S209 - Dry Cleaning Services
Amendment 0001 – 11/03/2021 – N0060422Q4004 is being amended to modify the notice to update the response date with November 09, 2021. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prep... Amendment 0001 – 11/03/2021 – N0060422Q4004 is being amended to modify the notice to update the response date with November 09, 2021. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR Part 13, 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 beta.SAM.gov and NECO (https://www.neco.navy.mil/). The RFQ number is N0060422Q4004. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-07 and DFARS Publication Notice 20210929. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 812320 and the Small Business Standard is $6.0M. This is a competitive, 100% small business set-aside. The Small Business Office concurs with the set-aside decision. The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing: CLIN DESCRIPTION QUANTITY UNIT OF ISSUE UNIT PRICE TOTAL PRICE 0001 DRY CLEANING SERVICES IAW PWS – Base Period 8 Months $ $ 1001 DRY CLEANING SERVICES IAW PWS – Option Year 1 12 Months $ $ 2001 DRY CLEANING SERVICES IAW PWS – Option Year 2 12 Months $ $ 3001 DRY CLEANING SERVICES IAW PWS – Option Year 3 12 Months $ $ 4001 DRY CLEANING SERVICES IAW PWS – Option Year 4 12 Months $ $ Base Period 01 February 2022 – 30 September 2022 JUMPER, WHITE $_________ / 2 each = $________ JUMPER, WHITE PANT $_________ / 2 each = $________ Pickup / Delivery $________ / 3 times a week = $___________ TOTAL PER MONTH (17 Sailors) $ OPTION YEAR 1 01 October 2022 – 30 September 2023 JUMPER, WHITE $_________ / 2 each = $________ JUMPER, WHITE PANT $_________ / 2 each = $________ Pickup / Delivery $________ / 3 times a week = $___________ TOTAL PER MONTH (19 Sailors) $ OPTION YEAR 2 01 October 2023 – 30 September 2024 JUMPER, WHITE $_________ / 2 each = $________ JUMPER, WHITE PANT $_________ / 2 each = $________ Pickup / Delivery $________ / 3 times a week = $___________ TOTAL PER MONTH (19 Sailors) $ OPTION YEAR 3 01 October 2024 – 30 September 2025 JUMPER, WHITE $_________ / 2 each = $________ JUMPER, WHITE PANT $_________ / 2 each = $________ Pickup / Delivery $________ / 3 times a week = $___________ TOTAL PER MONTH (21 Sailors) $ OPTION YEAR 4 01 October 2025 – 30 September 2026 JUMPER, WHITE $_________ / 2 each = $________ JUMPER, WHITE PANT $_________ / 2 each = $________ Pickup / Delivery $________ / 3 times a week = $___________ TOTAL PER MONTH (23 Sailors) $ Uniforms shall be picked up from and delivered to from the USS Arizona Memorial Detachment Office located on Hornet Avenue, Building 44, Ford Island, Pearl Harbor, HI 96860 three (3) times a week during normal business hours. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Attachments: 1. Performance Work Statement (PWS) 2. Wage Determination (WD) 15-5689 Rev.14 3. FAR 52.204-24 – Reps Regarding Certain Telecommunications 4. FAR 52.212-3 and ALT I – Offeror Representations and Certifications – Commercial Items The following FAR provision and clauses are applicable to this procurement: 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors—Commercial Items 52.212-3 Offeror Representations and Certifications—Commercial Items 52.212-3 Offeror Representations and Certifications—Commercial Items--Alternate I 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 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (Multiple Year and Option Contracts) 52.222-50 Combating Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer—System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 DoD Antiterrorism Awareness Training for Contractors 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements. 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. 252.223-7008 Prohibition of Hexavalent Chromium 252.223-7999 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (DEVIATION 2021-O0009) 252.225-7012 Preference for Certain Domestic Commodities 252.225-7048 Export-Controlled Items 252.225-7051 Prohibition on Acquisition of Certain Foreign Commercial Satellite Services 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation. (DEVIATION 2020-O0015) 252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.237-7012 Instruction to Offerors (Count-of-Articles). 252.237-7014 Loss or Damage (Count-of-Articles) 252.237-7016 Delivery Tickets--Basic 252.237-7018 Special Definitions of Government Property 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea--Basic 52.252-1 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): https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (End of provision) 52.252-2 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): https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (End of clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of clause) 52.252-6 Authorized Deviations in Clauses (Nov 2020) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. This announcement will close at 0800 AM HST on 09 November 2021. Contact Mr. Jeen Chu who can be reached at 808-473-7960 or email jeen.h.chu.civ@us.navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, delivery, and a determination of responsibility. System for Award Management (SAM). Quoters 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/. 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. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
Data sourced from SAM.gov.
View Official Posting »