Linens Service at Navy Medicine Readiness and Training Unit Fallon, Nevada
NOTICE TO CONTRACTOR This 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 TO CONTRACTOR This 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 N0025921Q0030. 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 2021-05. 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. Navy Medicine Readiness and Training Unit Fallon onboard Naval Air Station (NAS) Fallon requests responses from qualified sources capable of providing linens supply and services that must meet the salient characteristics described below: 1. Provide an inventory of linens (see Section 4: Linen Requirements) to the clinic, 2. On a weekly basis, pick up and launder dirty laundry, sort and deliver the clean linen (see Section 5: Laundry Requirements), 3. Replace any worn, stained, or torn items within the specified clinic inventory for linens at the contractor’s expense, 4. Provide laundry bags in which to store dirty linen awaiting pickup 5. Ensure that delivery personnel abide by any/all NAS Fallon base and NMRTUF guidelines for personnel, to include, but not be limited to, Base entry guidelines, appropriate Base/Clinic COVID-19 and Infectious Disease Protocols, etc. See attached Statement of Work for additional information See attached Wage Determination: Service Contract Act WD # 1977-1297. Period of performance: 30-May-2021 through 29-May-2022 with four (4) option years. LOCATION: Navy Medicine Readiness and Training Unit Fallon 4755 Pasture Road BLDG 299 Fallon, NV 89406 Items required: CLIN 0001: BASE YEAR- Linen service Quantity: Unit of Issue: AAMI Level 2 Isolation Gowns: 52 Weekly Small Gowns – 26 units (14 units on first delivery, 12 units on subsequent weekly deliveries) Medium Gowns – 52 units (28 units on first delivery, 24 units on subsequent deliveries) Large Gowns – 13 units (7 gowns on first delivery, 6 gowns on subsequent deliveries) 3X-Large Gowns – 13 units (7 gowns on first delivery, 6 gowns on subsequent deliveries In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2021 through 29-May-2022 Unit Price: ____________ Total CLIN Price: ____________ CLIN 0002: BASE YEAR- Linen service Quantity: Unit of Issue: Landau Scrub Tops: 52 Weekly Small Tops– 44 units (24 units on first week delivery, 20 units on subsequent weekly deliveries) Medium Tops – 33 units (18 units on first week delivery, 15 units on subsequent weekly deliveries) Large Tops - 33 units (18 units on first week delivery, 15 units on subsequent weekly deliveries) 3X-Large Tops – 22 Units (12 units on first week delivery, 10 units on subsequent weekly deliveries) In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2021 through 29-May-2022 Unit Price: ____________ Total CLIN Price: ____________ CLIN 0003: BASE YEAR- Linen service Quantity: Unit of Issue: Landau Scrub Bottoms: 52 Weekly Small Bottoms – 22 units (12 units on first delivery, 10 units on subsequent weekly deliveries) Medium Bottoms - 55 units (30 units on first delivery, 25 units on subsequent weekly deliveries) Large Bottoms - 33 units (18 units on first delivery, 15 units on subsequent weekly deliveries) 3X-Large Bottoms - 22 Units (12 units on first delivery, 10 units on subsequent weekly deliveries In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2021 through 29-May-2022 Unit Price: ____________ Total CLIN Price: ____________ CLIN 0004: BASE YEAR- Linen service Quantity: Unit of Issue: Lab Coats: 52 Weekly Small Lab Coats - 8 units (5 units on first delivery, 3 units on subsequent weekly deliveries) Medium Lab Coats - 18 units (11 units on first delivery, 7 units on subsequent weekly deliveries) Large Lab Coats - 6 units (4 units on first week, 2 units on subsequent weekly deliveries) 3X-Large Lab Coats - 4 units (2 units on first week, 2 units on subsequent weekly deliveries In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2021 through 29-May-2022 Unit Price: ____________ Total CLIN Price: ____________ CLIN 0005: BASE YEAR- Linen service Quantity: Unit of Issue: Scrub Warmup Jackets: 52 Weekly Small Warmup Jackets - 8 units (4 units on first delivery, 4 units on subsequent weekly deliveries) Medium Warmup Jackets – 6 units (3 units on first delivery, 3 units on subsequent weekly deliveries) Large Warmup Jackets – 6 units (3 units on first delivery, 3 units on subsequent weekly deliveries) 3X-Large Warmup Jackets – 4 units (2 units on first delivery, 2 units on subsequent weekly deliveries) In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2021 through 29-May-2022 Unit Price: ____________ Total CLIN Price: ____________ CLIN 0006: BASE YEAR- Linen service Quantity: Unit of Issue: Laundry Bags: 52 Weekly 4 units on first delivery, 2 units on subsequent weekly deliveries In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2021 through 29-May-2022 Unit Price: ____________ Total CLIN Price: ____________ CLIN 1001: OPTION YEAR ONE (1) - Linen service Quantity: Unit of Issue: AAMI Level 2 Isolation Gowns: 52 Weekly 35 units per week In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2022 through 29-May-2023 Unit Price: ____________ Total CLIN Price: ____________ CLIN 1002: OPTION YEAR ONE (1) - Linen service Quantity: Unit of Issue: Landau Scrub Tops: 52 Weekly Small Tops– 44 units (24 units on first delivery, 20 units on subsequent weekly deliveries) Medium Tops – 33 units (18 units on first delivery, 15 units on subsequent weekly deliveries) Large Tops - 33 units (18 units on first delivery, 15 units on subsequent weekly deliveries) 3X-Large Tops – 22 Units (12 units on first delivery, 10 units on subsequent weekly deliveries) In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2022 through 29-May-2023 Unit Price: ____________ Total CLIN Price: ____________ CLIN 1003: OPTION YEAR ONE (1) - Linen service Quantity: Unit of Issue: Landau Scrub Bottoms: 52 Weekly Small Bottoms – 22 units (12 units on first delivery, 10 units on subsequent weekly deliveries) Medium Bottoms - 55 units (30 units on first delivery, 25 units on subsequent weekly deliveries) Large Bottoms - 33 units (18 units on first delivery, 15 units on subsequent weekly deliveries) 3X-Large Bottoms - 22 Units (12 units on first delivery, 10 units on subsequent weekly deliveries In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2022 through 29-May-2023 Unit Price: ____________ Total CLIN Price: ____________ CLIN 1004: OPTION YEAR ONE (1) - Linen service Quantity: Unit of Issue: Lab Coats: 52 Weekly Small Lab Coats - 8 units (5 units on first delivery, 3 units on subsequent weekly deliveries) Medium Lab Coats - 18 units (11 units on first delivery, 7 units on subsequent weekly deliveries) Large Lab Coats - 6 units (4 units on first week, 2 units on subsequent weekly deliveries) 3X-Large Lab Coats - 4 units (2 units on first week, 2 units on subsequent weekly deliveries In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2022 through 29-May-2023 Unit Price: ____________ Total CLIN Price: ____________ CLIN 1005: OPTION YEAR ONE (1) - Linen service Quantity: Unit of Issue: Scrub Warmup Jackets: 52 Weekly Small Warmup Jackets - 8 units (4 units on first delivery, 4 units on subsequent weekly deliveries) Medium Warmup Jackets – 6 units (3 units on first delivery, 3 units on subsequent weekly deliveries) Large Warmup Jackets – 6 units (3 units on first delivery, 3 units on subsequent weekly deliveries) 3X-Large Warmup Jackets – 4 units (2 units on first delivery, 2 units on subsequent weekly deliveries) In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2022 through 29-May-2023 Unit Price: ____________ Total CLIN Price: ____________ CLIN 1006: OPTION YEAR ONE (1) - Linen service Quantity: Unit of Issue: Laundry Bags: 52 Weekly 4 units on first delivery, 2 units on subsequent weekly deliveries In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2022 through 29-May-2023 Unit Price: ____________ Total CLIN Price: ____________ CLIN 2001: OPTION YEAR TWO (2) - Linen service Quantity: Unit of Issue: AAMI Level 2 Isolation Gowns: 52 Weekly 35 units per week In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2023 through 29-May-2024 Unit Price: ____________ Total CLIN Price: ____________ CLIN 2002: OPTION YEAR TWO (2) - Linen service Quantity: Unit of Issue: Landau Scrub Tops: 52 Weekly Small Tops– 44 units (24 units on first delivery, 20 units on subsequent weekly deliveries) Medium Tops – 33 units (18 units on first delivery, 15 units on subsequent weekly deliveries) Large Tops - 33 units (18 units on first delivery, 15 units on subsequent weekly deliveries) 3X-Large Tops – 22 Units (12 units on first delivery, 10 units on subsequent weekly deliveries) In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2023 through 29-May-2024 Unit Price: ____________ Total CLIN Price: ____________ CLIN 2003: OPTION YEAR TWO (2) - Linen service Quantity: Unit of Issue: Landau Scrub Bottoms: 52 Weekly Small Bottoms – 22 units (12 units on first delivery, 10 units on subsequent weekly deliveries) Medium Bottoms - 55 units (30 units on first delivery, 25 units on subsequent weekly deliveries) Large Bottoms - 33 units (18 units on first delivery, 15 units on subsequent weekly deliveries) 3X-Large Bottoms - 22 Units (12 units on first delivery, 10 units on subsequent weekly deliveries In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2023 through 29-May-2024 Unit Price: ____________ Total CLIN Price: ____________ CLIN 2004: OPTION YEAR TWO (2) - Linen service Quantity: Unit of Issue: Lab Coats: 52 Weekly Small Lab Coats - 8 units (5 units on first delivery, 3 units on subsequent weekly deliveries) Medium Lab Coats - 18 units (11 units on first delivery, 7 units on subsequent weekly deliveries) Large Lab Coats - 6 units (4 units on first week, 2 units on subsequent weekly deliveries) 3X-Large Lab Coats - 4 units (2 units on first week, 2 units on subsequent weekly deliveries In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2023 through 29-May-2024 Unit Price: ____________ Total CLIN Price: ____________ CLIN 2005: OPTION YEAR TWO (2) - Linen service Quantity: Unit of Issue: Scrub Warmup Jackets: 52 Weekly Small Warmup Jackets - 8 units (4 units on first delivery, 4 units on subsequent weekly deliveries) Medium Warmup Jackets – 6 units (3 units on first delivery, 3 units on subsequent weekly deliveries) Large Warmup Jackets – 6 units (3 units on first delivery, 3 units on subsequent weekly deliveries) 3X-Large Warmup Jackets – 4 units (2 units on first delivery, 2 units on subsequent weekly deliveries) In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2023 through 29-May-2024 Unit Price: ____________ Total CLIN Price: ____________ CLIN 2006: OPTION YEAR TWO (2) - Linen service Quantity: Unit of Issue: Laundry Bags: 52 Weekly 4 units on first delivery, 2 units on subsequent weekly deliveries In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2023 through 29-May-2024 Unit Price: ____________ Total CLIN Price: ____________ CLIN 3001: OPTION YEAR THREE (3) - Linen service Quantity: Unit of Issue: AAMI Level 2 Isolation Gowns: 52 Weekly 35 units per week In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2024 through 29-May-2025 Unit Price: ____________ Total CLIN Price: ____________ CLIN 3002: OPTION YEAR THREE (3) - Linen service Quantity: Unit of Issue: Landau Scrub Tops: 52 Weekly Small Tops– 44 units (24 units on first delivery, 20 units on subsequent weekly deliveries) Medium Tops – 33 units (18 units on first delivery, 15 units on subsequent weekly deliveries) Large Tops - 33 units (18 units on first delivery, 15 units on subsequent weekly deliveries) 3X-Large Tops – 22 Units (12 units on first delivery, 10 units on subsequent weekly deliveries) In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2024 through 29-May-2025 Unit Price: ____________ Total CLIN Price: ____________ CLIN 3003: OPTION YEAR THREE (3) - Linen service Quantity: Unit of Issue: Landau Scrub Bottoms: 52 Weekly Small Bottoms – 22 units (12 units on first delivery, 10 units on subsequent weekly deliveries) Medium Bottoms - 55 units (30 units on first delivery, 25 units on subsequent weekly deliveries) Large Bottoms - 33 units (18 units on first delivery, 15 units on subsequent weekly deliveries) 3X-Large Bottoms - 22 Units (12 units on first delivery, 10 units on subsequent weekly deliveries In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2024 through 29-May-2025 Unit Price: ____________ Total CLIN Price: ____________ CLIN 3004: OPTION YEAR THREE (3) - Linen service Quantity: Unit of Issue: Lab Coats: 52 Weekly Small Lab Coats - 8 units (5 units on first delivery, 3 units on subsequent weekly deliveries) Medium Lab Coats - 18 units (11 units on first delivery, 7 units on subsequent weekly deliveries) Large Lab Coats - 6 units (4 units on first week, 2 units on subsequent weekly deliveries) 3X-Large Lab Coats - 4 units (2 units on first week, 2 units on subsequent weekly deliveries In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2024 through 29-May-2025 Unit Price: ____________ Total CLIN Price: ____________ CLIN 3005: OPTION YEAR THREE (3) - Linen service Quantity: Unit of Issue: Scrub Warmup Jackets: 52 Weekly Small Warmup Jackets - 8 units (4 units on first delivery, 4 units on subsequent weekly deliveries) Medium Warmup Jackets – 6 units (3 units on first delivery, 3 units on subsequent weekly deliveries) Large Warmup Jackets – 6 units (3 units on first delivery, 3 units on subsequent weekly deliveries) 3X-Large Warmup Jackets – 4 units (2 units on first delivery, 2 units on subsequent weekly deliveries) In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2024 through 29-May-2025 Unit Price: ____________ Total CLIN Price: ____________ CLIN 3006: OPTION YEAR THREE (3) - Linen service Quantity: Unit of Issue: Laundry Bags: 52 Weekly 4 units on first delivery, 2 units on subsequent weekly deliveries In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2024 through 29-May-2025 Unit Price: ____________ Total CLIN Price: ____________ CLIN 4001: OPTION YEAR FOUR (4) - Linen service Quantity: Unit of Issue: AAMI Level 2 Isolation Gowns: 52 Weekly 35 units per week In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2025 through 29-May-2026 Unit Price: ____________ Total CLIN Price: ____________ CLIN 4002: OPTION YEAR FOUR (4) - Linen service Quantity: Unit of Issue: Landau Scrub Tops: 52 Weekly Small Tops– 44 units (24 units on first delivery, 20 units on subsequent weekly deliveries) Medium Tops – 33 units (18 units on first delivery, 15 units on subsequent weekly deliveries) Large Tops - 33 units (18 units on first delivery, 15 units on subsequent weekly deliveries) 3X-Large Tops – 22 Units (12 units on first delivery, 10 units on subsequent weekly deliveries) In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2025 through 29-May-2026 Unit Price: ____________ Total CLIN Price: ____________ CLIN 4003: OPTION YEAR FOUR (4) - Linen service Quantity: Unit of Issue: Landau Scrub Bottoms: 52 Weekly Small Bottoms – 22 units (12 units on first delivery, 10 units on subsequent weekly deliveries) Medium Bottoms - 55 units (30 units on first delivery, 25 units on subsequent weekly deliveries) Large Bottoms - 33 units (18 units on first delivery, 15 units on subsequent weekly deliveries) 3X-Large Bottoms - 22 Units (12 units on first delivery, 10 units on subsequent weekly deliveries In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2025 through 29-May-2026 Unit Price: ____________ Total CLIN Price: ____________ CLIN 4004: OPTION YEAR FOUR (4) - Linen service Quantity: Unit of Issue: Lab Coats: 52 Weekly Small Lab Coats - 8 units (5 units on first delivery, 3 units on subsequent weekly deliveries) Medium Lab Coats - 18 units (11 units on first delivery, 7 units on subsequent weekly deliveries) Large Lab Coats - 6 units (4 units on first week, 2 units on subsequent weekly deliveries) 3X-Large Lab Coats - 4 units (2 units on first week, 2 units on subsequent weekly deliveries In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2025 through 29-May-2026 Unit Price: ____________ Total CLIN Price: ____________ CLIN 4005: OPTION YEAR FOUR (4) - Linen service Quantity: Unit of Issue: Scrub Warmup Jackets: 52 Weekly Small Warmup Jackets - 8 units (4 units on first delivery, 4 units on subsequent weekly deliveries) Medium Warmup Jackets – 6 units (3 units on first delivery, 3 units on subsequent weekly deliveries) Large Warmup Jackets – 6 units (3 units on first delivery, 3 units on subsequent weekly deliveries) 3X-Large Warmup Jackets – 4 units (2 units on first delivery, 2 units on subsequent weekly deliveries) In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2025 through 29-May-2026 Unit Price: ____________ Total CLIN Price: ____________ CLIN 3006: OPTION YEAR FOUR (4) - Linen service Quantity: Unit of Issue: Laundry Bags: 52 Weekly 4 units on first delivery, 2 units on subsequent weekly deliveries In accordance with the attached statement of work to be provided at Navy Medicine Readiness and Training Unit Fallon. Period of Performance: 30-May-2025 through 29-May-2026 Unit Price: ____________ Total CLIN Price: ____________ Delivery/Acceptance location: The service maintenance shall be performed at Navy Medicine Readiness and Training Unit Fallon located at 4755 Pasture Road BLDG, Fallon, NV 89406. FBO Destination: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. 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.html For more information or to enroll in the DBIDS Program call: 1.202.433.4784. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 For Marine Corp Air Command Combat Center 29 Palms, Security Pass and Decal Office, call: 1.760.830.7700 For 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) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (Dec 2019) 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Mar 2020) 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) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7004 Antiterrorism Awareness Training for Contractors 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2019) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.204-7016 Covered Defense Telecommunications Equipment Or Services—Representation (Dec 2019) 252.204-7017 Prohibition On The Acquisiton Of Covered Defense Telecommunications Equipment Or Services—Representation (Dec 2019) 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (Dec 2019) 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7974 Representation Regarding Business Operations with the Maduro Regime (Feb 2020) 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 provisions and clauses incorporated by full text apply to the solicitation: 52.212-1 Instructions to Offerors-Commercial Items. As prescribed in 12.301(b)(1), insert the following provision: INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (MAR 2020) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. 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 speci...
Data sourced from SAM.gov.
View Official Posting »