Description: Solicitation FA5570-06-R-0006
This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in 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. This solicitation is issued as a âRequest for Quoteâ (RFQ). This solicitation incorporates provisions and clauses in effect through the Federal Acquisition Circular 2005-08 dated 05 Jan 06.
FAR 52.232-18 âAvailability of Fundsâ applies to this solicitation. 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 an until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The Government will award a contract to the responsible contractor whose offer conforms to this RFQ, and will be the most advantageous to the Government.
This solicitation should only be addressed by firms doing business in the United Kingdom or with the ability to conduct business operations in the United Kingdom.
NAICS: 812320 âDry-cleaning and Laundry Services (Except Coin-Operated)â
Contract Line Item (CLIN) QTY Unit of Issue
CLIN 0001, Base Period (1Jun 06 â 30 Sep 06) 4 Month
RAF Alconbury/Upwood Laundry Services $/£ per Month_______
CLIN 0002, Option 1 (1 Oct 06 â 30 Sep 07) 12 Month
RAF Alconbury/Upwood Laundry Services $/£ per Month_______
CLIN 0003, Option 2 (01 Oct 07 â 30 Sep 08) 12 Month
RAF Alconbury/Upwood Laundry Services $/£ per Month_______
CLIN 0004, Option 3 (01 Oct 08 â 30 Sep 09) 12 Month
RAF Alconbury/Upwood Laundry Services $/£ per Month_______
CLIN 0005, Option 4 (01 Oct 09 â 30 Sep 10) 12 Month
RAF Alconbury/Upwood Laundry Services $/£ per Month________
NOTICES TO OFFERORS:
A. The above bid list is for the monthly and total amount for each Period of Performance. Please enter individual prices for each Contract Line Item (CLIN) in the appropriate block of Appendix B of the Performance-Based Work Statement (Attachment 1). Please note that there are separate Schedules for each individual Period of Performance.
B. The successful offeror must be actively registered in the Central Contractor Registration database before final contract award action may take place.
C. The successful offeror must register in the Wide Area Work Flow (WAWF) system immediately after contract award takes place. All payment requests must be submitted through WAWF.
D. Offerors may propose alternate delivery dates/times only if they will result in a more advantageous offer to the Government. A Contracting Officer will review and approve any revised Delivery Schedules.
E. A complete proposal package must include the following items:
a. A copy of this bid sheet with prices filled in for the base period and option years in addition to individual pricing (see Performance Based Work Statement, Appendix B).
b. A detailed Quality Assurance Plan as described in Paragraph 7.0 of the Performance Plan (Attachment 2)
c. Past Performance Questionnaires (Attachment 6), if submitted, must arrive directly from commercial or government customers. Past Performance Questionnaires submitted directly by interested parties will be rejected.
Evaluation Criteria: Best value, with technical capability and past performance being rated as equal to price.
Contract Type: Firm Fixed Price, Performance-Based work contract.
The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition:
CLAUSES TO BE INCORPORATED BY REFERENCE
52.203-3 Gratuities APR 1984
52.203-6 Restrictions On Subcontractor Sales To The Government JUL 1995
52.203-7 Anti-Kickback Procedures JUL 1995
52.204-4 Printed or Copied Double Sided Paper AUG 2000
52.204-7 Central Contractor Registration OCT 2003
52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, And Other Responsibility Matters DEC 2001
52.212-4 Contract Terms and Conditions--Commercial Items SEP 2005
52.213-2 Invoices APR 1984
52.223-6 Drug-Free Workplace MAY 2001
52.228-3 Worker's Compensation Insurance (Defense Base Act) APR 1984
52.228-4 Workers' Compensation and War-Hazard Insurance Overseas APR 1984
52.229-6 Taxes--Foreign Fixed-Price Contracts JUN 2003
52.232-18 Availability Of Funds APR 1984
52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003
52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984
52.242-13 Bankruptcy JUL 1995
52.245-1 Property Records APR 1984
252.204-7001 Commercial and Government Entity (CAGE) Code Reporting AUG 1999
252.204-7004 Central Contractor Registration Alternate A NOV 2003
252.225-7033 Waiver of United Kingdom Levies APR 2003
252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997
252.229-7006 Value Added Tax Exclusion (United Kingdom) JUN 1997
252.229-7008 Relief From Import Duty (United Kingdom) JUN 1997
252.229-7009 Relief From Customs Duty and Value Added Tax on Fuel (Passenger Vehicles)(United Kingdom) JUN 1997
252.232-7008 Assignment of Claims (Overseas) JUN 1997
252.233-7001 Choice of Law (Overseas) JUN 1997
252.225-7041 Correspondence In English JUN 1997
252.229-7010 Relief From Customs Duty on Fuel (United Kingdom) JUN 1997
252.222-7002 Compliance with Local Labor laws (Overseas) JUN 1997
CLAUSES TO BE INCORPORATED BY FULL TEXT
52.212-1 Instructions to Offerors JAN 2006
52.212-2 Evaluation â Commercial Items JAN 1999
52.212-3 Offeror Representations and CertificationsâCommercial Items MAR 2005
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders â Commercial Items (Deviation) SEP 2005
52.216-1 Type of Contract APR 1984
52.216-18 Ordering OCT 1995
52.216-19 Order Limitations OCT 1995
52.216-22 Indefinite Quantity OCT 1995
52.217-6 Option for Increased Quantity MAR 1989
52.217-8 Option to Extend Services NOV 1999
52.217-9 Option to Extend the Term of the Contract MAR 2000
52.223-3 Hazardous Material Identification and Material Safety Data Sheet JAN 1997
52.232-18 Availability of Funds APR 1984
52.233-2 Service of Protest AUG 1996
52.237-1 Site Visit APR 1984
52.252-1 Solicitation Provisions Incorporated by Reference FEB 1998
52.252-2 Clauses Incorporated by Reference FEB 1998
52.252-5 Authorized Deviations in Provisions APR 1984
52.252-6 Authorized Deviations in Clauses APR 1984
252.212-7000 Offeror Representations and Certifications â Commercial Items JUN 2005
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defence Acquisitions of Commercial Items (Deviation) DEC 2005
252.225-7042 Authorization to Perform APR 2003
252.225-7043 Antiterrorism/Force Protection Policy for Defence Contractors Outside the United States JUN 2005
252.229-7001 Tax Relief JUN 1997
5352.201-9101 Ombudsman
5352.204-9100 Communications Security Review
5535.223-9000 Elimination of Use of Class D Ozone Depleting Substances (ODS) MAY 1996
5352.223-9001 Health and Safety on Government Installations JUN 1997
5352.242-9000 Contractor Access to Air Force Installations JUN 2002
252.201-7000 Contracting Officerâs Representative DEC 1991
252.232-7003 Electronic Submission of Payment Requests JAN 2004
52.249-4 Termination for Convenience, Short Form, Firm Fixed Price Services APR 1984
52.237-3 Continuity of Services JAN 1991
Points of Contact: TSgt. Dave Ouellette, Contracting Specialist, UK Tel 01480 823124, DSN 268-3124, UK Fax 01480 823169, DSN Fax 268-3169, e-mail
[email protected] or Mr. Richard Early, UK tel 01480 823121, e-mail
[email protected]
Quotes or Inquiries Must be Submitted no Later Than 25 May 06, 12:00 p.m. (Noon)
This combined synopsis/solicitation incorporates the following:
Attachment 1 â Performance-Based Work Statement
Attachment 2 â Performance Plan
Attachment 3 â Site Visit Memorandum
Attachment 4 â Workload Prospectus
Attachment 5 â Security Requirements Review
Attachment 6- Past Performance Questionnaire
Attachment 7 â Customer Complaint Record (SAMPLE)
Attachment 8 â Quarterly Satisfaction Survey (SAMPLE)
Attachment 9 â AF 581 Medical Linen Supply Record (SAMPLE)
Bid Protests Not Available