The RFP Database
New business relationships start here

HOOVER COVERALL RENTAL/LAUNDRY SERVICES


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

(i) 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; quotations are being requested.
(ii) To facilitate electronic quote submissions through FedBizOpps, a request for quote (RFQ No. 140R3019Q0084) is being issued subsequent to this combined solicitation/synopsis. The RFQ and all associated documents may be found by going to the following website: https://www.fedconnect.net/, then clicking on "Search Public Opportunities Only", and then searching by "Reference Number" 140R3019Q0084.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2019-06.
(iv) This requirement is unrestricted. The North American Industry Classification System (NAICS) Code for this acquisition is: 812332 - Industrial Launderer. The small business size standard for NAICS Code 541430 is $38.5M.
(v) Contract Line Item Numbers (CLINs) are as follows:
See the SF1449 for CLINS for the Base Year and the Four 1-year Option periods.
See attached Performance Work Statement (PWS). The PWS provides more detailed information about the requirement and is attached to the RFQ at FedConnect.net (public opportunity reference number 140R3019Q0084).
(vi) The Bureau of Reclamation has a requirement to furnish, pickup, clean, do minor repairs and deliver contractor provided coveralls/uniforms for Hoover Dam personnel and visitors to the Bureau of Reclamation in accordance with Attachment 1 B? Statement of Work.
(vii) Pick-up and delivery shall be once weekly on Wednesday between the hours of 8:00 am and 10:00 am and FOB Destination. All items shall be delivered in accordance with the directions specified in Attachment 1 - Statement of Work.
THE FOLLOWING CLAUSES, PROVISIONS, AND ADDENDUMS ARE APPLICABLE TO THIS COMMERCIAL ITEM ACQUISITION:
(viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items is applicable to this RFQ. The following addendum is also applicable to this RFQ. The term B?offerB? with B?quoteB? within the provision 52.212-1.
- Addendum to 52.212-1, Instructions to Offeror - Commercial Items
In addition to the requirements of the Instructions to Offerors - Competitive Acquisitions provision of this solicitation, each offeror shall submit a quote in accordance with the instructions contained in this provision.
A. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.
B. The Contracting Officer is the GovernmentB?s sole point of contact for this acquisition. Address any questions or concerns you may have to the Contracting Officer. Written requests for clarification may be sent to the Contracting Officer. The Government reserves the right to revise or amend the performance work statement or the solicitation prior to the quote closing time. Such revisions or amendments will be communicated by amendments to the Request for Quote (RFQ) and posted in Federal Business Opportunities website (www.FBO.gov). If such amendments require material changes in quantities or prices, the quote closing date may be postponed by enough days to enable offerors to revise their quotes. In such cases, the amendment will include an announcement of the new closing date and time. Quoters MUST acknowledge all amendments in their quote by providing signed copies of the amendments with their quote, or by separate letter which includes a reference to the solicitation and amendment numbers. If a quoter believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the quoter shall immediately notify the Contracting Officer in writing with supporting rationale as well as the remedies the quoter is asking the Contracting Officer to consider as related to the omission or error. The quoter is reminded that the Government reserves the right to award this effort based on the initial quote, as received, without discussion. This reservation includes matters of additional or substitute pages of the initial quote.
C. The Contracting Officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial quotes, the Contracting Office will review this determination and if, in the Contracting OfficerB?s opinion, adequate price competition exist no additional cost information will be requested. However, if at any time during this competition the Contracting Officer determines that adequate price competition no longer exists; quoters may be required to submit information to the extent necessary for the Contracting Officer to determine the reasonableness and affordability of the price.
D. Documents submitted in response to this RFQ must be fully responsive to and consistent with the following:
1. Requirements of the RFQ (CLINs & PWS) and government standards and regulations pertaining to the PWS.
2. Quotes must be emailed to Kathy Berry at kberry@usbr.gov by the date and time specified on the RFQ. Submissions by fax will NOT be permitted.
All responses shall be clearly marked in the subject line with the Solicitation No. 140R3019Q0084.
3. Quote Acceptance Period: Quoters must agree to hold the quoted prices in response to this solicitation as B?firmB? for 60 days after the date on the quote.
4. Potential quoters are reminded they must: Be registered in the System for Award Management (SAM) at www.sam.gov with a current registration to be eligible for award; ensure that all representations and certifications are completed in SAM for the applicable FAR provisions; and submit representations and certifications information with the proposal to the Contracting Officer if applicable.
E. Specific Instructions:
1. PRICE QUOTE
a. Complete SF 1449, Block 12, Discount Terms; 17a-f Vendor Name, Address, Cage Code, Telephone No., Fax No.; 30a Signature of Quoter/Vendor, 30b, Name and Title of Signer, 30c, Date Signed, and Reps and Cert. In doing so, the quoter accedes to the contract terms and conditions as written in this RFQ.
b. Insert proposed unit and extended prices in the Schedule for each Contract Line Item Number (CLIN)in Block 11 of the SF 18.
c. Complete all the necessary fill ins in the SF 1449.
-52.204-7, System for Award Management
-52.204-16, Commercial and Government Entity Code Reporting
- 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representative and Certification
- 52.252-1, Solicitation Provisions Incorporated by Reference
- 1452.215-71, Use and Disclosure of Proposal Information B? Department of Interior
- 1452.225-82, Notice of World Trade Organization Government Procurement Agreement Evaluations - Bureau of Reclamation
(ix) FAR Clause 52.212-2, Evaluation-Commercial Items
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will result in the lowest price.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offerB?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items
Offerors are advised include with their offer, a completed copy of the provision 52.212-3, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. To obtain and complete a hard copy of Provision 52.212-3, it can be found in the Federal Acquisition Regulation located at https://www.acquisition.gov/browsefar.
52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representations
(xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items.
Addendum to FAR Clause 52.212-4 Contract Terms and Conditions - Commercial Items
- 52.204-4, Printed or Copied Doubled-Sided on Postconsumer Fiber Content Paper
-52.204-13, System for Award Management Maintenance
- 52.204-18, Commercial and Government Entity Code Maintenance
-52.204-23, Prohibition on Contracting for Hardware, Software, and Service Developed or Provided by Kaspersky Lab and Other Covered Entities
-52.217-8, Option to Extend Services
-52.217-9, Option to Extend the Term of the Contract
- 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts
- 52.232-40, Providing Accelerated Payment to Small Business Subcontractors
-52.233-4, Applicable Law for Breach of Contract Claim
- 52.242-15, Stop-Work Order
-52.247-34, F.o.b. Destination
- 52.252-6, Clauses Incorporated by Reference
- DOI-AAP-0028, Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP)
- 1452.201-70, Authorities and Delegations
- 1452.237-80, Security Requirements, Bureau of Reclamation
(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items.
The following additional FAR clauses cited in this clause are applicable to the acquisition:
52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award
52.219-14, Limitations on Subcontracting
52.219-28, Post Award Small Business Program Representation
52.222-3, Convict Labor
52.222-19, Child Labor Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-35, Equal Opportunity for Veterans
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-37, Employment Reports on Veterans
52.222-40, Notification of Employee Rights Under the National Labor Relations Act
52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving
52.225-1, Buy American-Supplies
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-System for Award Management
52-222.41, Service Contract Labor Standards
52.222-42, Statement of Equivalent Rates for Federal Hires
-52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Year)
-52.222-25, Minimum Wage Under Executive Order 13658
-52.222-62, Paid Sick Leave Under Executive Order 13706
(xiii) Not applicable
(xiv) Not applicable
(xv) All questions shall be submitted via email to kberry@usbr.gov by no later than 2 PM Pacific Time on Friday, October 18, 2019. No additional questions will be accepted after this date.
Quotes are due no later than 2 PM local time on November 4, 2019.
All documents pertaining to this RFQ are located at www.fedconnect.net, Reference Number 140R3019Q0084.
(xvi) The Point of Contact for this solicitation is Ms. Kathy Berry, Contract Specialist. She may be reached via e-mail at kberry@usbr.gov, or by phone at 702-293-8460.

Berry, Kathleen (Kathy)

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP