The RFP Database
New business relationships start here

Base Linen Services


South Carolina, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

 
Combined Synopsis/ Solicitation for Commercial Items

 

 


(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 & 13.5, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation.  Proposals are requested and a written solicitation will not be issued.

 

(ii) This solicitation/synopsis reference number is FA4418-19-Q-A001 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combined synopsis/solicitation and shall be used to submit pricing.

 

(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, Effective 26 October 2018.

 

(iv) This acquisition is 100% small business set-aside. The associated NAICS code is 812332 with a size standard of $38.5M.


 


(v) Contractors shall submit a quote for the laundering of linens, in accordance with the attached performance work statement, utilizing the attached RFQ worksheet. After award, these documents will become part of the contract.  All responsible sources may submit a quote, which shall be considered.  A fixed price Indefinite Delivery/Requirements contract is contemplated.

 

(vi) Contractor will deliver all linen to Joint Base Charleston, South Carolina.

 

(vii) The Period of Performance is for a base period of ten (10) months and four - 12 month option periods. Delivery shall be FOB destination.

 

Base Year: 1 Mar 19 - 29 Feb 20

First Option: 1 Mar 20 - 28 Feb 21

Second Option: 1 Mar 21- 28 Feb 22

Third Option: 1 Mar 22 - 28 Feb 23

Fourth Option: 1 Mar 23 - 29 Feb 24

 

*6 month Extension of Services Option: 1 Mar 24 - 31 Aug 24. (This option

would only be used in the event of a protest or other unforseen event that results

in the delay of a follow-on award action.)

 

(vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil)

 


 

 FAR 52.212-1, Instructions to Offerors - Commercial.


 


            The response will consist of two separate parts:


 

Part I - Price: Contractors shall submit the attached RFQ with the monthly, annual, and overall contract cost for rental and laundering services for each Contract Line Item in accordance with the Performance Work Statement Appendices A-F.

 

Part II - Past Performance: Only references for same or similar type contracts are desired. Provide no more than three references of "Recent" and "Relevant" projects. Recent" is defined as projects within the past three years. "Relevant" is defined as; performance effort involved essentially the same magnitude of effort and complexity this RFQ requires. The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. Furnish the following information for each contract referenced:

 

(i) Company/Division name

(ii) Service

(iii)Contracting Agency/Customer

(iv) Contract Number and Contract Type (e.g. Firm Fixed-Price, Time & Materials, etc.)

(v) Contract Dollar Value (Initial, final and an explanation of the difference)

(vi) Period of Performance

(vii) Verified, up-to-date name, address, FAX and telephone number

(viii) Contracting Officer Representative's name, address, telephone & fax numbers

(ix) Brief summary of the requirements

(x) Comments regarding compliance with contract terms and conditions

(xi) Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions

 

 

 

(End of Clause)

 

FAR 52.212-2, Evaluation - Commercial Items Evaluation.  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 in the following relative order of importance:

 

•1.      Price - The Government will evaluate the total price of the offer for award purposes.

 

•2.      Past Performance.


 

The basis of the award will be made on Price and Past Performance with Performance being significantly more important than price. If the lowest priced evaluated responsible offer is judged to have a "Substantial Confidence" performance assessment rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made without further consideration of any other offers. If the lowest priced offeror is not judged to have a "Substantial Confidence" Performance Assessment Rating, the next lowest priced offer will be evaluated and the process will continue (in order by price) until an offeror is judged to have a "Substantial Confidence" performance assessment or until all offerors are evaluated. The Contracting Officer shall then make an integrated assessment best value award decision.

Offerors will provide no more than three references of "Recent" and "Relevant" projects. Recent" is defined as projects within the past three years. "Relevant" is defined as; performance effort involved essentially the same magnitude of effort and complexity this RFQ requires.

The government reserves the right to award a contract to a higher priced offeror if the lower priced offeror(s) has a lower performance confidence assessment.

 

 

(End of Clause)

 

(x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at http//www.sam.gov

 

(xi) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial

 Items, applies to this acquisition.

 

(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to

Implement Statutes or Executive Orders - Commercial Items (May 2015), applies to this acquisition.   

 

(xiii)  The following clauses are applicable to this procurement:

•·         FAR 52.203-6, Restrictions on Subcontractor Sales to the Government

•·         FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation

•·         FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

•·         FAR 52.204-7, System for Award Management

•·         FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards

•·         FAR 52.204-22, Alternative Line Item Proposal

•·         FAR 52.204-23, Prohibition on Contracting for Hardware, software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities

•·         FAR 52.209-6, Protecting the governments interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

•·         FAR 52.209-7, Information Regarding Responsibility Matters

•·         FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters

•·         FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations

•·         FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law

•·         FAR 52.211-17, Delivery of Excess Quantities

•·         FAR 52.216-18, Ordering

(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 1 Mar 2019 through 31 Aug 24.

(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control.

(c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of Clause)

•·         FAR 52.216-19, Order Limitations

(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $2,500, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.

(b) Maximum order. The Contractor is not obligated to honor --

(1) Any order for a single item in excess of $1,800,000;

(2) Any order for a combination of items in excess of $2,000,000; or

(3) A series of orders from the same ordering office within 60 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section.

(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section.

(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause)

•·         FAR 52.216-21, Requirements

(a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated'' or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment.

(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.

(c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule.

(d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract.

(e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source.

(f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 31 Aug 24. (End of Clause)

•·         FAR 52.217-5, Evaluation of Options

•·         FAR 52.217-7, Option for Increased Quantity -- Separately Priced Line Item.

•·         FAR 52.217-8, Option to Extend Services

•·         FAR 52.217-9, Option to Extend the Term of the Contract.

(a) The Government may extend the term of this contract by written notice to the Contractor within 15 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.

 

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

 

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months

 

(End of clause)

 

•·         FAR 52.219-6, Notice of Total Small Business Set-Aside

•·         FAR 52.219-8, Utilization of Small Business Concerns

•·         FAR 52.219-13, Notice of Set-Asides of Orders

•·         FAR 52.219-14, Limitations on Subcontracting

•·         FAR 52.219-28, Post Award Small Business Representation

•·         FAR 52.222-21, Prohibition Of Segregated Facilities

•·         FAR 52.222-26, Equal Opportunity

•·         FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era

•·         FAR 52.222-36, Affirmative Action for Workers With Disabilities

•·         FAR 52.222-37, Employment Reports On Veterans

•·         FAR 52.222-40, Notification of Employee Rights under the National Labor Relations Act

•·         FAR 52.222-41, Service Contract Act of 1965

•·         FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment

•·         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 52.223-11 -- Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons.

•·         FAR 52.223-15, Energy Efficiency in Energy-Consuming Products, in solicitations and contracts when energy-consuming products listed in the ENERGY STAR® Program or FEMP will be-(a) Delivered;(b) Acquired by the contractor for use in performing services at a Federally-controlled facility;(c) Furnished by the contractor for use by the Government; or (d) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance. (End of Clause)

•·         FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving.

•·         FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products.

•·         FAR 52.225-13, Restrictions on Certain Foreign Purchases

•·         FAR 52.228-5, Insurance-Work on a Government Installation

•·         FAR 52.232-18, Availability of Funds.  Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause)

•·         FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration

•·         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 52.245-1, Government Property

•·         FAR 52.253-1, Computer Generated Forms

•·         DFARS 252.201-7000, Contracting Officer's Representative

•·         DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials

•·         DFARS 252.203-7002, Requirement to inform Employees of Whistleblower Rights

•·         DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials

•·         DFARS 252.204-7003, Control of Government Personnel Work Product

•·         DFARS 252.204-7005, Oral Attestation of Security Responsibilities

•·         DFARS 252.204-7004, Alternate A, Required Central Contractor Registration; Contractors not registered in the SAM will be ineligible for award (register at http://www.sam.gov/ or call 1-800-334-3414).

•·         DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls

•·         DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information

•·         DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support

•·         DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders

•·         DFARS 252.208-7000, Intent to Furnish Precious Metals as Government-Furnished Material

•·         DFARS 252.209-7004, Subcontracting with firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism

•·         DFARS 252.211-7007, Reporting of Government-Furnished Property

•·         DFARS 252.215-7008, Only One Offer

•·         DFARS 252-215-7013, Supplies and Services Provided by Nontraditional Defense Contractors

•·         DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate

•·         DFARS 252.225-7001, BAA - Balance of Payments Program

•·         DFARS 252.225-7002, Qualifying Country Sources as Subcontractors

•·         DFRAS 252.225-7012, Preference for Certain Domestic Commodities

•·         DFARS 252.225-7031, Second Arab Boycott of Israel

•·         DFARS 252.225-7048, Export-Controlled Items

•·         DFARS 252.225-7050, Disclosure of Ownership or Control by Government of a Country that is a State Sponsor of Terrorism

•·         DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns

•·         DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports   (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.)

•·         DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions

•·         DFARS 252.232-7010, Levies on Contract Payments

•·         DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel

•·         DFARS 252.237-7012, Instruction to Offerors (Count of Articles)

•·         DFARS 252.237-7016, Delivery Tickets

•·         DFARS 252.237-7018, Special Definitions of Government Property

•·         DFARS 252.243-7001, Pricing of Contract Modifications

•·         DFARS 252.244-7000, Subcontracts for Commercial Items

•·         DFARS 252.246-7000, Material Inspection And Receiving Report 

•·         DFARS 252.247-7022, Representation of Extent of Transportation by Sea

•·         DFARS 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2016 Appropriations.

 

•·         5352.201-9101 OMBUDSMAN (July 2017)

 

•(a)    An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.

•(b)   Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).

•(c)    If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, Ms. Susan Madison, AFICA K AMC, 510 POW/MIA Drive, Scott AFB, IL 62225, 618-229-0267, fax 618-256-6668, email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman levels, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330, phone number (571) 256-2395, facsimile number (571) 256-2431.

•(d)   The ombudsman has no authority to render a decision that binds the agency.

•(e)     Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.AFFARS 5352.223-9001, Health and Safety on Government Installations

•·         AFFARS 5352.242-9000, Contractor Access to Air Force Installations

 

 

(xiv)  Defense Priorities and Allocations System (DPAS):  N/A

(xv) Response to this combined synopsis/solicitation must be received via email, by 7 Jan 2019 no later than 2:00 PM Eastern Standard Time.  Requests should be marked with solicitation number FA4418-19-Q-A001

 

(xvi) Address questions to LaNeice Chapman, Contract Specialist, at (843) 963-7743, fax (843) 963-5183, email laneice.chapman.1@us.af.mil.

 

For more opportunities, visit http://www.airforcesmallbiz.org ; (see Contract Opportunities at the right side-bar.  Direct link: http://airforcesmallbiz.org/opportunities/index.php

Also see http://www.sba.gov


 


 


Attachments:

•1)      Request for Quote

•2)      Performance Work Statement


LaNeice R. Chapman, Contract Specialist, Phone 8439637743, Email laneice.chapman.1@us.af.mil - Aubreigh Sumner, Contracting Officer, Phone 8439635162, Email aubreigh.sumner@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP