S--Fleet Readiness Center SouthWest (FRCSW) Government Owned Coveralls Laundry Services

expired opportunity(Expired)
From: Federal Government(Federal)
N0024419Q0013

Basic Details

started - 29 Oct, 2018 (about 5 years ago)

Start Date

29 Oct, 2018 (about 5 years ago)
due - 05 Nov, 2018 (about 5 years ago)

Due Date

05 Nov, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
N0024419Q0013

Identifier

N0024419Q0013
Department of the Navy

Customer / Agency

DEPT OF DEFENSE (710881)DEPT OF THE NAVY (157266)NAVSUP (79291)NAVSUP GLOBAL LOGISTICS SUPPORT (14362)NAVSUP FLC SAN DIEGO (1810)NAVSUP FLT LOG CTR SAN DIEGO (1792)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
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.

Added:Oct 29, 2018 1:25 pm This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/).This solicitation is issued as a Request for Quotation (RFQ) and the RFQ number is N00244-19-Q-0013. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-100 and DFARS Change Notice 20181001.It is the contractorâ€TMs responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses:
href="http://www.acqnet.gov/far" target="_blank">www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm.This is 100% small business set-aside procurement in accordance with FAR 52.219-6. The NAICS Code is 812320 and the Small Business Standard is 5.5 Mil.The Fleet Logistics Center, San Diego (FLCSD), Contracts Department requests responses from qualified sources capable of providing laundry services (pick-up, laundry, and drop-off) of Gore-Tex JP-5, White 100% Cotton, Flame Resistant (FR) Aircraft Ground Operation Red and Arch-Flash Flame Resistant (FR) Blue Handlerâ€TMs Coveralls per the CLINs listed in the SOW (Attachment 1).CLINS 0001-0006 are Base Year CLINâ€TMs. The Government requests that pricing be provided for the two option years.Option Year 1: 1001-1006Option Year 2: 2001-2006Refer to the Statement of Work (SOW) which is Attachment #1Periods of Performance:11/13/2018 – 11/12/2019 (Base Year –)11/13/2019 – 11/12/2020 (Option Year 1)11/13/2020 – 11/12/2021 (Option Year 2)FOB is Destination IAW FAR 52.247-34The following FAR provisions and clauses are applicable to this procurement:FAR 52.212-1 INSTRUCTIONS TO QUOTERS—COMMERICAL ITEMS (JUN 2008)Contractors shall prepare a quote as set forth in Attachment #2 “Instructions to Quoters and the Data Submission Requirements section of this solicitation.” FAR 52.212-2 Evaluation-Commercial items is applicable to this procurement.Please refer to Attachment #3 for more detail related to this procurementâ€TMs evaluation criteria.52.204-7 System for Award Management.Registered in SAM prior to award or performance; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items;52.212-4, Contract Terms and Conditions - Commercial Items;52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION 2013-O0019) with the following clauses applicable to paragraph (b): 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards;52.219-28 Post-Award Small Business Program;52.222-3 Convict Labor;52.222-21 Prohibition of Segregated Facilities;52.222-22 Previous Contracts and Compliance Reports;52.222-26 Equal Opportunity;52.222-36 Affirmative Action for Workers with Disabilities;52.222-50 Combating Trafficking Persons;52.223-18 Contractor Policy to Ban Text Messaging While Driving;52.225-13 Restriction on Certain Foreign Purchases;52.232-18 Availability of Funds;52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration;52.222-41 Service Contract Labor Standards;52.222-43 Fair Labor Standards Act and Service Contract Labor Standards;52.222-55 Minimum Wages Under Executive Order 1365852.217-5 Evaluation of Options; 52.233-3 Protest after Award.52.237-2 Protection of Government Buildings, Equipment and Vegetation 52.247-34 F.O.B. Destination;Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order.Additional contract terms and conditions applicable to this procurement are:DFARS 252.232-7006 Wide Area WorkFlow Payment InstructionsContract Terms and Conditions Required to Implement Statues;252.203-7000 Requirements Relating to Compensation of Former DOD Officials;252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting;252.209-7999 Representation by corporations regarding an unpaid delinquent tax liability or a felony conviction under any Federal law,252.225-7036 Buy American Act and Balance of Payments Program;252.225-7002 Qualifying Country Sources as Subcontractors;252.225-7012 Preference for Certain Domestic Commodities;252.225-7021Trade Agreements;252.232-7010 Levies on Contract Payments;252.237-7012 Instruction to Offerors (Count-of-Articles);252.237-7014 Loss or Damage (Count-of-Articles);252.237-7016 Delivery Tickets;252.243-7001 Pricing of Contract Modifications;252.243-7002 Requests for Equitable Adjustment; Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea;252.247-7024, Notification of Transportation of Supplies by Sea.52.217-9 Option to Extend Services(a) The Government may extend the term of this contract by written notice to the Contractor provided that the Government gives the Contractor a preliminary written notice one day prior of its intent prior to contract expiration. 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 36 months. (End of Clause)REVIEW OF AGENCY PROTESTSThe contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d).Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority.The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 3985 Cummings Road, San Diego, CA 92136-4200.Agency procurement protests should clearly identify the initial adjudicating official, i.e., the contracting officer or reviewing official.Offerors should note this review of the Contracting Officers decision will not extend GAOs timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action.UNIT PRICES (OCT 2001)Contractor unit prices, when incorporated into a Government contract, may be releasable under the Freedom of Information Act (FOIA) in the event NAVSUP FLCSD receives a FOIA request.ALL OF THE FOLLOWING PROVISIONS AND CLAUSES LISTED ABOVE ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT.THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS:https://acquisition.gov/far/index.html and www.acq.osd.mil/dpap/dars/dfarspgi/current/It is the responsibility of the interested contractors to obtain copies of the necessary provisions and clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render a quote not to be accepted by the Government.QUOTATION SUBMISSION TIMEFRAME:This announcement will close at 3:00pm PST, 05 November 2018. Submit offers (quotes) via NECO or e-mail to: larry.christia@navy.mil, 619-556-7047 Do not send via U.S.Mail.System for Award Management (SAM). Contractor must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.DATA SUBMISSION REQUIREMENTS:Contractors shall provide the following to support their quotation:(1) Technical narrative and other applicable related literature not to exceed (4) pages (in accordance with FAR 52.212-1-(b)(4); (1) copy(2) Pricing Data: Base year and option pricing. Spreadsheet format acceptable that clearly outlines unit pricing, total pricing. (1) copy.(3) Past Performance Information per 52.212-2. (1) copy.APPLICABLE ATTACHMENTS:1. Statement Of Work (SOW)2. 52.212-1 Instructions to Offerors – Commercial Items (OCT 2015) 3.52.212-2 Evaluation-Commercial Items (OCT 2014) 4. Past Performance Information (PPI) Data SheetEnd.

Fleet Readiness Center SouthWest (FRCSW) Naval Air Station (NAS), North Island, San Diego, CA 92135 USLocation

Place Of Performance : Fleet Readiness Center SouthWest (FRCSW) Naval Air Station (NAS), North Island, San Diego, CA 92135 US

Country : United States

You may also like

CONTINGENCY LAUNDRY SERVICES FOR RICHMOND VA MEDICAL CENTER

Due: 30 Sep, 2024 (in 4 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Classification

812 -- Personal and Laundry Services/812320 -- Drycleaning and Laundry Services (except Coin-Operated)
naicsCode 812320Drycleaning and Laundry Services (except Coin-Operated)
pscCode SUTILITIES AND HOUSEKEEPING