Laundry and Dry Cleaning Services

expired opportunity(Expired)
From: Federal Government(Federal)
FA4661-17-Q-0023

Basic Details

started - 13 Jun, 2017 (about 6 years ago)

Start Date

13 Jun, 2017 (about 6 years ago)
due - 16 Jun, 2017 (about 6 years ago)

Due Date

16 Jun, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
FA4661-17-Q-0023

Identifier

FA4661-17-Q-0023
Department of the Air Force

Customer / Agency

Department of the Air Force

Attachments (7)

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.

Added:
May 23, 2017 5:21 pm
Modified:
Jun 13, 2017 6:09 pm
Track Changes This is a combined synopsis and solicitation for the following commercial services:

Clinic Laundry and Dry-cleaning Services
1. This synopsis and solicitation is 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 is issued as a Request for Quotations (RFQ), solicitation number FA4661-17-Q-0023 Clinic Laundry and Dry-cleaning Services in accordance with FAR Part 13 Simplified Acquisition Procedures. Quotes will be evaluated and an award will be made to the lowest price technically acceptable offeror. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. All firms or individuals responding
must be registered with the System for Award Management (SAM) IAW FAR 52.204-7. This procurement is FULL and OPEN. The North American Industrial Classification Standard (NAICS) code for this acquisition is 812320. All quotes shall be valid for a period of 90 days. The Government intends to award at least one contract from this solicitation. The 7th Contracting Squadron at Dyess AFB TX intends to award a Firm Fixed Price (FFP) Contract for the services described in the Performance Work Statement (PWS). Evaluation for this acquisition will be lowest price technically acceptable.
Attention should be given to the following attachments, added on 13 June 2017:
1. Questions and Answers
2. Edited PWS
3. Corrected Pricing Sheet
*Due to issues uploading documents to this solicitation, please email SrA Katrice Corbett at
katrice.corbett.2.au@us.af.mil to receive the documents listed above.
Destination for service delivery is the 7th Medical Group Clinic, Building 9201, 697 Louisiana Drive, Dyess AFB, TX 79607-1581.
Estimated Period of Performance:
Base Year: 19 July 2017 - 30 September 2017
Option Year 1: 1 October 2017 - 30 September 2018
Option Year 2: 1 October 2018 - 30 September 2019
Option Year 3: 1 October 2019 - 30 September 2020
Option Year 4: 1 October 2020 - 30 September 2021
6 Month Extension: 1 October 2021- 31 March 2022
2. All pricing proposals must be completed on the "Pricing Sheet" (attachment 2). The pricing proposal and the technical proposal (see requirements in FAR 52.212-2, Evaluation - Commercial Items) shall be emailed to SrA Katrice Corbett via email at katrice.corbett.2.au@us.af.mil AND Captain Erika Thornton via email at erika.thornton.1@us.af.mil. For any questions call (325) 696-2215 or (325) 696-3551. Quotes are required to be received no later than 10:00 AM CST, Friday, 16 June 2017. Should offerors experience technical difficulties, quotes can be faxed to 325-696-3676 Attn: SrA Katrice Corbett, but the preferred method of receipt is email.
3. A site visit will be held on the following date/ time: 1 June 2017/ 10:00 A.M. The meeting location for contractors will be at the main gate of Dyess AFB, TX at the intersection of Arnold Blvd and Dub Wright Blvd, Abilene, TX, at the Dyess Visitor's Center on 1 June 2017/ 9:30 A.M.
a. The Visitor Control Center is considered a high congestion area. Please bring all required paperwork (i.e., valid driver's license, car insurance, and valid car registration) and arrive with adequate time for processing.
b. Only one site visit will be conducted and offerors are urged and expected to inspect the site to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.
c. All interested parties must send the site visit registration form via email or fax to the Contract Administrator and Contracting Officer listed stating the name and telephone number of all individuals to be in attendance no later than 31 May 2017/ 10:00 A.M CST.
d. All questions pertaining to this requirement must be submitted and received no later than 7 June 2017/ 10:00 A.M. CST. Questions can be submitted to SrA Katrice Corbett via email to katrice.corbett.2.au@us.af.mil or Capt. Erika Thornton at erika.thornton.1@us.af.mil.
4. There are five (5) attachments to this solicitation:
1. PWS
2. Linen Facilities Inspection Checklist 2017
3. Pricing Sheet
4. Question Form
5. Site Visit Registration Form
6. QASP
7. SCA Wage Determination
The provisions that apply to this solicitation are as follows:
FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
FAR 52.204-5, Women-Owned Business (Other Than Small Business)
FAR 52.204-7, System for Award Management.
System for Award Management (Oct 2016)
(a) Definitions. As used in this provision-
"Electronic Funds Transfer (EFT) indicator" means a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the commercial, nonprofit, or Government entity to establish additional System for Award Management records for identifying alternative EFT accounts (see subpart 32.11) for the same entity.
"Registered in the System for Award Management (SAM) database" means that-
(1) The Offeror has entered all mandatory information, including the unique entity identifier and the EFT indicator, if applicable, the Commercial and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see subpart 4.14), into the SAM database;
(2) The offeror has completed the Core, Assertions, and Representations and Certification, and Points of contact sections of the registration in the SAM database;
(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process.
(4) The Government has marked the record "Active".
"Unique entity identifier" means a number or other identifier used to identify a specific commercial, nonprofit, or Government entity. See www.sam.gov for the designated entity for establishing unique entity identifiers.
(b)
(1) By submission of an Offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.
(2) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address exactly as stated in the offer. The Offeror also shall enter its EFT indicator, if applicable. The unique entity identifier will be used by the Contracting Officer to verify that the Offeror is registered in the SAM database.
(c) If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for establishment of the unique entity identifier directly to obtain one. The Offeror should be prepared to provide the following information:
(1) Company legal business name.
(2) Tradestyle, doing business, or other name by which your entity is commonly recognized.
(3) Company physical street address, city, state and Zip Code.
(4) Company mailing address, city, state and Zip Code (if separate from physical).
(5) Company telephone number.
(6) Date the company was started.
(7) Number of employees at your location.
(8) Chief executive officer/key manager.
(9) Line of business (industry).
(10) Company Headquarters name and address (reporting relationship within your entity).
(d) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.
(e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation.
(f) Offerors may obtain information on registration at https://www.acquisition.gov.
FAR 52.204-16, Commercial and Government Entity Code Reporting
FAR 52.204-20, Predecessor of Offeror
FAR 52.207-2, Right of First Refusal of Employment.
FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation
FAR 52.209-5, Certification Regarding Responsibility Matters
FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.
FAR 52.212-1, Instructions to Offerors - Commercial Items.
Instructions to Offerors -- Commercial Items (Jan 2017)
(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees.
(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show --
(1) The solicitation number;
(2) The time specified in the solicitation for receipt of offers;
(3) The name, address, and telephone number of the offeror;
(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
(5) Terms of any express warranty;
(6) Price and any discount terms;
(7) "Remit to" address, if different than mailing address;
(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);
(9) Acknowledgment of Solicitation Amendments;
(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and
(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing.
(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.
(f) Late submissions, modifications, revisions, and withdrawals of offers.
(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.
(2)
(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-
(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or
(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or
(C) If this solicitation is a request for proposals, it was the only proposal received.
(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.
(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.
(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.
(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.
(i) Availability of requirements documents cited in the solicitation.
(1)
(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to--
GSA Federal Supply Service Specifications Section
Suite 8100
470 L'Enfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925)
Facsimile (202 619-8978).
(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites--
(i) ASSIST (https://assist.dla.mil/online/start/ ).
(ii) Quick Search (http://quicksearch.dla.mil/).
(iii) ASSISTdocs.com (http://assistdocs.com).
(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-
(i) Using the ASSIST Shopping Wizard ( https://assist.dla.mil/wizard/index.cfm );
(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
(iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462.
(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
(j) Unique entity identifier. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier.
(k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov.
(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:
(1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer.
(2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror.
(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.
(4) A summary of rationale for award;
(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.
(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.
(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:
FAR 52.212-2, Evaluation - Commercial Items.
Evaluation -- Commercial Items (Oct 2014)
(a) 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:
(1) Price (to include 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).
(2) Technical: Management Plan - The management plan is intended to provide an approach to successfully manage and execute the contract at the acceptable performance level without unacceptable risk. An unacceptable risk is any factor that may pose a significant risk of technical failure. The management plan is acceptable when it succesfully meets the following criteria:
(i) Overall approach - The offeror successfully demonstrates a sound approach to management throughout the life of the contract. The offeror provides an organizational chart and the area(s) of responsibility of each managerial position. The offeror outlines a realistic approach to support contracting decisions that must be made on short notice. The offeror identifies key managerial positions, with their qualification and certifications, with contract responsibilities and decision making authority and associated minimum qualifications.
(ii) Safety Plan - The offeror outlines the work conditions encountered at their facilities and outlines a plan for planning, reporting, and controlling safety issues that arise during the performance of the contract. The plan successfully provides a process for transparent safety management that results in limited customer oversight/ intervention.
(iii) Infection Prevention and Control Plan - The offeror outlines a plan for meeting the inspection standards in the Attachment 2 "Linen Facilities Checklist". An inspection of contractor facilities will be performed prior to the performance of services, and at least annually, to ensure that the facilities meet the aforementioned standards. The approach to quality control shall in align with the requirements outlined in the Infection Control Linen Facility Inspection Checklist, as well as the The Joint Comission (TJC), and Air Force Instruction 44-108 Infection Prevention and Control Program.
(b) 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 offer'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.
FAR 52.212-3 (Alt 1), Offerors Representations and Certifications-Commercial Items.
FAR 52.215-6, Place of Performance.
Place of Performance (Oct 1997)
(a) The offeror or respondent, in the performance of any contract resulting from this solicitation, intends, does not intend [check applicable block] to use one or more plants or facilities located at a different address from the address of the offeror or respondent as indicated in this proposal or response to request for information.
(b) If the offeror or respondent checks "intends" in paragraph (a) of this provision, it shall insert in the following spaces the required information:
Place of Performance
(Street Address, City, State, County, Zip Code) Name and Address of Owner and Operator of the Plant or Facility if Other Than Offeror or Respondent
FAR 52.217-5, Evaluation of Options.
Evaluation of Options (Jul 1990)
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).
FAR 52.219-1 (Alt 1), Small Business Program Representation
FAR 52.222-22, Previous Contracts and Compliance Reports.
FAR 52.222-25, Affirmative Action Compliance.
FAR 52.223-1, Biobased Product Certification.
FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications.
FAR 52.233-2, Service of Protest
FAR 52.237-1, Site Visit.
Site Visit (Apr 1984)
Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.
FAR 52.252-1, Solicitation Provisions Incorporated by Reference
Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es):
http://farsite.hill.af.mil/
FAR 52.252-3, Alterations in Solicitation
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7004 Alternate A, System for Award Management.
The clauses that apply to this solicitation are as follows:
FAR 52.203-3, Gratuities
FAR 52.203-6 (Alt 1), Restrictions on Subcontractor Sales to the Government
FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions
FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights
FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper
FAR 52.204-9, Personal Identity Verification of Contractor Personnel.
FAR 52.204-13, System for Award Management Maintenance
FAR 52.204-18, Commercial and Government Entity Code Maintenance
FAR 52.204-19, Incorporation by Reference of Representations and Certifications
FAR 52.217-8, Option to Extend Services
Option to Extend Services (Nov 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 Days.
FAR 52.217-9, Option to Extend the Term of the Contract
Option to Extend the Term of the Contract (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; 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 five (5) years and six (6) months.
FAR 52.212-4, Contract Terms and Conditions-Commercial Items
- FAR 52.202-1, Definitions
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation 2013-O0019);
(the following clauses are cited):
- FAR 52.203-6 (Alt 1), Restrictions on Subcontractor Sales to the Government
- FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
- FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment
- FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
- FAR 52.219-8, Utilization of Small Business Concerns
- FAR 52.219-28, Post-Award Small Business Program Rerepresentation.
- FAR 52.222-3, Convict Labor
- FAR 52.222-21, Prohibition of Segregated Facilities
- FAR 52.222-26, Equal Opportunity
- FAR 52.222-35, Equal Opportunity for Veterans
- FAR 52.222-36, Equal Opportunity for Workers with Disabilities
- FAR 52.222-37, Employment Reports on Veterans
- FAR 52.222-41, Service Contract Labor Standards
- FAR 52.222-42, Statement of Equivalent Rates for Federal Hires
- FAR 52.222-50, Combating Trafficking in Persons
- FAR 52.222-55, Minimum Wages Under Executive Order 13658
- FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
- FAR 52.225-13, Restrictions on Certain Foreign Purchases
- FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations and Certifications
- FAR 52.232-33, Payment by Electronic Funds Transfer-System for Awards Management
- FAR 52.233-3, Protest After Award
- FAR 52.233-4, Applicable Law for Breach of Contract Claim
FAR 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts
FAR 52.223-5, Pollution Prevention and Right-to-Know Information
FAR 52.223-17, Affirmative Procurement of EPA - designate Items in Service and Construction Contracts
FAR 52.229-3, Federal, State, and Local Taxes.
FAR 52.232-1, Payments
FAR 52.232-8, Discounts for Prompt Payment
FAR 52.232-11, Extras
FAR 52.232-17, Interest
FAR 52.232-23, Assignment of Claims
FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-1, Disputes
FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation
FAR 52.242-13, Bankruptcy
FAR 52.242-17, Government Delay of Work
FAR 52.243-1 (Alt 1), Changes--Fixed Price
FAR 52.246-4, Inspection of Services--Fixed Price
FAR 52.246-15, Certificate of Conformance
FAR 52.246-16, Responsibility for Supplies
FAR 52.247-14, Contractor Responsibility for Receipt of Shipment
Contractor Responsibility for Receipt of Shipment (Apr 1984)
The Contractor shall diligently count and examine all goods tendered for shipment, receipt for them, and make appropriate written exception for any goods not in apparent good order.
FAR 52.247-15, Contractor Responsibility for Loading and Unloading
Contractor Responsibility for Loading and Unloading (Apr 1984)
(a)
(1) Unless otherwise specified in this contract to cover store-door or inside delivery, the Contractor shall load and unload shipments at no additional expense to the Government.
(2) The Government or its agent will place or receive freight at the tailgate of the Contractor's vehicle. Tailgate delivery, for purposes of this contract, is defined as that which enables a forklift truck or similar equipment, with operator only, to place or remove cargo from the tailgate of the Contractor's vehicle.
(b) If loading is the responsibility of the Contractor, the Contractor shall perform all shoring, blocking, and bracing. The Contractor shall provide dunnage at the Contractor's expense.
FAR 52.247-27, Contract Not Affected by Oral Agreement
FAR 52.252-2, Clauses Incorporated by Reference
Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil/
FAR 52.252-4, Alterations in Contract
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 252.204-7003, Control of Government Personnel Work Product
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials
DFARS 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.237-7012, Instruction to Offerors (Count-of-Articles)
DFARS 252.237-7013, Instruction to Offerors (Bulk Weight)
DFARS 252.237-7014, Loss or Damage (Count-of-Articles)
DFARS 252.237-7015, Loss or Damage (Weight of Articles)
DFARS 252.237-7016, Delivery Tickets
DFARS 252.237-7017, Individual Laundry
DFARS 252.237-7018, Special Definitions of Government Property
DFARS 252.243-7001, Pricing of Contract Modifications
DFARS 252.243-7002, Requests for Equitable Adjustment
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.247-7023, Transportation of Supplies by Sea
AFFARS 5352.201-9101, OMBUDSMAN
OMBUDSMAN (JUN 2016)
(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 interested 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 ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/AFRCO/SMC ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, 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 20330-1060, 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 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS)
ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (NOV 2012)
(a) Contractors shall not:
(1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or
(2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order.
(b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs:
(1) Halons: 1011, 1202, 1211, 1301, and 2402;
(2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and
(3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide.
AFFARS 5352.223-9001, Health and Safety on Government Installations
HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (NOV 2012)
(a) In performing work under this contract on a Government installation, the contractor shall:
(1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and
(2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes.
(b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract.
(c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract.
AFFARS 5352.242-9000, Contractor Access to Air Force Installations
CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012)
(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.
(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass.
(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.
(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management] citing the appropriate paragraphs as applicable.
(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.
(f) Failure to comply with these requirements may result in withholding of final payment.
AFFARS 5352.242-9001, Common Access Cards (CAC) for Contractor Personnel
COMMON ACCESS CARDS (CAC) FOR CONTRACTOR PERSONNEL (NOV 2012)
(a) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following criteria:
(1) Require logical access to Department of Defense computer networks and systems in either:
(i) the unclassified environment; or
(ii) the classified environment where authorized by governing security directives.
(2) Perform work, which requires the use of a CAC for installation entry control or physical access to facilities and buildings.
(b) Contractors and their personnel shall use the following procedures to obtain CACs:
(1) Contractors shall provide a listing of personnel who require a CAC to the contracting officer. The government will provide the contractor instruction on how to complete the Contractor Verification System (CVS) application and then notify the contractor when approved.
(2) Contractor personnel shall obtain a CAC from the nearest Real Time Automated Personnel Identification Documentation System (RAPIDS) Issuing Facility (typically the local Military Personnel Flight (MPF)).
(c) While visiting or performing work on installation(s)/location(s), contractor personnel shall wear or prominently display the CAC as required by the governing local policy.
(d) During the performance period of the contract, the contractor shall:
(1) Within 7 working days of any changes to the listing of the contract personnel authorized a CAC, provide an updated listing to the contracting officer who will provide the updated listing to the authorizing government official;
(2) Return CACs in accordance with local policy/directives within 7 working days of a change in status for contractor personnel who no longer require logical or physical access;
(3) Return CACs in accordance with local policy/directives within 7 working days following a CACs expiration date; and
(4) Report lost or stolen CACs in accordance with local policy/directives.
(e) Within 7 working days following completion/termination of the contract, the contractor shall return all CACs issued to their personnel to the issuing office or the location specified by local policy/directives.
(f) Failure to comply with these requirements may result in withholding of final payment.

Dyess, Texas 79607 United StatesLocation

Address: Dyess, Texas 79607 United States

Country : United States

You may also like

DRY CLEANING/LAUNDRY SERVICE

Due: 30 Sep, 2025 (in 17 months)Agency: UNITED STATES MINT

LAUNDRY AND DRY CLEANING SERVICES

Due: 28 Feb, 2026 (in 22 months)Agency: INDIAN HEALTH SERVICE

LAUNDRY AND DRY-CLEANING SERVICES

Due: 31 Dec, 2024 (in 8 months)Agency: INDIAN HEALTH SERVICE

Please Sign In to see more like these.

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

Classification

812 -- Personal and Laundry Services/812320 -- Drycleaning and Laundry Services (except Coin-Operated)