Federal Bid

Last Updated on 20 Aug 2013 at 8 AM
Combined Synopsis/Solicitation
San antonio Texas

Laundry Services, JBSA-Fort Sam Houston

Solicitation ID FA3016-13-T-0018
Posted Date 01 Jul 2013 at 2 PM
Archive Date 20 Aug 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location San antonio Texas United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and in conjunction with FAR Subpart 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only Request for Quote.
 

1. Solicitation number FA3016-13-T-0018 is issued as a Request for Quote (RFQ).

2. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 effective 1 Apr 2013.

3. The applicable NAICS code is 812320, "Drycleaning and Laundry Services (except Coin-Operated)", and size standard $5 million. This solicitation is issued on an full and open basis.

4. See the attached RFQ for applicable contract line items (CLINS), quantities and units of measures and applicable option periods.

5. See the attached RFQ for date(s) and place(s) of delivery and acceptance and FOB point.

6. The government will award a firm fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer is conforming to the solicitation for Laundry Services. The contractor will provide all personnel, supplies, equipment, tools, materials, supervision, transportation, and other items and services necessary to perform all requirements in accordance with the Performance Work Statement (PWS).

7. The provision at 52.212-1, Instructions to Offerors - Commercial Items, in addition to the Addendum to FAR 52.212-1, Instructions to Offerors- Commercial Items applies to this acquisition. Therefore, submission of offers shall address all requirements contained therein with particular attention to paragraph (b) (4) of the clause - contractors shall provide clear evidence of the understanding and ability to comply with the PWS and provide sufficient information demonstrating the company's technical capabilities in laundry services. All information shall be submitted with an offeror's quote.

8. The provision at 52.212-2, Evaluation - Commercial Items, in addition to the Addendum to FAR 52.212-2, Evaluation - Commercial Items applies to this acquisition.

9. The provision at 52.217-8, Option to Extend Services, is included in the RFQ and will be incorporated into the resultant contract; upon exercise, the clause will extend the terms and conditions of the contract period being extended at the rates specified in the contract, the evaluation of which will be considered and included in the intial evalaution of the quote (to include the base period plus all option periods) as demonstrated herein.

10. Proposals will be evaluated in accordance with FAR 13.106 - Low Price Technically Acceptable (LPTA).

11. Offerors are required to include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer.

12. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and also Addendum to FAR 52.212-4.

13. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applicable FAR clauses cited in the clause are identified in the attached RFQ.

14. All other provisions and clauses applicable to this RFQ are identified in the attached RFQ.

NOTICE TO OFFERORS: The apparent low bidder, upon request by the Contracting Officer, shall submit a subcontracting plan, where applicable, that separately addresses subcontracting with small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Submission of the subcontracting plan is not required at the time designated for quote submission. If the bidder is submitting an individual contract plan, the plan must separately address subcontracting with small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns, with a separate part for the basic contract and separate parts for each option (if any). The plan shall be included in and made a part of the resultant contract. The subcontracting plan shall be submitted within the time specified by the Contracting Officer. Failure to submit the subcontracting plan, within the time limit prescribed by the Contracting Officer, shall make the bidder ineligible for the award of a contract.

In reviewing the plan, the Government will consider the completeness of the information included, small business representation in the industry, and the DoD Small Business Goals. The subcontracting plan must be in accordance with FAR Part 19.704, FAR 52.219-9 and DFARS 252.219-7003. All subcontracting goals must be plausable and assure that small business concerns are provided the maximum practicable opportunity to participate in the performance of this requirement. The offeror must identify distinct subcontracting goals for all small business categories for the base year and each option year seperately. This requirement is not applicable to small business concerns under NAICS Code 812320.

15. Defense Priorities and Allocations System: NA

16. Complete quotes are due 5 August 2013, 12 PM CST. Deliver to 502CONS/LGCA, 2273 Reynolds Road, Joint Base San Antonio, Fort Sam Houston, TX 78244, ATTN: Magdalenda Hudson-Murray. Electronic copies will be accepted by [email protected] and [email protected].

17. The Contract Specialist for this requirement is Ms. Magdalenda Hudson-Murray, (210) 221-4198; Email: [email protected]

18. The Contracting Officer for this requirement is Ms. Chantel Smith (210) 221-3880; Email: [email protected]

19. ***A site visit will be conducted on WEDNESDAY, 17 July 2013 at 1 PM CST.*** Everyone will meet at the contracting squadron building 2273. If you plan to attend you must respond to this notice and notify Magdalenda Hudson-Murray via email by COB 15 July 2013. Please send email to [email protected]. The required information needed for each individual attending is as follows:

Name: Last, First, Middle
DOB: (mm/dd/yyyy)
Company Name, Address, and Telephone Number

20. Questions regarding this Request for Quote are to be in writing and directed ONLY to the 502d Contracting Squadron personnel, all questions must be submitted to the Contract Specialist AND Contracting Officer by 2:00 PM CST Thursday, 18 July 2013. Questions or discussions with other contractors and other than contracting Government personnel may render a quote invalid.


List of Attachments:
Attachment 1- Performance Work Statement, dated 24 March 2013
Attachment 2- Addendum to FAR 52.212-1, Instructions to Offerors - Commercial Items
Attachment 3- Addendum to FAR 52.212-2, Evaluation - Commercial Items
Attachment 4- Request for Quote
Attachment 5- Wage Determination No. 05-2521 (Rev.-13)

Bid Protests Not Available

Similar Past Bids

Selfridge North dakota 13 Sep 2019 at 7 PM
San antonio Texas 30 Aug 2016 at 5 PM
San antonio Texas 29 Aug 2016 at 3 PM
Houston Texas 10 Aug 2016 at 2 PM
San antonio Texas 15 Sep 2016 at 5 PM

Similar Opportunities

Lackland air force base Texas 08 Jul 2025 at 7 PM
Randolph air force base Texas 31 Jul 2025 at 7 PM
Andrews air force base Maryland 29 Jul 2025 at 4 AM (estimated)