title 5, United States Code; (B) In a position in the Senior Executive Service under subchapter VIII of chapter 53 of Title 5, United States Code; or (C) In a general or flag officer position compensated at a rate of pay for grade O-7 or above under section 201 of Title 37, United States Code; or (ii) Serves or served in DoD in one of the following positions: program manager, deputy program manager, procuring contracting officer, administrative contracting officer, source selection authority, member of the source selection evaluation board, or chief of a financial or technical evaluation team for a contract in an amount in excess of $10 million. �The Contractor shall not knowingly provide compensation to a covered DoD official within 2 years after the official leaves DoD service; without first determining that the official has sought and received, or has not received after 30 days of seeking, a written opinion from the appropriate DoD ethics counselor regarding the applicability of post-employment restrictions to the activities that the official is expected to undertake on behalf of the Contractor. Failure by the Contractor to comply with paragraph (b) of this clause may subject the Contractor to rescission of this contract, suspension, or debarment in accordance with 41 U.S.C. 2105(c) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (MAR 2023) applies to this acquisition and includes the following clauses by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.219-28, Post-Award Small Business Program Representation (MAR 2023) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor- Cooperation with Authorities and Remedies (DEV 2020-O0019 Revision 1) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (FEB 1999) 52.222-35, Equal Opportunity for Veterans (JUN 2020) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37, Employment Reports on Veterans (JUN 2020) 52.222-50, Combating Trafficking in Persons (NOV 2021) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (OCT 2018) RFQ ATTACHMENTS Statement of Work
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0297c9d846494f208d2dd979ebb64d05/view)
 
Place of Performance
Address: CA 93437, USA
Zip Code: 93437
Country: USA
 
Record
SN06694432-F 20230527/230525230111 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.