United States - Laundry and Linen Cleaning Services

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
13 June 2019
Opportunity publication date
14 May 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: May 13, 2019 3:16 pm

The Combat Readiness Training Center - Battlefield Airman Center at Gulfport, Mississippi intends to compete a Firm Fixed Price (FFP) contract for Laundry and Linen Cleaning Services meeting the specifications outlined in this solicitation and within the Performance Work Statement.
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; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is W9127Q-19-R-7004 and this is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This requirement is set aside for Small Business. The anticipated award will be a Firm Fixed Price Contract.
This is a competitive requirement in which competing offerors' proposal will be evaluated on a best value basis. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in a proposal being determined unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.
The following factors will be used to evaluate the proposals: (1) Past Performance, (2) Technical Capabilities and (3) Price.
• Past Performance shall be evaluated at being relevant or not relevant, and performance confidence as acceptable or unacceptable.
• Technical capability shall be evaluated as ACCEPTABLE/UNACCEPTABLE for the following areas
o Capability - Does the proposal demonstrate a clear understanding of the performance work statement and the degree to which the proposed technical design and implementation approach is technically and managerially sound and likely to produce results and meet the objectives of the Laundry and Linen Cleaning Services as described in this solicitation.
o Service Delivery, Operations and Management Approach - The extent to which the contractor's management approach demonstrates best practices, reasonableness, and realism. The proposed solution should describe a logical sequence of events, including a proposed implementation timeline, needed to make the implementation of a success service program
Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor.
The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2019-01. The North American Industry Classification System (NAICS) code is 812320. The SB size standard for this code is $5.5 million.
The following line items should be quoted in the offers' proposal.
CLIN 01 - Laundry and Linen Cleaning Services (quote each item  by each or LB)
Annual Averages:
Sheets, Pillowcases, Terry PER LB 98000 PER LB _______
Bed Spreads EA 2000 EA _______
Blankets EA 5500 EA _______
Mattress Pads EA 800 EA _______
Pillows EA 555 EA _______
Mop Head EA 900 EA _______
Oven Pads EA 300 EA _______

CLIN 02 - CMRA REPORTING. The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Gulfport CRTC- BAC via a secure data collection site. The contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall 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 http://www.ecmra.mil
Number of Contracts to be Awarded
The Government intends to select one contractor; however, the Government reserves the right to award no contract at all, depending on the quality of the proposals/quotes and prices submitted and the availability of funds.
Rejection of Unrealistic Offers
The Government may reject any proposal/quote that is evaluated to be unrealistic in terms of program commitments, including contract terms and conditions, or unrealistically high or low in cost/price when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program.
Quotations are due by Thursday, June 13, 2019 at 2:00 pm, Central Standard Time (CST). Contact the following individual for information regarding this solicitation.
TSgt Lesley George, Contract Specialist, lesley.e.george.mil@mail.mil, Phone: (228) 214-6157, Contracting Office mailbox usaf.ms.ms-crtc.mbx.mscrtc-contracting@mail.mil

SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register on line go to http://www.sam.gov/.
This contract is susceptible to the Service Contract Act.
Please reference the below wage determination. This is subject to change upon time of award.
WD 15-5148 (Rev.-7) posted on www.wdol.gov/sco.aspx on 01/01/2019
APPLICABLE CLAUSES/PROVISIONS:
FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights
FAR 52.204-7, System for Award Management
FAR 52.204-9, Personal Identity Verification of Contractor Personnel
FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards
FAR 52.204-16 Commercial and Government Entity Code Reporting
FAR 52.204-22 Alternative Line Item Proposal
FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.212-1, Instructions to Offerors, Commercial Items
FAR 52.212-2, Evaluation-Commercial Items
FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Note: Offerors are to provide a completed copy of the representations and certifications contained in this provision)
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, applies to this acquisition, and specifically the following FAR clauses are applicable.
FAR 52.219-6, Notice of Total Small Business Set Aside
FAR 52.222-3, Convict Labor
FAR 52.222-19, Child 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 52.222-37, Employment Reports on Veterans
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.232-33, Payment by Electronic Funds Transfer/ Central Contractor Registration
FAR 52.237-1, Site Visit
FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation
FAR 52.252-1, Solicitation Provisions Incorporated by Reference
FAR 52.252-2, Clauses Incorporated by Reference
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
DFARS 252.204-7004, Alternate A, System for Award Management
DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law
DFARS 252.225-7000, Buy American and Balance of Payments Program
DFARS 252.225-7012, Preference for Certain Domestic Commodities
DFARS 252.225-7002, Restrictions on food, clothing, fabric, hand or measuring tools, and flags.
DFARS 252.225-7001, Buy American and Balance of Payments Program-Basic
DFARS 252.232-7003, Electronic Submission of Payment Requests
DFARS 252.232-7006, Wide Area Workflow Payment Instructions
DFARS 252.225-7036, Buy American-Free Trade Agreements--Balance of Payments Program--Basic
Contracting Office Address:
Combat Readiness Training Center - Battlefield Airman Center
4715 Hewes Ave, Bldg. 146
Gulfport, MS 39207
Primary Point of Contact:
TSgt Lesley George, 228-214-6157
lesley.e.george.mil@mail.mil

Opportunity closing date
13 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army USPFO for Mississippi 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?