Medical Linen Services
This is a combined synopsis and solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional inf... This is a combined synopsis and solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) 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. AVAILABILITY OF FUNDS FAR 52.232-18 --AVAILABILITY OF FUNDS (APR 1984) The Government intends to award for this service, HOWEVER FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS CONTRACT. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The solicitation number for this procurement is FA483019QS018 and it is issued as a Request for Quotation (RFQ). All References to "offer" or "offeror" in the clauses and provisions incorporated in this RFQ (Attachment 1) are deemed to have the meaning of "quotation" and "quoter" respectively. Any quotation received in response to this RFQ is not binding until the contractor either signs the purchase order issued at time of award, or starts performance. This RFQ and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2019-05, Defense Acquisition Circular (DAC) 91-13 (Correction) and Air Force Acquisition Circular (AFAC) 2018-0525. IAW FAR 52.219-1 the North American Industry Classification System (NAICS) is 812331. The small business size standard is $35 million. The Government intends to award a single contract from this solicitation. This acquisition will be full and open competition IAW FAR 6.101. Note: FAR 52.222-17 Nondisplacement of Qualified Workers applies to this acquisition. Quoters may contact the primary or additional points of contacts listed for this acquisition for contract information of current employees. Quoters will have access to employee information of only those employees who have consented to release this information. Description: The purpose of this RFQ is to acquire Medical Linen Services located at Moody AFB IAW with Attachment 2, Performance Work Statement (PWS). FOB Point: Destination (Moody AFB, GA.) Period of Performance: Base Year: 1 October 2019 through 30 September 2020 Option Year 1: 1 October 2020 through 30 September 2021 Option Year 2: 1 October 2021 through 30 September 2022 Option Year 3: 1 October 2022 through 30 September 2023 Option Year 4: 1 October 2023 through 30 September 2024 All quoters must be System for Award Management (SAM) registered and the online representations and certifications in SAM must be completed. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. Quoters that reject the terms and conditions of the solicitation may be excluded from consideration. The listed FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses in Attachment 1 apply to this RFQ and will be incorporated into the resulting contract. All provisions and clauses may be viewed in full text via the internet at http://farsite.hill.af.mil/. Response Time: Quotations will be accepted electronically via email no later than 2:00 P.M. EST on Friday, 30 August 2019. All quotations shall be marked with the RFQ number and title. Email quotations shall be sent to both the primary and alternate points of contact identified below. The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. Quotations shall contain the following information: RFQ Number; Time Specified for Receipt of Quotations; Name, Address, and Telephone Number of Quoter; Name and Email address of Representative authorized to discuss quote; Any Discount Terms; and Acknowledgement of all Solicitation Amendments (if applicable). Quotations shall also include the following required documentation: 1. Price: Quoted prices must be submitted using the Pricing Schedule at Attachment 3. Quoters shall insert unit prices in the attached pricing schedule, rounded to the nearest cent (for example tiny_mce_marker.02 not tiny_mce_marker.0231). Quoters rejecting the terms and conditions may be excluded from consideration. Note: Department of Labor (DOL) Wage Determination 2015-4493 Rev. 10, dated 16 July 2019, at Attachment 4, applies. 2. Technical Capability: The contractor must submit the required proof of Healthcare Laundry Accreditation Council (HLAC) or Textile Rental Services Association (TRSA) certification/accreditation documents as stated within the Performance Work Statement, paragraph 1.3.1.2. Linen Services Qualifications in order to demonstrate a clear and capable ability to perform the work for this requirement. These documents must be submitted with the contractor's quote. Evaluation: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract to the quoter whose quotation is judged to represent the best value to the Government based on Price and Technical Capability. Price: Evaluation of price will consider the total of the annual prices for all contract years (base plus all options, including a possible six-month extension), with each year's price evaluated as the sum of the prices of all contract line items (CLINs) for that year. Each CLIN price will be evaluated as the quantity multiplied by the unit price, rounded to the nearest cent. A potential six-month extension IAW the clause FAR 52.217-8 will be evaluated at the pricing of the final option year divided by two. In the event of an extension under this clause, it will be exercised at the prices of the prior contract year. Technical: Evaluation of technical capability will look at the contractor's submitted documentation for HLAC or TRSA certification/accreditation to determine if the contractor is has a clear and capable ability to perform the work IAW the PWS. Past Performance: Evaluation of past performance for determination of contractor responsibility will consider past performance information obtained from any suitable source, such as Air Force automated past performance data bases (i.e. CPARS, PPIRS), direct local business experience with the quoter, or similar. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Other Executive Orders--Commercial Items applies to this acquisition. Attachment 5, Standard Form LLL, shall be completed and submitted with quotation. IAW with Attachment 6, Contractor Financial Information, contractor financial information specified in the attachment shall also be provided with quotation. Site Visit: There is no site visit planned for this requirement. Questions and Answers: Should you have any questions about this requirement, please submit them no later than 26 August 2019, 2:00 PM EST. All questions must be submitted via email. Answers to all questions will be posted to FBO following the close of the Question and Answer period. Primary Point of Contact: Shaunta Johnson, Email: shaunta.johnson@us.af.mil, Phone: 229-257-5588 Alternate Point of Contact: Gerard Entwisle, Email: gerard.entwisle.1@us.af.mil, Phone: 229-257-2509 Alternate Point of Contact: Organization Box, Email: 23CONS.LGCB@us.af.mil ATTACHMENTS: Attachment 1 - Provisions and Clauses Attachment 2 - Performance Work Statement Attachment 3 - Pricing Schedule Attachment 4 - Wage Determination 2015-4493 Rev 10 Attachment 5 - Standard Form LLL Attachment 6 - Contractor Financial Information
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »