Laundry Service

expired opportunity(Expired)
From: Federal Government(Federal)
N0025920Q0035

Basic Details

started - 13 May, 2020 (about 3 years ago)

Start Date

13 May, 2020 (about 3 years ago)
due - 03 Jun, 2020 (about 3 years ago)

Due Date

03 Jun, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
N0025920Q0035

Identifier

N0025920Q0035
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698500)DEPT OF THE NAVY (154992)NAVSUP (77979)NAVSUP OTHER HCA (5915)BUMED (4108)NAVY MEDICINE WEST (2300)NAVAL MEDICAL CENTER SAN DIEGO CA (918)

Attachments (1)

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.

NOTICE TO CONTRACTORThis 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 and a written solicitation will not be issued.  The solicitation number is N0025920Q0035.  It is issued as a Request for Quotation (RFQ).  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06.  The North American Industry Classification System (NAICS) Code for this acquisition is 812331.  The size standard is $35.0 (millions of dollars).  It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. Naval Branch Dental Clinic, Monterey requests responses from qualified sources capable of providing the following: ITEM DESCRIPTION ITEMS PER WEEK FINISH CODESurgery Towel35 eachWDF, T,
WPScrub Top (S-XL)90 eachWDF, S, T,WPScrub Bottom (S-XL)90 eachWDF, S, T,WPScrub Jackets30 eachWDF, S, T,WPLaundry Bag3  eachWDFLaundry Service for the above.  See attached Performance Work Statement for additional information.Period of performance: 15-Aug-2020 through 14-Aug-2021 with four (4) option yearLOCATION: Naval Branch Dental Clinic Monterey.CLIN 0001: BASE YEAR- Laundry service                                                            Quantity                                             Unit of   Issue:     WeeklySurgery Towel:                          35                                                                   Scrub Top (S-XL):                           90Scrub Bottom (S-XL)                       90Scrub Jackets                                    30Laundry Bag                                      3Price:Period of Performance: 15-Aug-2020 through 14-Aug-2021CLIN 1001: OPTION YEAR 1- Laundry service                                                            Quantity                                             Unit of   Issue:     WeeklySurgery Towel:                          35                                                                   Scrub Top (S-XL):                           90Scrub Bottom (S-XL)                       90Scrub Jackets                                    30Laundry Bag                                      3Price:Period of Performance: 15-Aug-2021 through 14-Aug-2022CLIN 2001: OPTION YEAR 2- Laundry service                                                            Quantity                                             Unit of   Issue:     WeeklySurgery Towel:                          35                                                                   Scrub Top (S-XL):                           90Scrub Bottom (S-XL)                       90Scrub Jackets                                    30Laundry Bag                                      3Price:Period of Performance: 15-Aug-2022 through 14-Aug-2023CLIN 3001: OPTION YEAR 3- Laundry service                                                            Quantity                                             Unit of   Issue:     WeeklySurgery Towel:                          35                                                                   Scrub Top (S-XL):                           90Scrub Bottom (S-XL)                       90Scrub Jackets                                    30Laundry Bag                                      3Price:Period of Performance: 15-Aug-2023 through 14-Aug-2024CLIN 4001: OPTION YEAR 4- Laundry service                                                            Quantity                                             Unit of   Issue:     WeeklySurgery Towel:                          35                                                                   Scrub Top (S-XL):                           90Scrub Bottom (S-XL)                       90Scrub Jackets                                    30Laundry Bag                                      3Price:Period of Performance: 15-Aug-2024 through 14-Aug-2025Delivery/Acceptance location is Naval Branch Dental Clinic, Monterey CA Hermann Hall, BLDG 220A (Hotel Del Monte) loading dock. FBO Destination: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.  Naval Medical Center San Diego (NMCSD) requests responses from qualified sources capable of providing the following items that must meet the salient characteristics described below:DEFENSE BIOMETRIC IDENTIFICATION SYSTEM (DBIDS)(a) In accordance with CNICMEMO dated May 5, 2017, individuals currently using an NCACS credential for Installation access are required to switch to a DBIDS no later than 14 August 2017.  After 14 August 2017, the NCACS credential will no longer be valid for access to Navy Installations.(b) NCACS users may visit the local Navy Installation Visitor Control Center to obtain a DBIDS credential.  To ensure uninterrupted Installation access, current NCACS credential holders are encouraged to shift to the DBIDS credential as soon as possible as Navy does not have the ability to extend this deadline.  There are no fees incurred by the contractor, vendor, or supplier to obtain a DBIDS credential.(c) Individuals who apply for NCACS credentials during the period of 17 April through 31 May 2017 must also obtain DBIDS credentials.  NCACS credentials issued after 17 April 2017 will no longer be accepted without an accompanying DBIDS credential for Navy Installation access.(d) DBIDS guidance for Vendors/Contractors to obtain a pass is accessible through the following website:https://www.cnic.navy.mil/om/dbids.htmlFor more information or to enroll in the DBIDS Program call:  1.202.433.4784.For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653For Marine Corp Air Command Combat Center 29 Palms, Security Pass and Decal Office, call: 1.760.830.7700For Naval Air Station Lemoore, Security Pass and Decal, call: 1-559- 998-4786(e) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP.This acquisition incorporates by reference the following FAR provisions and clauses: 52.204-7 – System for Award Management (Oct 2018)52.204-13 - System for Award Management Maintenance (Oct 2018)52.204-16 Commercial and Government Entity Code Reporting (Jul 2016)52.204-18 Commercial and Government Entity Code Reporting (Jul 2016)52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or                       Equipment (Aug 2019)52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Dec 2019)Contractors are reminded to either include a completed copy of 52.212-3 and its ALT I with offers, or alternatively, the provision can also be submitted at https://www.sam.gov. 52.212-4 – Contract Terms and Conditions -- Commercial Items (Oct 2018)52.217-5 – Evaluation of Options (Jul 1990)52.232-40 – Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011)252.204-7004 – Antiterrorism Awareness Training for Contractors252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2019)252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016)252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013)252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)252.232-7006 Wide Area WorkFlow Payment Instructions (DEC 2018)252.232-7010 Levies on Contract Payments (DEC 2006)252.244-7000 Subcontracts for Commercial Items (JUN 2013)252.247-7023 Transportation of Supplies by Sea—Basic (FEB 2019)The following clauses incorporated by full text apply to the solicitation:The provision at FAR 52.212-1 applies to this acquisition.Addendum to FAR 52.212-1: FAR 52.212-1 is replaced in its entirety by this addendum:INSTRUCTIONS TO QUOTERS-COMMERCIAL ITEMS (Oct 2018)(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 quote in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees.(b) Submission of quotes. Submit signed and dated quotes to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotes may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotes must show—(1) The solicitation number;(2) The time specified in the solicitation for receipt of quotes;(3) The name, address, and telephone number of the quoter;(4) A technical description of the items being quoted 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 quoter 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 quote 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. Quotes 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 quotes. The quoter agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes, 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 quotes. 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 quotes. Quoters are encouraged to submit multiple quotes 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 quote submitted will be evaluated separately.(f) Late submissions, modifications, revisions, and withdrawals of quotes. (1) Quoters are responsible for submitting quotes, 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 quotes or revisions are due.(2) (i) Any quote, modification, revision, or withdrawal of an quote received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late quote 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 quotes; or(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of quotes and was under the Government’s control prior to the time set for receipt of quotes; or(C) If this solicitation is a request for proposals, it was the only proposal received.52.2-60(ii) However, a late modification of an otherwise successful quote, that makes its terms more favorable to theGovernment, 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 quote 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 quotes cannot be received at the Government office designated for receipt of quotes 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 quotes 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) Quotes may be withdrawn by written notice received at any time before the exact time set for receipt of quotes.Oral quotes in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile quotes, quotes may be withdrawn via facsimile received at any time before the exact time set for receipt of quotes, subject to the conditions specified in the solicitation concerning facsimile quotes. An quote may be withdrawn in person by an quoter or its authorized representative if, before the exact time set for receipt of quotes, the identity of the person requesting withdrawal is established and the person signs a receipt for the quote.(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate quotes and award a contract without discussions with quoters. Therefore, the quoter’s initial quote should contain the quoter’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 quotes if such action is in the public interest; accept other than the lowest quote; and waive informalities and minor irregularities in quotes received.(h) Multiple awards. The Government may accept any item or group of items of an quote, unless the quoter qualifies the quote by specific limitations. Unless otherwise provided in the Schedule, quotes 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 quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quote.(i) Availability of requirements documents cited in the solicitation.(1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part101-29, 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 SectionSuite 8100 470 East L’Enfant Plaza, SWWashington, DC 20407Telephone (202) 619-8925Facsimile (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) 697-2667/2179, 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 quotes exceeding $3,500, and quotes of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Quoter shall enter, in the block with its name and address on the cover page of its quote, the annotation “Unique Entity Identifier” followed by the unique entity identifier that identifies the Quoter's name and address. The Quoter 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 Quoter to establish additional SAM records for identifying alternative EFT accounts (see subpart32.11) for the same entity. If the Quoter 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 Quoter should indicate that it is a quoter for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier.(k) [Reserved](l) Debriefing. If a post-award debriefing is given to requesting quoters, the Government shall disclose the following information, if applicable:(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed quoter’s quote.(2) The overall evaluated cost or price and technical rating of the successful and the debriefed quoter and past performance information on the debriefed quoter.(3) The overall ranking of all quoters, when any ranking was developed by the agency during source selection.(4) A summary of the rationale for award;(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful quoter.(6) Reasonable responses to relevant questions posed by the debriefed quoter as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.(End of provision)52.212-2 -- Evaluation -- Commercial Items (Oct 2014)(a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical Capability, Past Performance, and Price.FACTOR 1: Technical Capability; defined as the ability of the products to meet the salient characteristics needed.FACTOR 2: Past Performance; provide two (2) references with the point of contact name, telephone number, address, and contract number, for which you have provided the same or similar services within the last 3 years. Past performance will be evaluated based on references and information from authorized government past performance systems and resources.FACTOR 3: Price; the government shall conduct a price evaluation of all technically acceptable quotes with acceptable or neutral past performance.52.212-5     CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAR 2020)(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019) (Section 889(a)(1)(A) of Pub. L. 115-232).(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).(5) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).(6) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) ___   (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).____  (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)XX (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note).___  (5) [Reserved]___  (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).  ___  (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).XX (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) (41 U.S.C. 2313).____ (10) [Reserved]____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (MAR 2020) (15 U.S.C. 657a).____  (ii) Alternate I (MAR 2020) of 52.219-3.XX (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (MAR 2020) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).   ____ (ii) Alternate I (MAR 2020) of 52.219-4.____ (13) [Reserved]____ (14)(i)  52.219-6, Notice of Total Small Business Set-Aside (MAR 2020) (15 U.S.C. 644).____ (ii) Alternate I (MAR 2020).____ (15)(i)  52.219-7, Notice of Partial Small Business Set-Aside (MAR 2020) (15 U.S.C. 644).____ (ii) Alternate I (MAR 2020) of 52.219-7.____ (16) 52.219-8, Utilization of Small Business Concerns (OCT 2018) (15 U.S.C. 637(d)(2) and (3)).____ (17)(i)  52.219-9, Small Business Subcontracting Plan (MAR 2020) (15 U.S.C. 637(d)(4)).____ (ii) Alternate I (NOV 2016) of 52.219-9.____ (iii) Alternate II (NOV 2016) of 52.219-9.____ (iv) Alternate III (MAR 2020) of 52.219-9.____ (v) Alternate IV (AUG 2018) of 52.219-9.____ (18) 52.219-13, Notice of Set-Aside of Orders (MAR 2020) (15 U.S.C. 644(r)).____ (19) 52.219-14, Limitations on Subcontracting (MAR 2020) (15 U.S.C. 637(a)(14)).____ (20) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (MAR 2020) (15 U.S.C. 657f).XX (22) (i) 52.219-28, Post Award Small Business Program Representation (MAR 2020) (15 U.S.C. 632(a)(2)).____  (ii) Alternate I (MAR 2020) of 52.219-28.____ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (MAR 2020) (15 U.S.C. 637(m)).   ____ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (MAR 2020) (15 U.S.C. 637(m)).____ (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020) (15 U.S.C. 644(r)).  ____ (26) 52.219-33, Nonmanufacturer Rule (MAR 2020) (15 U.S.C. 637(a)(17)).XX (27) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755).XX (28) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126).XX (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015).XX (30)(i) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246).____ (ii) Alternate I (FEB 1999) of 52.222-26.   ____ (31)(i) 52.222-35, Equal Opportunity for Veterans (OCT 2015)(38 U.S.C. 4212).   ____ (ii) Alternate I (JUL 2014) of 52.222-35.   XX (32)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).   ____ (ii) Alternate I (JUL 2014) of 52.222-36.____ (33) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).____ (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496).XX (35)(i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627).____ (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).____ (36) 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)____ (37)(i)  52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (MAY 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)____ (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)____ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693).____ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693).____ (40) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514).____  (ii) Alternate I (OCT 2015) of 52.223-13.____ (41)(i) 52.223-14, Acquisition of EPEAT® Registered Televisions (JUN 2014) (E.O.s 13423 and 13514).____   (ii) Alternate I (JUN 2014) of 52.223-14.____ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b).____ (43)(i)  52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514).____ (ii) Alternate I (JUN 2014) of 52.223-16.XX (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513).____ (45) 52.223-20, Aerosols (JUN 2016) (E.O. 13693).____ (46) 52.223-21, Foams (JUN 2016) (E.O. 13693).____ (47)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).____ (ii) Alternate I (JAN 2017) of 52.224-3.____ (48) 52.225-1, Buy American--Supplies (MAY 2014) (41 U.S.C. chapter 83).____ (49) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.____ (ii) Alternate I (MAY 2014) of 52.225-3.____ (iii) Alternate II (MAY 2014) of 52.225-3.____ (iv) Alternate III (MAY 2014) of 52.225-3.____ (50) 52.225-5, Trade Agreements (OCT 2019) 19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).XX (51) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).____ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).____ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (NOV 2007) (42 U.S.C. 5150____ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV 2007) (42 U.S.C. 5150).____ (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).____ (56) 52.232-30, Installment Payments for Commercial Items (JAN 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).XX (57) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (OCT 2018) (31 U.S.C. 3332).____ (58) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (JUL 2013) (31 U.S.C. 3332).____ (59) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332).____  (60) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a).____  (61)  52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(13)).____ (62)(i)  52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).   ____ (ii) Alternate I (APR 2003) of 52.247-64.   ____ (iii) Alternate II (FEB 2006) of 52.247-64.(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)_____ (1) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495)._____ (2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67)._____ (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)._____ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67)._____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67)._____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67)._____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. chapter 67)._____(8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (E.O. 13658)._____ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).              _____ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792).(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation.(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause—(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).(iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019) (Section 889(a)(1)(A) of Pub. L. 115-232).(v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontractsto small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.(vi) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.(vii)  52.222-21, Prohibition of Segregated Facilities (Apr 2015).(viii) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).(ix) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).(x) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).(xi) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).(xii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.(xiii) 52.222-41, Service Contract Labor Standards (Aug 2018), (41 U.S.C. chapter 67).(xiv) _____ (A) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627)._____ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).(xv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)(xvi) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)(xvii) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989).(xviii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).   (xix) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).(xx) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).(B) Alternate I (Jan 2017) of 52.224-3.(xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).(xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.(xxiii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.(End of clause)52.217-9                  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 5 years.(End of Clause)The Government will only consider firm fixed price (FFP) quotations.All questions regarding the RFQ, of a contractual or technical nature, must be submitted electronically by email to isaac.a.donwillies.civ@mail.mil no later than 5/27/2020, 1600 PST. Questions with the Government’s responses will be posted as an attachment to the RFQ. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective Quoters.Electronic submission of Quotes:  Quotations shall be submitted electronically by email to isaac.a.donwillies.civ@mail.mil.  Quotations must be received no later than 1600 PST on 06/03/2020, Email submissions are limited to 2MB.  The submitter should confirm receipt of email submissions.All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms.  Each response must clearly indicate the capability of the Quoter to meet all specifications and requirements.******* End of Combined Synopsis/Solicitation ********

Monterey ,
 CA   USALocation

Place Of Performance : N/A

Country : United States

You may also like

MEDICAL LINEN SERVICE

Due: 31 Mar, 2024 (in 2 days)Agency: DEPT OF DEFENSE

DRY CLEANING/LAUNDRY SERVICE

Due: 30 Sep, 2025 (in 18 months)Agency: UNITED STATES MINT

C-101224 RFP 3-23 Shower, Restroom and Laundry Units Rebid

Due: 22 Jun, 2025 (in 15 months)Agency: City of Vancouver

Please Sign In to see more like these.

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

Classification

naicsCode 812331Linen Supply
pscCode S209Laundry and DryCleaning Services