Shop Towel Services

expired opportunity(Expired)
From: Federal Government(Federal)
FA2517-23-Q-0006

Basic Details

started - 22 Dec, 2022 (16 months ago)

Start Date

22 Dec, 2022 (16 months ago)
due - 29 Dec, 2022 (16 months ago)

Due Date

29 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
FA2517-23-Q-0006

Identifier

FA2517-23-Q-0006
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710996)DEPT OF THE AIR FORCE (60635)AFSPC (314)FA2517 21 CONS BLDG 350 (770)

Attachments (5)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

12/22/22 - uploaded Q&AsRequest for Quote (RFQ)Peterson SFB Shop Towel ServicesCOMBINED SOLICITATION/SYNOPSISAction Code: Combined Synopsis/Solicitation NoticeSolicitation Number: FA251723Q0006Date: 30 November 2022Description of Service: Peterson Space Force Base (PSFB) Shop Towel ServicesNAICS Code: 812332 - Industrial LaunderersContracting Office Address: 21 CONS/PKAB, 135 Dover Street, Suite 2225 Colorado Springs, CO 80914Is this a Recovery and Reinvestment Act Action? __ Yes X NoResponse Date: 29 December 2022, (11:00 A.M. MST)Primary POCSrA Riley SmithContract Specialistriley.smith.3@spaceforce.milPhone: 719-556-7904Secondary POCTracie WinfreeContracting Officertracie.winfree@spaceforce.milPhone: 719-556-4192In accordance with (IAW) FAR 12.603, Streamlined Solicitation for Commercial Products or Commercial Services, the
following is submitted for this Request for Quote (RFQ). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR; 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 FA251723Q0006 is being issued as a Request for Quote (RFQ) for shop towel laundry services at Peterson SFB, in accordance with (IAW) Attachment 1 – Shop Towels PWS.The solicitation document and incorporated provisions and clauses (See Attachment 3 – Clauses and Provisions) are those in effect through Federal Acquisition Circular (FAC) 2022-08 effective 28 October 2022. These will be incorporated into the resultant contract.This acquisition is being procured as a Small Business Set-Aside. The North American Industrial Classification System (NAICS) code is 812332 - Industrial Launderers, and the size standard is $41.5M. A single award will be made as a result of evaluation of quotes received.(v) Quotes shall be submitted using Attachment 2 – Contractor Submittal Form which includes the Contract Line Item Number (CLIN) structure. Contractor shall also submit documentation to fulfill the technical information requirement.The following commercial service is requested in this solicitation:The Contractor shall provide all management, tools, supplies, equipment, delivery and labor necessary to supply, launder, and exchange shop rags/towels at various locations throughout Peterson SFB, Colorado, as defined in the Performance Work Statement (PWS). Contractor must perform in accordance with (IAW) all applicable industry/ commercial standards, federal, state and local regulations. Work must be performed IAW Colorado Department of Public Health and Environment (CDPH&E) Hazardous Waste Regulation and other regulations that are listed in Appendix A-Applicable publications, codes, and standards and forms IAW the PWS. For Period of Performance (PoP) for this requirement, the Government contemplates soliciting and awarding a base year plus four (4) option year periods (for the possibility of 5 years total), as a Firm Fixed Price (FFP) contract. Provision FAR 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (Nov 2021), and the Addenda to FAR 52.212-1 applies to this acquisition.Addendum to FAR 52.212-1INSTRUCTIONS TO OFFERORSTo assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts; Part I – Price, and Part II – Technical Information.The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offerors, the contracting officer will review this determination and if, in the contracting officer’s opinion, adequate price competition exists no additional price information will be necessary. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists offerors may be required to submit information other than pricing data to support a determination of price reasonableness. Specific Instructions: Documents submitted in response to this must be fully responsive to and consistent with the following: Requirements of the CLIN and Performance Work Statement and government standards and regulations pertaining to the Performance Work Statement.Evaluation Factors for Award in section, 52.212-2 EVALUATION – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES and addendum of this quote. Any limitation on the number of pages. Pages exceeding the page limitations set forth in this section, FAR 52.212-1 INSTRUCTION TO OFFERORS – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES, will not be read or evaluated, and will be removed from the quote. PART I – PRICE The Contractor shall provide the following: Pricing for the effort shall be accomplished by completing page 2 of Attachment 2 - Contractor Submittal Form. The offeror shall fill in the monthly price for each CLIN as well as the total annual price column. Additionally, the offeror shall complete the last block which will be the sum of all annual costs to include the six month extension of services. PART II – MISSION ESSENTIAL PLANOfferor shall submit a Mission-Essential Contractor Service Plan IAW DFARS 252.237-7023. The Mission-Essential Contractor Service Plan shall be submitted as a separate attachment and will be incorporated into the resultant contract.PART III – TECHNICAL INFORMATIONFormatThe quote will be on 8 1⁄2 x 11 paperA page is defined as one single sided, double-spaced sheet of paper containing informationTyping shall be Times New Roman Font, size 12Electronic files must be in Adobe (.pdf), Microsoft Word, or Excel format5 page limitAddendum to FAR 52.212-2EVALUATION-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (Nov 2021)The following additions are included:Basis for Contract Award: Lowest Price Technically Acceptable (LPTA). Quotes will be evaluated for technical acceptability and price will be evaluated to determine price is fair and reasonable IAW FAR 13.106-2. All quotes will be ranked according to price. The lowest priced quote that is determined technically acceptable will receive award. The resulting award will be a Firm Fixed Price Purchase Order to a single contractor. By submission of its offer, the Offeror accedes to all solicitation requirements, including terms and conditions, representations and certification and requirements, in addition to those identified as evaluation factors or sub factors. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Initially offerors shall be ranked according to price. Quotes will be evaluated based on lowest price technically acceptable. Prices will be determined to be fair and reasonable by adequate price competition among offers unless the contracting officer has requested other that pricing data per addenda to 52.212-1 above. Next, the Government technical evaluation team shall evaluate the technical information submitted by the lowest price ranked offeror on an Acceptable/Unacceptable basis: These are the definitions for the Evaluation Rating:Acceptable – Meets all solicitation requirements.Unacceptable – Does not meet all solicitation requirements.Technical Acceptability – using the format described above, contractor shall provide sufficient explanation/documentation to demonstrate their ability to meet or exceed the standards for each technical factor listed below, and the requirements listed in the PWS:Technical Factor 1: Work Coordination - Contractor shall clearly and comprehensively describe their process to perform shop towel laundry services and the ability to follow requirements IAW PWS paragraph 1.1 through 1.4. This section should address ability to coordinate with key Contracting and Civil Engineering personnel for all aspects in these sections.Technical Factor 2: Mission Essential Service Plan - Offeror shall submit a Mission-Essential Contractor Service Plan IAW DFARS 252.237-7023. The Mission-Essential Contractor Service Plan shall be submitted as a separate attachment and will be incorporated into the resultant contract. This plan should clearly outline how the offeror will ensure continued performance during a time of crisis or base closure.If the lowest price evaluated offerors is judged to be “acceptable” on all factors and the offeror is determined to be responsible, that offer will be deemed most advantageous to the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration to any other offer. If the lowest priced offeror is not technically acceptable, then the next lowest priced offeror will be evaluated and the process will continue until a technically acceptable proposal is evaluated. Offerors are cautioned to submit sufficient information and in the format specified in the quote preparation instructions to permit a meaningful assessment of technical capability. Offerors may be asked to clarify certain aspects of their quote. Communication conducted to resolve minor or clerical errors will not constitute discussion and the contracting officer reserves the right to award a contract without the opportunity for quote revision(s). The Government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest.End Provision(viii) Submit any questions regarding this RFQ no later than 11:00 A.M. MST, Tuesday, 6 December 2022 to SrA Riley Smith at riley.smith.3@spaceforce.mil and Tracie Winfree at tracie.winfree@spaceforce.mil. Individual response will not be provided; responses to all questions will be posted on Sam.gov. (xvi) Quotes are due via email no later than 11:00 A.M., MDT Tuesday, 30 December 2022. Please submit your quote to SrA Riley Smith at riley.smith.3@spaceforce.mil and Tracie Winfree at tracie.winfree@spaceforce.mil.AttachmentsAttachment 1 - Performance Work Statement (PWS) Shop TowelsAttachment 2 - Contractor Submittal FormAttachment 3 – Clauses and Provisions

Location

Place Of Performance : N/A

Country : United StatesState : ColoradoCity : Colorado Springs

You may also like

Linens (Bath Towels, Wash Cloths and Kitchen Towels)

Due: 30 Jun, 2024 (in 1 month)Agency: OHIO

LAUNDRY/RENTAL SERVICE: LINENS, TOWELS, MATS, MOPS

Due: 31 Aug, 2025 (in 16 months)Agency: Minnesota Department of Administration

Rags, Shop Towels & Wiping Cloths - WorkQuest

Due: 30 Nov, 2026 (in about 2 years)Agency: State Of Texas

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification