The RFP Database
New business relationships start here

Launder Coveralls


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

This is a combined synopsis/solicitation for commercial services 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.

Solicitation number W912SV-18-Q-5006 is hereby issued as a Request for Quote (RFQ). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, 02 July 2015 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20150626. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This solicitation is 100% small business set aside and restricted to small businesses only in accordance with FAR 19.502-2(b). The North American Industry Classification System Code (NAICS) 812320; Small Business Standard is $5.5 Million.

Description of Requirement (Products quoted must meet or exceed what is requested): Launder service to clean soiled coveralls, reference attached PWS dated 28 February 2018

The Massachusetts Air National Guard located at Barnes MAP, Westfield, MA is in need of:
CLIN 0001: Launder Service (Base Year) – Pick up, wash, dry, fold, return coveralls CLIN 0002: Contracting Manpower Reporting (CMRA) (Base Year)
CLIN 0003: Launder Service (Option 1) - Pick up, wash, dry, fold, return coveralls
CLIN 0004: Contracting Manpower Reporting (CMRA) (Option Year 1)
CLIN 0005: Launder Service (Option 2) - Pick up, wash, dry, fold, return coveralls
CLIN 0006: Contracting Manpower Reporting (CMRA) (Option Year 2)
CLIN 0007: Launder Service (Option 3) - Pick up, wash, dry, fold, return coveralls
CLIN 0008: Contracting Manpower Reporting (CMRA) (Option Year 3)
CLIN 0009: Launder Service (Option 4) - Pick up, wash, dry, fold, return coveralls
CLIN 0010: Contracting Manpower Reporting (CMRA) (Option Year 4)

Note: The Federal Government is exempt from sales tax, please do not include in quote
A firm fixed price contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. Minimum essential characteristics must be met to qualify as technically acceptable.

Payments shall be through the Government Purchase Card. Vendor must be able to accept the Government Purchase Card, Visa Card.

Delivery/Performance Address: Barnes MAP, 175 Falcon Drive, Westfield, MA, 01085-1482.

CMRA: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Department of Army Contractor Manpower Reporting Application (CMRA) 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. Contractors may direct questions to the help desk at http://www.ecmra.mil/.

Wage Determination: WAGE DETERMINATION WD 15-4096 (REV 7) may apply.

Quote Information: Provide the following information with your quote:
        -Pricing of CLINS 0001 through 0010 to include total for all years
          Price per EA and total for the year.
         -Include the following on your quote
           Contractor Business Name:
           DUNS Number:
           Cage Code:

Telephone quotes will not be accepted. Quotes must be submitted and received no later than 2:00 PM EST, 23 March 2018 via email to the contact information listed below.

All questions shall be received electronically and must be received before 2:00 PM EST, 16 March 2018 Contact Information: Maj Sarah Sinclair; 413.572.1549, sarah.a.sinclair.mil@mail.mil or SMSgt Kyle Kiepke; 413.572.1593; kyle.d.kiepke.mil@mail.mil

SAM Registration: Award will only be made to contractors who have registered with System for Award Management (SAM) with the NAICS code as identified above. Vendors may register at: http://www.sam.gov.

Please contact the 104th Contracting Office if you require assistance at the number above.

PROVISIONS AND CLAUSES: Clauses may be accessed electronically in full text through FAR: https://www.acquisition.gov/browsefar and the
DFARS: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/.

Contractors must be registered with SAM prior to contract award at: http://www.sam.gov.

FAR clause 52.219-14 Limitations on Subcontracting (Jan 2017) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Applicability. This clause applies only to— (1) Contracts that have been set aside or reserved for small business concerns or 8(a) participants; (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) participants; and (3) Orders set aside for small business or 8(a) participants under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for Coverall Launder Service (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. (End of clause)

FAR 52.204-7, System for Award Management Registration

FAR 52.204-9, Personal Identity Verification of Contractor Personnel

FAR 52.204-16, Commercial and Government Entity Code Maintenance

FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations

FAR 52.211-6, Brand Name or Equal

FAR 52.212-1, Instructions to Offerors-Commercial Items

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, technically acceptability and delivery time of all items quote mark all or none quote mark is the evaluation criteria. This is a best value decision.

FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov

FAR 52.212-4, Contract Terms and Condition-Commercial Items

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply

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

FAR clause 52.219-14 Limitations on Subcontracting (Jan 2017) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Applicability. This clause applies only to— (1) Contracts that have been set aside or reserved for small business concerns or 8(a) participants; (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) participants; and (3) Orders set aside for small business or 8(a) participants under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for Coverall Launder Service (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. (End of clause)

FAR 52.219-28, Post Award Small Business Representation

FAR 52.222-3, Convict Labor

FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies

FAR 52.222-21, Prohibition of Segregated Facilities

FAR 52.222-26, Equal Opportunity

FAR 52.222-36, Equal Opportunity for Workers with Disabilities

FAR 52.222-50, Combating Trafficking in Persons

FAR 52.223-5, Pollution Prevention and Right to Know Information

FAR 52.223-15, Energy Efficiency in Energy-Consuming Products

FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving

FAR 52.225-13, Restrictions on Certain Foreign Purchases

FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management

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 52.237-1, Site Visit

FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation

FAR 52.252-2, Clauses Incorporated by Reference - SEE https://www.acquisition.gov/browsefar

DFARS 252.201-7000, Contracting Officer's Representative

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

DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements

DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information

DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors

DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law

DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items

DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items

DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials

DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate

DFARS 252.225-7001, Buy American Act and Balance of Payments Program

DFARS 252.232-7010, Levies on Contract Payments

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

DFARS 252.244-7000, Subcontracts for Commercial Items

DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III Submission of Invoices: Shall be electronic and to the POC, invoices shall be paid via Government Purchase Card, Visa Card, and billed monthly.

Sarah A. Sinclair, Contracting Specialist , Phone 4135721549, Email sarah.a.sinclair.mil@mail.mil - Kyle Kiepke, Contracting Officer, Phone 413-572-1593, Fax 413-572-1521, Email kyle.d.kiepke.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP