Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2025 SAM #8507
SOLICITATION NOTICE

S -- Consolidated Laundry Services - Combine Synopsis/Solicitation

Notice Date
3/10/2025 2:52:51 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA930125Q0007
 
Response Due
3/18/2025 12:00:00 PM
 
Archive Date
04/02/2025
 
Point of Contact
Richard Godoy, Paola Diaz
 
E-Mail Address
richard.godoy@us.af.mil, paola.diaz.1@us.af.mil
(richard.godoy@us.af.mil, paola.diaz.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment-02: This Amendment-02 to the Combined Synopsis/Solicitation #FA9301-25-Q-0007 is issued to address the following: Provide the document titled �Amendment-02 to Combined Syn-Sol FA9301-25-Q-0007 Consolidated Laundry Services - Questions and Answers.� This document encompasses all questions the Government has received and our answers to those questions. Offerors are STRONGLY encouraged to ensure that they look at this Q&A document as it provides answers to critical questions that may impact your quote submittal. Provide PWS Update-1. The PWS is Attachment-1 to the Combined Synopsis/Solicitation �Model Contract� and will ultimately become Attachment-1 to the awarded agreement. On page 1 of the PWS Update-1 Document it provides notes on what was changed within the PWS Update. Offerors should note, the PWS Update-1 shall be what is used to develop your quotes, NOT the original PWS that was posted with the original Combined Synopsis/Solicitation. In accordance with Class Deviation #2025-O0003 �Restoring Merit-Based Opportunity in Federal Contracts,� this Amendment-02 also provides substitutes for the clause FAR 52.212-5 �Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services� within the Combined Synopsis/Solicitation Model Contract. Offerors shall note the substitutions outlined in the document titled �FAR 52.212-5 Clause Sections Substitutions via Amendment-02� for more information. Federal Acquisition Regulation Part 23, In accordance with the BioPreferred Program, both FAR 52.223-1 Biobased Product Certification and FAR 52.223-2 Reporting of Biobased Products Under Service and Construction Contracts have been added to the Combined Synopsis/Solicitation. The clause (FAR 52.223-2) will be included in the awarded agreement. Based on this Amendment-02, the due date for submitting quotes is hereby extended to 18 Mar 2025 at 12:00PM PDT. END OF AMENDMENT-02 Amendment-01: This Amendment-01 to the Combined Synopsis/Solicitation #FA9301-25-Q-0007 is issued to address questions received from potential Offerors and the Governments answers to those questions (i.e., �Q&As�). Be advised, the Government will entertain questions until 3:00Pm local time on 07 Mar 2025, at which point we will consolidate all questions received and post another Amendment to this Combine Synopsis/Solicitation to provide all Q&As. The Government will do our best to answer questions after the 3:00PM cutoff on 07 Mar 2025, however we cannot guarantee that we will be able to. Therefore, please strive to get all questions submitted timely. Please note, the Government will NOT entertain meetings to discuss questions or offerors capabilities, all questions pertaining to this effort shall be submitted in writing to the following individuals via email ONLY. No changes were made to the original Combine Synopsis/Solicitation posting of 24 Feb 2025. This Amendment-1 is simply to provide additional insights/direction on the Q&As process and due date. Submit all questions via email ONLY to ALL individuals identified in section (xi) of the original Combined Synopsis/Solicitation posted on 24 Feb 2025. END OF AMENDMENT-1 Combined Synopsis/Solicitation: This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. Quotes are being requested and an additional written solicitation will not be issued. This is a Request for Quotation (RFQ). All responsible sources may submit a Firm-Fixed Price (FFP) quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through the FAR and Supplements, Federal Acquisition Circular (FAC) 2020-07, DFARs Change Notice (DPN) 20200831, and AFAC 2019-1001. NAICS is 812320 with a business size standard in millions of dollars $8,000,000.00. (i) Solicitation Number: FA930125Q0007 (ii) Contract Type: Basic Ordering Agreement (BOA) (iii) Location: Work to be completed on locations at Edwards AFB, California 93524 and Plant 42, California 93550 (iv) Full and Open Competition, Total Small Business set aside (v) Description of items to be acquired: Provide weekly Laundry Services of leased/rental of arc flash rated clothing, personal protective clothing, shop towels, coveralls, uniforms, towels and general linens for the 412 CES, 412 MXG, and 412 OG (Edwards AFB, CA), and Plant 42 (Palmdale CA), Mission Partners. Note, the goal of the Agreement will be to permit the Government to add additional Mission Partner requirements throughout the life of the Agreement. Requirement includes: Recycled Shop Towels (Blue) -18�x18� New Shop Towels (White)4 -18�x18� Bath Towels (White) - 22�x44� Lint Free White (Glass) - 16� x 29� Twill Short Sleeve Navy Blue (No Buttons) Twill Long Sleeve Navy Blue (No Buttons) 100% Cotton White/Green Coveralls Gortex Blue (Not Contractor's Garment)5 Blue Pants Machinist Navy Blue Apron Lab Coats (Long White) Rugs Jacket Cleaning Arc Flash Shirts (Navy Blue) Long Sleeves Arc Flash Shirts (Navy Blue) Short Sleeves Arc Flash Pants (Navy Blue) Jeans Arc Flash Pants (Navy Blue) Cargo Pants Coveralls (Navy Blue) Long Sleeve Arc Flash Note, it is the Offerors responsibility to conform to Attachment 1 to the Model Contract (i.e. the Performance Work Statement) to ensure your company provides a quote encompassing the full requirements of this anticipated agreement. The Mission Partners covered under the Agreement occupy/work in multiple buildings throughout Edwards AFB, CA and Air Force Plant 42 in Palmdale, CA. The contractor shall provide all management, personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and nonpersonal services necessary to perform Laundry Services as defined in this Performance Work Statement (PWS) (Attachment 1 to the Solicitation Model Agreement). (vi) The Period of Performance: This acquisition is for 5-years, 23 March 2025 - 22 March 2030 (vii) Contract Line-Item Number (CLIN) Nomenclature and Contract Structure: The CLIN is identified in Section B Sub-Section 2.5 of the Model Agreement. The Offeror is to submit pricing within PWS Attachment 1 of the Model Agreement, specifically within PWS Appendix-2 titled �Mission Partners Workload Estimates & Price List� for the Base Year. (viii) Applicable FAR and DFARS and AFFARS provisions and clauses are posted within the with the Model Agreement. CONTRACTORS MUST COMPLY WITH FAR 52.212-4(t) SYSTEM FOR AWARD MANAGEMENT (MAY 2015). INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: https://www.acquisition.gov. TO REGISTER WITH SYSTEM FOR AWARD MANAGEMENT (SAM), GO TO URL: https://www.Beta.Sam.gov/. (ix) The provision at 52.212-1 ""Instructions to Offerors -- Commercial"" applies to this acquisition. Addendum to the provision at FAR 52.212-1 ""Instructions to Offerors -- Commercial"": 1) Total Quoted Price: The Offerors Base Year Total Quoted Price shall consist of filling in applicable sections of the PWS Appendix-2 �Mission Partners Workload Estimates & Price List� and applying the weekly totals by 52 weeks for each Mission Partner and submitting it with your quote. This appendix submittal will NOT count against the cover letter page limitations noted below. See Appendix-2 for more information. Furthermore, the Offeror shall also insert the total of all four (4) Mission Partners prices from PWS Appendix 2 within the Model Agreement/Solicitation (Standard Form 1449). Lastly, Offerors shall complete all portions of SF 1449 blocks 12, 17a, 26, 30a, 30b and 30c. In doing so, the offeror accedes to the agreement terms and conditions as written in the Model Agreement, with attachments. The Total Quoted Price shall also be stated by the offeror in Block #26 on page 1 of the SF 1449 Model Agreement. Note, the intent of this Agreement is to be able to add additional Mission Partners to the Agreement over the life of the agreement. Therefore, the Government�s Ceiling Price for this Agreement will be $1,999,999.00. 2) Cover Letter - offerors are to provide a cover letter with all required information specified within the provision at FAR 52.212-1(b)(1) thru (11) as applicable. If a section does not apply to an offeror, simply state ""N/A."" Additionally, Offerors shall submit information outlining recent (within three years, if possible) acquisition awards of similar scope and complexity to the Consolidated Laundry Services. Please provide detailed information for the Government to clearly identify how your company has performed similar services in the past. Lastly, Offerors are permitted to provide additional information on your company that you deem relevant to this acquisition. Furthermore, Offerors are to submit a statement attesting that the Total Quoted Price calculations they performed to fill in Block #26 of the Model Agreement are their agreed upon pricing for the base year. Lastly, offerors are to provide their CAGE Code within the cover letter. 3) Offerors are to submit completed PWS Appendix-5 titled �Sub-Contracting Information for Consolidated Laundry services� with their quote. This appendix submittal will NOT count against the cover letter page limitations noted below. 4) Page Limitations - Offerors cover letter shall be no more than 3 pages in length. 5) Page/Font Size - Although proposals are to be submitted electronically, the page size should be structured to print on a normal 8.5 X 11-inch sheet of paper. Margins shall be no less than 1 inch on all sides. Please use Times New Roman font size 12 or larger. Pages shall be numbered sequentially as applicable. 6) Electronic files must be in Adobe (.pdf) or Microsoft Word Version 2016 or earlier. Excel files (if used) must be in Excel 2016 or earlier format. (End of Addendum) (x) The provision at FAR 52.212-2 ""Evaluation -- Commercial Items"" applies to this acquisition. (a) Addendum to the provision at FAR 52.212-2 ""Evaluation -- Commercial Items"": The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Total Quoted Price Technical adherence to FAR 52.212-1 �Instructions to Offerors� by the Offeror In the integrated assessment upon which the award assessment will be made, Total Quoted Price will be the defining factor for award. The Technical factor will be rated as Acceptable or Unacceptable based on if the Offeror proposed IAW FAR 52.212-1. (b) BASIS FOR CONTRACT AWARD: This simplified acquisition is being issued on a Lowest Price Technically Acceptable (LPTA) basis. By submission of its offer in accordance with the instructions provided in provision FAR 52.212-1 ""Instructions to Offerors"" the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, the Model Agreement, and technical requirements, in addition to those identified as evaluation factors. All technically acceptable offers will be treated equally. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: (1) Price Evaluation (Step 1) - Offerors will be ranked according to overall Total Quoted Price (i.e., the amount the offeror specifies in Block #26 of the Model Agreement AND on PWS Appendix-2). Included as part of the price evaluation is a review for price reasonableness. Offerors whose total evaluated price is unreasonable, or unaffordable (not within any budgetary information included in the solicitation) may be considered unacceptable and may be rejected on that basis. To reiterate for reasonableness the Total Quoted Price will be evaluated. Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers via e-mail; oral offers will not be accepted. All offerors must be registered with the System for Award Management (SAM). (2) Technical Acceptability (Step 2) - Quotes must be rated as technically acceptable to be eligible for award. In order to be deemed technically acceptable, the following evaluation criteria must be met: Submit your proposal in accordance with the instructions specified in FAR 52.212- 1 �Instructions to Offerors� (i.e., Submittal of Total Quoted Price and PWS Appendix-2, Cover Letter no more than three pages, and lastly submittal of PWS Appendix-5). An offeror will be deemed Unacceptable if it deviates from those instructions. The LPTA offeror will be awarded the agreement. (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding agreement without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Addendum) (xi) Offers are due to Air Force Test Center (AFTC) Directorate of Contracting no later than 13 March 2025 at 3:00 p.m. PST. Offers are to be sent via email ONLY to the following individuals: Richard Godoy, Contract Specialist email: richard.godoy@us.af.mil; Paola Diaz, Contract Specialist, email: paola.diaz.1@us.af.mil; Cinthia Arias, Contract Specialist, email: cinthia.arias@us.af.mil; and Joshua Vasquez, Contracting Officer, email: joshua.vasquez.5@us.af.mil. No hand delivered or mailed proposals will be accepted, only emailed responses will be considered or evaluated.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0cf90c5e9085419298a0f417b14f5fba/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN07366283-F 20250312/250310230043 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.