Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 13, 2025 SAM #8508
SOLICITATION NOTICE

S -- Appropriated Funds (APF) Linen Services

Notice Date
3/11/2025 1:21:25 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
FA4830 23 CONS CC MOODY AFB GA 31699-1700 USA
 
ZIP Code
31699-1700
 
Solicitation Number
FA483025Q0018
 
Response Due
3/14/2025 9:00:00 AM
 
Archive Date
03/29/2025
 
Point of Contact
Cloud Wharton, Phone: 2292574717, Fax: 2292574709, Gerard J. Entwisle, Phone: 2292572509, Fax: 2292574709
 
E-Mail Address
cloud.wharton@us.af.mil, gerard.entwisle.2@us.af.mil
(cloud.wharton@us.af.mil, gerard.entwisle.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
****************************************************************************************************************************************************** Amendment 0002 The purpose of this amendment is to post the questions and answers documentation per the solicitation. All other terms and conditions remain unchanged. ****************************************************************************************************************************************************** Amendment 0001 The purpose of this amendment is to: 1. Post revised solicitation document to include the following Clauses: FAR 25.204-26 Covered Telecommunications Equipment or Services-Representation FAR 52.217-5 Evaluation of Options FAR 52.229-11 Tax on Certain Foreign Procurements-Notice and Representation DAFFARS 5352.201-9101 ACC Ombudsman DAFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) DAFFARS 5352.223-9001 Health and Safety on Government Installations DAFFARS 5352.242-9000 Contractor Access to Air Force Installations 2. Post corrected version of Attachment 2, Performance Work Statement. 3. Post corrected version of Attachment 5, Base Pass Request. 4. Post corrected Attachment 6, PPQ Form. 5. Add Attachment 7, Past Performance Information Form. 6. PoP start date change from 1 March 2025 to 1 April 2025. 7. Site Visit clarification. 8. Correct Primary Contact phone number. All other terms and conditions remain unchanged. ****************************************************************************************************************************************************** This is a combined synopsis and solicitation for commercial items 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; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is FA483025Q0018 and it is issued as a Request for Quotation (RFQ). All References to �offer� or �offeror� in the clauses and provisions incorporated below are deemed to have the meaning of �quotation� and �quoter� respectively. Any quotation received in response to this RFQ is not binding until the contractor either signs the purchase order issued at time of award or starts of performance. This RFQ and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2025-03, DFARS Change 01/17/2025, and DAFFARS Change 10/16/2024. In accordance with FAR 52.219-1 the North American Industry Classification System (NAICS) is 812320. The small business size standard is $8 million. The Government intends to award a single contract from this solicitation. This acquisition will be set aside 100% for Small Businesses in accordance with FAR 19.502-2(a). Description: The purpose of this RFQ is to acquire linen exchange services for Moody AFB in accordance with Attachment 1: Performance Work Statement (PWS). ***Note: Contract quantities are estimated and based off historical data. There may be fluctuations in estimated contract quantities due to unforeseen events throughout the contract period of performance. Any increase in estimated contract quantities must be approved and modified into the contract by a warranted Contracting Officer. FOB Point: Destination (Moody AFB, GA.) Period of Performance: The resulting contract from this solicitation will contain a twelve (12) month base period beginning 1 April 2025, and four (4), one year option periods. The breakout is listed below: Base Period: 1 April 2025 through 31 March 2026 Option 1: 1 April 2026 through 31 March 2027 Option 2: 1 April 2027 through 31 March 2028 Option 3: 1 April 2028 through 31 March 2029 Option Year 4: 1 April 2029 through 31 March 2030 All quoters must be System for Award Management (SAM) registered and the online representation and certification in SAM must be completed. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling 866-606- 8220, or 334-206-7828 for international calls. Quoters that reject the terms and conditions of the solicitation may be excluded from consideration. The below listed FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) clauses apply to this RFQ and will be incorporated into the resulting contract. All clauses may be viewed in full text via the internet at http://acquisition.gov. The Certificate of Compliance with Insurance Requirements at Attachment 4 also apply to the solicitation. Response Time: Quotations will be accepted electronically no later than 12:00 P.M. E.S.T. on Friday, 14 March 2025. All quotations shall be marked with the RFQ number and title. Email quotations shall be sent to both the primary and alternate points of contact identified below. The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. Quotations shall contain the following information: RFQ Number; Time Specified for Receipt of Quotations; Name, Address, CAGE/DUNS, and Telephone Number of Quoter; Name and Email address of Representative authorized to discuss quote; Any Discount Terms; and Acknowledgement of all Solicitation Amendments (if applicable). Quotations shall also include the following required documentation: 1. Price: Quoted prices must be submitted using the Pricing Schedule at Attachment 1. Quoters shall insert unit prices in the attached pricing schedule, rounded to the nearest cent (for example $0.02 not $0.0231). Quoters rejecting the terms and conditions may be excluded from consideration. Note: Department of Labor (DOL) Wage Determination 15-4493 Rev. 23, dated 12/26/2023, at Attachment 2, applies. 2. Technical: The quoter must submit a technical approach that clearly demonstrates a complete and realistic plan to meet Service Summary item SS-1, SS-2, SS-3, SS-4, SS-5, SS-6, and SS-7 of the Performance Work Statement (Reference Section 2.1 of the Performance Work Statement). Technical approach submission shall be no more than twenty (20) pages. A Quality Control Plan shall also be submitted for technical evaluation and shall be no more than twenty (20) pages. 3. Past Performance: The contractor may submit no more than three (3) past performance references. References should be for services similar in scope to this requirement that have occurred in the last five years prior to the closing date of the solicitation. References for past performance shall include a point of contact, their phone number, email address, name of the company, contract number (if applicable), initial contract cost and period of performance. Evaluation of past performance will also include past performance information obtained from any suitable source, such as Air Force automated past performance data bases (i.e. CPARS, PPIRS), direct local business experience with the quoter, or similar. Evaluation: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract to the quoter whose quotation is judged to represent the best value to the Government based on Price, Technical Factors, and Past Performance. Price: Evaluation of price will consider the total of the annual prices for all contract years (base plus all options, including a possible six-month extension), with each year�s price evaluated as the sum of the prices of all contract line items (CLINs) for that year. Each CLIN price will be evaluated as the quantity multiplied by the unit price, rounded to the nearest cent. A potential six-month extension IAW the clause FAR 52.217-8 will be evaluated at the pricing of the final option year divided by two. In the event of an extension under this clause, it will be exercised at the prices of the prior contract year. Technical: The quoter must submit a technical approach that clearly demonstrates a complete and realistic plan to meet Service Summary item SS-1, SS-2, SS-3, SS-4, SS-5, SS-6, and SS-7 of the Performance Work Statement (Reference Section 2.1 of the Performance Work Statement) and an acceptable Quality Control Plan. Past Performance: The contractor may submit no more than three (3) past performance references. References should be for services similar in scope to this requirement that have occurred in the last five years prior to the closing date of the solicitation. References for past performance shall include a point of contact, their phone number, email address, name of the company, contract number (if applicable), initial contract cost and period of performance. Evaluation of past performance will also include past performance information obtained from any suitable source, such as Air Force automated past performance data bases (i.e. CPARS, PPIRS), direct local business experience with the quoter, or similar. Past Performance will be evaluated as Acceptable or Unacceptable. No past performance or neutral past performance will be determined to be Acceptable. Once two (2) technically acceptable quotes are evaluated in which past performance is also acceptable, the evaluation of technical acceptability and past performance will cease. IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract to the offeror whose offer is judged to represent the best value to the Government based on price, technical acceptability, and past performance records. A site visit will be held on 7 March 2025 at 2:00 PM EST. The purpose of the site visit is to get a visual on the different items that will need to be dry cleaned. We will start at the contracting office conference room and travel to the Moody Inn. If you wish to attend, fill out Attachment 5 - Base Pass Request and email it to the contracting POCs no later than 2:00 PM EST 5 March 2025. Contractors are not required to attend the site visit to be eligible for competition, however, attendance is highly recommended to facilitate a thorough understanding of the project scope. Questions and Answers: Should you have any questions about this requirement, please submit them no later than 2:00 PM EST 10 March 2025, all questions must be submitted via email. Answers to all questions will be posted to SAM.gov when the government has generated any and all answers. Should an amendment be necessary to allow for additional time, this solicitation may be extended with a later quotation due date. Primary Point of Contact: SrA Cloud Wharton, Email: cloud.wharton@us.af.mil, Phone 229-257-4717 Alternate Point of Contact: Mr. Gerard Entwisle, Email: gerard.entwisle.2@us.af.mil, Phone: 229-257- 2509 Wage Determination IAW FAR 52.222-41 the below wage determination applies and can be found at www.sam.gov Wage Determination No.: 2015-4493 Rev. 27 Dated: 12/23/2025 ATTACHMENTS: Attachment 1 � Pricing Schedule Attachment 2 � Performance Work Statement, APF Linen Services Attachment 3 � DOL Wage Determination 15-4493 Rev. 27 Attachment 4 � Required Insurance Compliance Attachment 5 � Base Pass Request Attachment 6 � PPQ Questionnaire Attachment 7 � PPI Form
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/57aea29279214063bed512886aaa0cc6/view)
 
Place of Performance
Address: Moody AFB, GA 31699, USA
Zip Code: 31699
Country: USA
 
Record
SN07367767-F 20250313/250311230040 (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.