SOLICITATION NOTICE
S -- Uniform Rental and Cleaning Service
- Notice Date
- 7/30/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024412T0285
- Point of Contact
- Michael Oliva 562-626-7453
- E-Mail Address
-
Use this email to contact the Contract Specialist
(michael.a.oliva@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- SUBJECT: UNIFORM RENTAL AND CLEANING SERVICE This is a combined synopsis/solicitation for commercial items prepared in accordance with 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is N00244-12-T-0285. This solicitation is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20120724. The North American Industry Classification System (NAICS) code is 812332 and the business size standard is $35.5M. This requirement is unrestricted. The NAVSUP Fleet Logistics Center San Diego, Seal Beach Division, intends to solicit for the following: Item 0001 Uniform Rental and Cleaning Services per the Statement of Work (SOW) attached SubCLIN 000101 Uniform Work Shirt Specifications: Will be a permanent press solid color with contrast stripes 65/35 poly cotton blend with two buttons through pockets with left pocket pencil stall. Shirts will be light blue. Uniform work shirt requirement is (5 sets per employee per week) for 9 employees. All shirts will have employee first name only name tag on the left side above pocket level and unit name on the right side level with employee name tag. See Statement of Work Attached (SOW). SubCLIN 000102 Polo Type Shirt Specifications: Solid color with contrasting collar and cuffs one pocket with button. Polo type shirt requirement is (5 sets per employee per week) for one employee. Shirts will be light blue. All shirts will have employee first name only name tag on the left side above pocket level and unit name on the right side level with employee name tag. See attached SOW. SubCLIN 000103 Uniform Work Pants Specifications: Will be wrinkle resistant all cotton pants. Two slash pockets in the front and two insert pockets in the back. Uniform work pants requirement is (5 sets per employee per week ) 10 employees. Pants will be a dark navy blue color. See attached SOW. SubCLIN 000104 Jacket Specification: Jacket will be a medium weight solid color singe front zipper, with two side slash pockets. Jacket will have same name and company tag as required on shirts. The jacket will be a dark navy blue color. Jacket requirement is (2 jackets per employee) for 10 employees. See attached SOW. Item 0002 Option Year 1. Period of Performance 01 October 2013 to 30 September 2014. Uniform Rental and Cleaning Services per the Statement of Work (SOW) attached. SubCLIN 000201 Uniform Work Shirt Specifications: Will be a permanent press solid color with contrast stripes 65/35 poly cotton blend with two buttons through pockets with left pocket pencil stall. Shirts will be light blue. Uniform work shirt requirement is (5 sets per employee per week) for 9 employees. All shirts will have employee first name only name tag on the left side above pocket level and unit name on the right side level with employee name tag. See Statement of Work Attached (SOW). SubCLIN 000202 Polo Type Shirt Specifications: Solid color with contrasting collar and cuffs one pocket with button. Polo type shirt requirement is (5 sets per employee per week) for one employee. Shirts will be light blue. All shirts will have employee first name only name tag on the left side above pocket level and unit name on the right side level with employee name tag. See attached SOW. SubCLIN 000203 Uniform Work Pants Specifications: Will be wrinkle resistant all cotton pants. Two slash pockets in the front and two insert pockets in the back. Uniform work pants requirement is (5 sets per employee per week ) 10 employees. Pants will be a dark navy blue color. See attached SOW. SubCLIN 000204 Jacket Specification: Jacket will be a medium weight solid color singe front zipper, with two side slash pockets. Jacket will have same name and company tag as required on shirts. The jacket will be a dark navy blue color. Jacket requirement is (2 jackets per employee) for 10 employees. See attached SOW. Item 0003 Option Year 2. Period of Performance 01 October 2014 to 30 September 2015. Uniform Rental and Cleaning Services per the Statement of Work (SOW) attached. SubCLIN 000301 Uniform Work Shirt Specifications: Will be a permanent press solid color with contrast stripes 65/35 poly cotton blend with two buttons through pockets with left pocket pencil stall. Shirts will be light blue. Uniform work shirt requirement is (5 sets per employee per week) for 9 employees. All shirts will have employee first name only name tag on the left side above pocket level and unit name on the right side level with employee name tag. See Statement of Work Attached (SOW). SubCLIN 000302 Polo Type Shirt Specifications: Solid color with contrasting collar and cuffs one pocket with button. Polo type shirt requirement is (5 sets per employee per week) for one employee. Shirts will be light blue. All shirts will have employee first name only name tag on the left side above pocket level and unit name on the right side level with employee name tag. See attached SOW. SubCLIN 000303 Uniform Work Pants Specifications: Will be wrinkle resistant all cotton pants. Two slash pockets in the front and two insert pockets in the back. Uniform work pants requirement is (5 sets per employee per week ) 10 employees. Pants will be a dark navy blue color. See attached SOW. SubCLIN 000304 Jacket Specification: Jacket will be a medium weight solid color singe front zipper, with two side slash pockets. Jacket will have same name and company tag as required on shirts. The jacket will be a dark navy blue color. Jacket requirement is (2 jackets per employee) for 10 employees. See attached SOW. SEE ATTACHED STATEMENT OF WORK Offers to be based on FOB Destination to the following location: Port Mugu, CA 93042. Inspection and acceptance will be performed at the government destination by a government representative. Due to continued delivery and pick-up required for this opportunity, it is preferred that the contractor be within a 50 mile radius of Naval Base Ventura County. PERIOD OF PERFORMANCE Base Year: 01 October 2012 to 30 September 2013 Option Year 1: 01 October 2013 to 30 September 2014 Option Year 2: 01 October 2014 to 30 September 2015 The following provisions and clauses apply: 52.202-1, Definitions; 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors Commercial Items; 52.52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards, 52.209-6, Protecting the Government ™ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41, Service Contract Act of 1965; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.243-7001, Pricing of Contract Modifications; 252.247-7023, 252.225-7036, Buy American Act ”North American Free Trade Agreement Implementation Act ”Balance of Payment Program Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Offerors are required to complete and include a copy of the following provision with their quotation: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items ”Alt I. 52.217-5 -- Evaluation of Options Except when it is determined in accordance with FAR 17.206(b) not to be in the Government ™s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-8, Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.217-9, Option to Extend the Term of the Contract (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 36 months. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be considered, quotes must be received by 9:00 AM PST on 09 August 2012. Quotes can be sent to the Contract Specialist, Michael Oliva via email michael.a.oliva@navy.mil. Facsimile quotes will not be accepted. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, contractor ™s CAGE code and payment terms. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Questions regarding this solicitation must be submitted in writing via email to either of the above listed Government points of contact. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov.far and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet www.dtic.mil/dfars. Offerors are also reminded to comply with 252.204-7004, Required Central Contractor Registration (Mar 1998). Lack of registration in the CCR will make an offeror ineligible for award. Offerors may register by calling 1-888-227-2423 or via the internet at http://ccr.edi.disa.mil. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024412T0285/listing.html)
- Record
- SN02820161-W 20120801/120731000010-54ae55591fa206dd6f13ba6701c35af0 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |