The RFP Database
New business relationships start here

Fy 2020 Laundering @ Fort Sam Houston National Cemetery Pick up and delivery of uniforms.


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

RFQ FOR COMMERCIAL ITEMS
GENERAL INFORMATION
Document Type: Combined Synopsis Solicitation
Solicitation Number: 36C78620Q0066
Post Date: 10/11/2019
Original Response Date: 10/25/2019
Applicable NAICS: 812332
NAICS Size Standard: $38.5 Million
Classification Code: S209
Set Aside Type: Small Business
Period of Performance: Base year plus 4 option years

Issuing Contracting Office: Department of Veterans Affairs
National Cemetery Administration, Contract Services
155 Van Gordon Street, Suite 510
Lakewood, CO 80228

Place of Performance: Fort Sam Houston National Cemetery
1520 Harry Wurzbach Road
San Antonio, TX 78209

Attachments: Scope of Work
Schedule of Services
Wage Determinations No. 15-5253 Rev 9 Dated 07/16/2019


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. This solicitation is issued as a Request for Quote (RFQ), solicitation number 36C78620Q0066.

This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-04 Effective 6 September 2019.

This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach.

The U.S. Department of Veterans Affairs, National Cemetery Administration, anticipates the award of a Firm Fixed Priced Contract.

Scope: The contractor shall be responsible for providing 87 Octane Gasoline and Bio-Diesel Petroleum Distillate #2 to the Fort Sam Houston National Cemetery in San Antonio, Texas.
PRICE SCHEDULE: Contractor shall provide all labor, material, tools, transportation and supervision necessary to provide the Laundering as ordered for the Fort Sam Houston National Cemetery. Units and services to be in accordance with Statement of Work, Technical Specifications, and the Terms and Conditions contained in this solicitation.

Offerors shall enter unit price and total amounts for each CLIN as indicated in the schedule. In the event there is a difference between a unit price and the extended total amount, the unit price will be held to be the intended bid price and the total of the CLINs will be recomputed accordingly. Offeror is to understand the quantities stated in the schedule are estimates for pricing purposes only.

Responses to this Request for Quotes (RFQ) are due no later than 2:00 pm Eastern Standard Time (EST) on 10/25/2019. Responses to this announcement will result in a Firm-Fixed Price Contract and the Government intends to make award without discussions. All information submitted in response to this announcement is voluntary and the Government will not pay for information provided nor will it compensate any respondent for any cost incurred in developing information provided for the Government. Offerors are responsible for obtaining any and all amendments or additional information concerning this announcement at https://fbo.gov.


QUOTE FORMAT AND SUBMISSION INFORMATION:

Quotes shall be submitted via email ONLY: Geraldine.Herrerea@va.gov

Evaluation Process:
The Government will award a firm fixed contract using the lowest price/technically acceptable process. Although the evaluation of an Offeror and award of a contract will be made without discussion, the Government nevertheless reserves the right to conduct discussions if the Contracting Officer later determines it to be necessary.

Solicitation Provisions and Contract Clauses
The full text of FAR/VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
https://www.va.gov/oal/library/vaar/

The following solicitation provisions apply to this acquisition:
FAR 52.209-7 Information Regarding Responsibility Matters (Jul 2013)
FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018)
FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2018)
FAR 52.223-1 Biobased Product Certification (May 2012)
FAR 52.233-2 Service of Protest (Sept 2006)
VAAR 852.233-70 Protest Content /Alternative Dispute Resolution (Oct 2018)
VAAR 852.233-71 Alternate Protest Procedure (Oct 2018)
VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008)

Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.
The following solicitation clauses apply to this acquisition:
The clause at 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) applies to this acquisition.

Addendum to FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018):

FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014)
FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011)
FAR 52.216-18 Ordering (Oct 1995) (10/1/2019 through 9/30/2020)
FAR 52.216-19 Order Limitations (Oct 1995) (10 | 50 | 150 | 30 days)
FAR 52.216-21 Requirements (Oct 1995) (September 30, 2020)
FAR 52.217-8 Option to Extend Services (Nov 1999) (15 days)
FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000)
FAR 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts (Sep 2013)
FAR 52.228-5 Insurance Work on a Government Installation (Jan 1997)
CL-120 Supplemental Insurance Requirements
In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract:
(a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers.
(b) General Liability: $500,000.00 per occurrences.
(c) Automobile liability: $250,000.00 per person; $500,000.00 per occurrence and $100,000.00 property damage.
(d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage.
(End of Clause)
FAR 52.232-18 Availability of Funds (Apr 1984)
FAR 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
FAR 52.237-3 Continuity of Services (Jan 1991)
VAAR 852.203-70 Commercial Advertising (Jan 2008)
VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (Jul 2018)
VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2018)
VAAR 852.237-70 Contractor Responsibilities (Apr 1984)

The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2019) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(8), (b)(14), (b)(18), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(30), (b)(33)(i), (b)(42), (b)(47)(i), (b)(49), (b)(55), (c)(2), (c)(3), (c)(4), (c)(8), and (c)(9).

(c)(3) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67)


Employee Class

Monetary Wage Fringe Benefits
Dry Cleaner
$15.95 + $4.54
Presser, Machine, Wearing Apparel, Laundry
$12.14 + $4.54




STATEMENT OF WORK/SPECIFICATION

The Contractor shall provide all labor, supplies, materials, equipment, supervision and transportation to perform the laundry services and weekly delivery of uniforms for approximately nine (9) personnel in the manner described below for the Fort Sam Houston National Cemetery Staff. All service shall be performed in accordance with the guidelines established by Federal, State and local ordinances and these specifications. The awarded contract shall cover a base period, and four (4) option years that allows the Government to unilaterally extend the contract period for 12 months each.

Services shall include garment delivery, pickup and cleaning, therefore on a rotating basis five uniforms per employee are picked up by the contractor each Monday and replaced with five clean uniforms at that time. Administrative uniforms will clean and pressed when delivered. Also, the Contractor will provide weekly dry cleaning for Blue Blazers. All garments are provided by the cemetery staff.

Uniforms shall be delivered and picked up on Monday of each week between the hours of 9:00 a.m. and 3:00 p.m. local time. Any deviation to this day, due to holidays, weather, etc. shall be agreed to with the Contracting Officer's Representative (COR) with at least 24 hours advanced notice prior to arriving at the cemetery to perform work.

The Contractor and COR will certify the invoices to verify the number of garment services. Invoices shall reference the appropriate purchase order number. NCA agrees to pay the contractor for the actual number of uniforms serviced. NCA will not pay for uniforms that have not been delivered, cleaned, laundered, or pressed.

Number of employees that require uniforms may increase or decrease at any time. If additional employees are added due to new hires or summer help, the cost per employee shall remain the same. Any changes shall be authorized and approved only through written correspondence from the Contracting Officer.

National cemeteries are National shrines; Contractor personnel appearance and conduct shall be professional and unobtrusive at all times. Questions from cemetery visitors shall be politely referred or directed to cemetery personnel.

All Contractor employees shall be dressed in proper attire, which includes sleeved shirt, long pants, and shoes. Tee shirts, tank tops and sandals are not acceptable. If caps are worn, they must be free of any questionable message or design.

The Contractor agrees to leave all work areas free of debris and in the same condition as before the work commenced.

The Contractor shall observe all traffic, parking, directional signs and regulations when using the cemetery roadways. Vehicles shall not be driven off of the paved roadways onto non-paved areas without first securing permission from the COR. The Contractor shall ensure all motor vehicles used in this contract meet State inspection, safety, licensing, registration, and insurance requirements.

(END OF WORK STATEMENT)



SECTION A - CONTINUATION OF SF 1449 BLOCKS

A.1 PRICE SCHEDULE OF SERVICES: BLOCK 19 AND BLOCK 20

Base Year: October 1, 2019 or Date of award through September 30, 2020
CLIN
No.
Description:
Uniform Services
Est. Qty
Frequency/Unit
Unit Cost
Est. Total Cost
0001
Admin White Dress Shits
(9 employees)
Cleaning, pressed
5 per employee
WK
$________
$___________
0002
Admin Gray Slacks
(9 employees)
Cleaning, pressed
5 per employee
WK
$________
$___________
0003
Blue Blazers Maintenance
(9 employees)
Dry Cleaning
1 per employee
WK
$________
$___________
0004
Delivery Service Charge
1
WK
$________
$___________

Total Estimated Cost:
$___________


Option Year 1: October 1, 2020 through September 30, 2021
CLIN
No.
Description:
Uniform Services
Est. Qty
Frequency/Unit
Unit Cost
Est. Total Cost
1001
Admin White Dress Shits
(9 employees)
Cleaning, pressed
5 per employee
WK
$________
$___________
1002
Admin Gray Slacks
(9 employees)
Cleaning, pressed
5 per employee
WK
$________
$___________
1003
Blue Blazers Maintenance
(9 employees)
Dry Cleaning
1 per employee
WK
$________
$___________
1004
Delivery Service Charge
1
WK
$________
$___________

Total Estimated Cost:
$___________



Option Year 2: October 1, 2021 through September 30, 2022
CLIN
No.
Description:
Uniform Services
Est. Qty
Frequency/Unit
Unit Cost
Est. Total Cost
2001
Admin White Dress Shits
(9 employees)
Cleaning, pressed
5 per employee
WK
$________
$___________
2002
Admin Gray Slacks
(9 employees)
Cleaning, pressed
5 per employee
WK
$________
$___________
2003
Blue Blazers Maintenance
(9 employees)
Dry Cleaning
1 per employee
WK
$________
$___________
2004
Delivery Service Charge
1
WK
$________
$___________

Total Estimated Cost:
$___________
Option Year 3: October 1, 2022 through September 30, 2023
CLIN
No.
Description:
Uniform Services
Est. Qty
Frequency/Unit
Unit Cost
Est. Total Cost
3001
Admin White Dress Shits
(9 employees)
Cleaning, pressed
5 per employee
WK
$________
$___________
3002
Admin Gray Slacks
(9 employees)
Cleaning, pressed
5 per employee
WK
$________
$___________
3003
Blue Blazers Maintenance
(9 employees)
Dry Cleaning
1 per employee
WK
$________
$___________
3004
Delivery Service Charge
1
WK
$________
$___________

Total Estimated Cost:
$___________



Option Year 4: October 1, 2023 through September 30, 2024
CLIN
No.
Description:
Uniform Services
Est. Qty
Frequency/Unit
Unit Cost
Est. Total Cost
4001
Admin White Dress Shits
(9 employees)
Cleaning, pressed
5 per employee
WK
$________
$___________
4002
Admin Gray Slacks
(9 employees)
Cleaning, pressed
5 per employee
WK
$________
$___________
4003
Blue Blazers Maintenance
(9 employees)
Dry Cleaning
1 per employee
WK
$________
$___________
4004
Delivery Service Charge
1
WK
$________
$___________

Total Estimated Cost:
$___________

Page 13 of 13
A.2 PRICE SUMMARY TOTALS


Total Cost

Base Year date of award thru 9/30/20:
$_______________________
Option Year 1 10/1/20 9/30/21:
$ ______________________
Option Year 2 10/1/21 9/30/22:
$ ______________________
Option Year 3 - 10/1/22 9/30/23:
$ ______________________
Option Year 4 - 10/1/23 9/30/24:
$ ______________________
Grand Total (Base + all Option Years):
$ ______________________

NOTE: Contract Line Items Numbers (CLINs) and Associated Price.

Offerors shall enter unit cost and total amounts for each CLIN as indicated in the schedule. In the event there is a difference between a unit price and the extended total amount, the unit price will be held to be the intended bid price and the total of the CLINs will be recomputed accordingly.

Offerors shall enter the Total Cost for each year in the Summary Totals where indicated. Offeror shall calculate the Grand Total for all years and enter where indicated.

Offeror is to understand the quantities stated in the attachments are estimates for pricing purposes only.

NCA (National Cemetery Administration)
Geraldine Herrera
geraldine.herrera@va.gov
303-914-5703

geraldine.herrera@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP