United States - FLORIDA NATIONAL GUARD USPFO WHS CIF LAUNDRY

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
23 July 2019
Opportunity publication date
06 July 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jul 05, 2019 9:34 am

Combined Synopsis/Solicitation

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
The solicitation is issued as a Request for Quote (RFQ) from the United States Property and Fiscal Office for Florida, Purchasing and Contracting Division, St. Augustine, Florida 32084.
The solicitation number W911YN-18-Q-0014 shall be used to reference any written quote provided under this request for quote and on any correspondence.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02. (Obtain from http://farsite.hill.af.mil/vffara.htm)
FAR 52.219-6 Notice of Total Small Business Set-aside (NOV 2011). This is a 100% Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this requirement is 812320 with a size standard of $5.5 million.
Florida National Guard's USPFO Warehouse-Central Issue Facility (CIF), Camp Blanding Joint Training Center (CBJTC), 5629 State Road 16 West, Starke, Florida 32091 has a requirement for a Base and four (4) Option Years contract for commercial laundry service of Pick up, wash, dry, fold and deliver clean laundry back to pick up point. Laundry service estimates per year are attached to this RFQ. Pickup and delivery site on CBJTC will be coordinated with designated point of contact after contract award. See attached Statement of Work for detailed requirements.
This acquisition is utilizing procedures in FAR part 13, Simplified Acquisition Procedures.
The resulting contract from this combined synopsis solicitation will require the Contractor to report labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the FLARNG via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013.Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil
Contractor is to price the following general requirements on the Bid Sheet attached. These are Estimated yearly Quantities and the government reserves the right to increase or decrease:
FIVE (5) part SLEEPING SYSTEM includes:
Bivy Cover - 800 each
Foil Green Sleeping Bag -800 each
Small Stuff Sack -800 each
Large Stuff Sack - 800 each
Urban Grey Sleeping Bag-800 each
ADDITIONAL ITEMS:
Liner Wet Weather - 800 ea
Jacket Extreme C/W weather - 800 ea
Trousers Extreme C/W weather - 800 ea
Jacket Cold Weather - 800 ea
Jacket Softshell Cold Weather - 800 ea
Trousers Softshell - 800 ea
Fleece Jacket Cold Weather- 800 ea
Parka Extreme Cold Weather- 800 ea
Trousers Extreme Cold weather- 800 ea
Cover, Helmet- 800 ea
Barracks Bag- 800 ea
UCP Rucksack - 800 ea
UCP Rifleman Set - 800 ea
GRAND TOTAL PEICES: 14,400 each.
The Government intends to award on "Lowest Price Technically Acceptable" and to place a single, Firm-Fixed Price order without discussions. Therefore, offers should submit their best offer up front. Do not assume you will be able to revise your offer.
Quotes must be submitted through FBO and are due 23 July 2019 NLT 2:00 p.m. Eastern Time (EST). Offers not received by the required date and time of submission may not be considered unless determined to be in the best interest of the government.
Questions regarding this solicitation must be submitted by email to deborah.u.bray.civ@mail.mil by 16 July 2019 NLT 2:00 pm (EST).
SEE ATTACHED WAGE DETERMINATION #2015-4540 (REV 8) -OCCUPATION CODES 16000-Laundry, dry-cleaning, pressing and related occupations.
All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal.
INVOICING - Contractor must be registered in WAWF in order to Invoice for services. Contractor shall invoice through Wide Area Work Flow; invoice instruction shall be provided at time of award.
All companies must be registered in the System for Award Management (SAM) www.sam.gov in order to be considered for award.
The Government will not provide contract financing for this acquisition.
Submittal Requirements: Submit the following in order to be considered for award.
1. Pricing of CLINS 0001-0019 as outlined on attached Bid Sheet.
2. Technical proposal of how contractor will accomplish the PWS requirements.
3. Representations and Certifications, in accordance with FAR 52.212-3
4. Include the following with your quote on the attached Bid Sheet:
Contractor Business Name
DUNS Number:
Cage Code:
Tax ID Number:
*Total Yearly Revenue_______________
*Information required to determine size of business for the NAICS, 812320
Bid Sheet: Attached
Statement of Work: Attached
WDOL Wage Determination: Attached
FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (Apr 2014); Evaluation in accordance with FAR 13.106 based on price, delivery schedule and suitability to meet Government need.
FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items ALT I;
DFAR 252.237-7012 Instruction to Offerors (Count-of-Articles),
(a) The Offeror shall include unit prices for each item in a lot. Unit prices shall include all costs to the Government of providing the services, including pickup and delivery charges.
(b) Failure to offer on any item in a lot shall be cause for rejection of the offer on that lot. The Contracting Officer will evaluate offers based on the estimated quantities in the solicitation.
(c) Award generally will be made to a single offeror for all lots. However, the Contracting Officer may award by individual lot when it is more advantageous to the Government.
(d) Prospective offerors may inspect the types of articles to be serviced. Contact the Contracting Officer to make inspection arrangements.
DFAR 252.237-7014 Loss or Damage (Count-of-Articles) (DEC 1991)
(a) The count-of-articles will be-
(1) The count of the Contracting Officer; or
2) The count agreed upon as a result of a joint count by the Contractor and the Contracting Officer at the time of delivery to the Contractor.
(b) The Contractor shall-
(1) Be liable for return of the number and kind of articles furnished for service under this contract; and
(2) Shall indemnify the Government for any loss or damage to such articles.
(c) The Contractor shall pay to the Government the value of any lost or damaged property using Federal supply schedule price lists. If the property is not on these price lists, the Contracting Officer shall determine a fair and reasonable price.
(d) The Contracting Officer will allow credit for any depreciation in the value of the property at the time of loss or damage. The Contracting Officer and the Contractor shall mutually determine the amount of the allowable credit.
(e) Failure to agree upon the value of the property or on the amount of credit due will be treated as a dispute under the Disputes clause of this contract.
(f) In case of damage to any property that the Contracting Officer and the Contractor agree can be satisfactorily repaired, the Contractor may repair the property at its expense in a manner satisfactory to the Contracting Officer, rather than make payment under paragraph (c) of this clause.
DFAR 252.237-7016--Delivery Tickets-Basic (NOV 2014)
(a) The Contractor shall complete delivery tickets in the number of copies required and in the form approved by the Contracting Officer, when it receives the articles to be serviced.
(b) The Contractor shall include one copy of each delivery ticket with its invoice for payment.
The following provisions are incorporated by reference for the purposes of this solicitation and will not be incorporated into any resulting order:
FAR 52.252-1-Provisions Incorporated by Reference (http://farsite.hill.af.mil).
FAR 52.204-7--System for Award Management.
FAR 52.204-16--Commercial and Government Entity Code Reporting.
FAR 52.204-22-- Alternative Line Item Proposal.
FAR 252.203-7005--Representation Relating to Compensation of Former DoD Officials.
FAR 252.204-7008--Compliance with Safeguarding Covered Defense Information Controls.
FAR 252.225-7000--Buy American--Balance of Payments Program Certificate.
FAR 252.225-7031--Secondary Arab Boycott of Israel.

The following clauses are included for the purposes of this solicitation and most current versions will be incorporated into any resulting order:
FAR 52.252-2--Clauses Incorporated by Reference
FAR 52.204-7--System for Award Management;
FAR 52.204-10--Reporting Executive Compensation and First-Tier Subcontract Awards;
FAR 52.204-13--System for Award Management Maintenance.
FAR 52.204-18--Commercial and Government Entity Code Maintenance.
FAR 52.204-21--Basic Safeguarding of Covered Contractor Information Systems.
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 (Dev.);
FAR 52.219-8--Utilization of Small Business Concerns
FAR 52.222-3--Convict Labor;
FAR 52.222-21--Prohibition of Segregated Facilities;
FAR 52.222-26--Equal Opportunity;
FAR 52.222-36--Affirmative Action for Workers with Disabilities;
FAR 52.222-41--Service Contract Labor Standards;
FAR 52.222-42--Statement of Equivalent Rates for Federal Hires;
FAR 52.222-50--Combating Trafficking in Persons
FAR 52.222-55--Minimum Wages Under Executive Order 13658
FAR 52.222-62-- Paid Sick Leave Under Executive Order 13706.
FAR 52.222-50- Combating Trafficking in Persons;
FAR 52.223-5-Pollution Prevention and Right to Know Information;
FAR 52.223-18-- Encouraging Contractor Policies to Ban Text Messaging While Driving.
FAR 52.225-13-Restrictions on Certain Foreign Purchases;
FAR 52.232-33-Payment by Electronic Funds Transfer-Central Contractor Registration;
FAR 52.232-39--Unenforceability of Unauthorized Obligations.
FAR 52.232-40--Providing Accelerated Payments to Small Business Subcontractors.
FAR 52.233-3-Protest After award;
FAR 52.233-4-Applicable Law for Breach of Contract Claim;
FAR 52.237-2--Protection of Government Buildings, Equipment, and Vegetation.
FAR 52.243-1--Changes -- Fixed-Price.
FAR 52.252-6 Authorized Deviations in Clauses.
DFAR 252.201-7000--Contracting Officer's Representative.
DFAR 252.203-7000--Requirements Relating to Compensation of Former DoD Officials.
DFAR 252.203-7002--Requirement to Inform Employees of Whistleblower Rights;
DFAR 252.204-7003--Control of Government Personnel Work Product.
DFAR 252.204-7004-Alternate A, System for Award Management;
DFAR 252.204-7012--Safeguarding Covered Defense Information and Cyber Incident Reporting.
DFAR 252.204-7015--Notice of Authorized Disclosure of Information for Litigation Support.
DFAR 252.211-7003--Item Unique Identification and Valuation.
DFAR 252.225-7001--Buy American and Balance of Payments Program.
DFAR 252.232-7003--Electronic Submission of Payment Requests and Receiving Reports;
DFAR 252.232-7006-Wide Area WorkFlow Payment Instructions
DFAR 252.232-7010--Levies on Contract Payments.
DFAR 252.237-7010--Prohibition on Interrogation of Detainees by Contractor Personnel.

Opportunity closing date
23 July 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army USPFO for Florida United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?