Laundry Service, Linens and Turn In Items

expired opportunity(Expired)
From: Federal Government(Federal)
W912J2-20-R-0001

Basic Details

started - 25 Oct, 2019 (about 4 years ago)

Start Date

25 Oct, 2019 (about 4 years ago)
due - 30 Oct, 2019 (about 4 years ago)

Due Date

30 Oct, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
W912J2-20-R-0001

Identifier

W912J2-20-R-0001
Department of the Army

Customer / Agency

DEPT OF DEFENSE (708681)DEPT OF THE ARMY (133065)NGB (17507)W7N8 USPFO ACTIVITY WI ARNG (111)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (5)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:Oct 12, 2019 8:27 am 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; proposals are being requested and a written solicitation will not be issued.Solicitation Number W912J2-20-R-0001 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05, dated 13 August 2019. This requirement is 100% set-aside for Small Business concerns under North American Industry Classification System (NAICS) code 812320 - Dry cleaning and Laundry Service with a Small Business size standard of $6.0 million dollars. The Wisconsin Army National Guard Contracting Office, has a requirement for a contractor to provide all personnel, equipment, tools, materials, supervision, and quality control necessary to
perform Laundry Services, as defined in the attached two (2) Performance Work Statements (PWS). One PWS is for service at Wisconsin Military Academy, Fort McCoy, WI. The other PWS is for service at the Central Issue Facility, Camp Williams, Camp Douglas, WI. The resultant contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a base year and two option years. The period of performance will be as follows:Base Year: 15 November 2019 - 14 November 2020Option Year One: 15 November 2020 - 14 November 2021Option Year Two: 15 November 2021 - 14 November 2022Place of Performance: The contractor will perform the service at their place of business and be required to pick up and deliver laundry from Fort McCoy, Wisconsin and Camp Williams, Camp Douglas, WI as defined in the attached PWS.BID SCHEDULE: Note, please use the attached PRICE BREAKDOWN WORKSHEET to itemize prices and include prices for the entire period of performance (POP). Invoice submittal will occur on a monthly basis.Line Item 0001 - Wisconsin Military Academy Linen Laundry Service, QTY 1 Job, 15 November 2019 - 14 November 2020Line Item 0002 - Central Issue Facility Turn In Items Laundry Service, QTY 1 Job, 15 November 2019 - 14 November 2020Line Item 0003 - Contractor Manpower Reporting Application (CMRA) per 5.3 of the PWS, QTY 1 Job, 15 November 2019 - 14 November 2020Line Item 0004 - Other Miscellaneous Charge if applicable (i.e. delivery, environmental fee, etc.), 15 November 2019 - 14 November 2020Line Item 1001 - Option One, Wisconsin Military Academy Linen Laundry Service, QTY 1 Job, 15 November 2020 - 14 November 2021Line Item 1002 - Option One, Central Issue Facility Turn In Items Laundry Service, QTY 1 Job, 15 November 2020 - 14 November 2021Line Item 1003 - Option One, Contractor Manpower Reporting Application (CMRA) per 5.3 of the PWS, QTY 1 Job, 15 November 2020 - 14 November 2021Line Item 1004 - Option One, Other Miscellaneous Charge if applicable (i.e. delivery, environmental fee, etc.), 15 November 2020 - 14 November 2021Line Item 2001 - Option Two, Wisconsin Military Academy Linen Laundry Service, QTY 1 Job, 15 November 2021 - 14 November 2022Line Item 2002 - Option Two, Central Issue Facility Turn In Items Laundry Service, QTY 1 Job, 15 November 2021 - 14 November 2022Line Item 2003 - Option Two, Contractor Manpower Reporting Application (CMRA) per 5.3 of the PWS, QTY 1 Job, 15 November 2021 - 14 November 2022Line Item 2004 - Option Two, Other Miscellaneous Charge if applicable (i.e. delivery, environmental fee, etc.), 15 November 2021 - 14 November 2022The provisions at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisitionThe Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:(i) technical capability of the item offered to meet the Government requirement;(ii) price;(iii) past performanceTechnical and past performance, when combined, are approximately equal when compared to price.Technical capability is defined as the documented capability to meet the minimum requirements of the requirement as specified in this solicitation and the attached Performance Work Statements (PWS). The Offeror's proposal should clearly outline the offeror's capability to meet the requirements of the performance work statement.Past Performance Proposal - Proposals should provide evidence of past performance on at least two previous contracts similar in scope and nature performed within the last 36 months.It is not the intent of the Government to enter into negotiations. It is incumbent upon the Offeror to submit sufficient information for the Government to determine satisfactory Technical Capability, Past Performance, and Price reasonableness. Failure to submit sufficient information for the Government to determine Technical Capability, relative Past Performance, or Price may result in the rejection of your proposal. An award will be made on the basis of the lowest price of proposals deemed technically acceptable.If you are not registered in SAM, an award cannot be made to your company. You may register electronically at http://www.sam.gov. Registering electronically will expedite the registration process. Proposals submitted without an active SAM registration at the close of the solicitation will not be evaluated and will result an immediate rejection of the proposal.Proposals are due by 12:00 PM Central Standard Time (CST) on 30 October 2019. Proposals will be accepted by email at lisa.m.braund.mil@mail.mil. Faxed quotes will not be accepted.Responses to this announcement must be complete to include the following documents:1) Vendor Price Breakdown Worksheet2) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items4) Technical Capability documentation5) Past Performance documentationEmail any questions to lisa.m.braund.mil@mail.mil The period for asking questions will close at 12:00 CST on 24 October 2019. A Question and Answer document will be posted to FedBizOpps as an attachment. It is the interested party's responsibility to check FedBizOpps for updated information. Ensure all questions are submitted via email, the government will not be accepting any vendor inquiries via the telephone.The following provisions are included in this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items; 52.212-3, Offerors Representations and Certifications (OCT 2010):The following clauses apply to this acquisition: FAR 52.204-99, System for Award Management (SAM) Registration; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-18, Availability of Funds; FAR 52.232-33, Payment by Electronic Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation; DFAR 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; FAR 52.252-2, Clauses Incorporated by Reference; DFAR 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFAR 252.204-7004, Alternate A; DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFAR 252.232-7010, Levies on Contract Payments; DFAR 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFAR 252.247-7023 ALT III , Transportation of Supplies by Sea; FAR 52.222-3, Convict Labor; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items; FAR 52.222-26, Equal Opportunity; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.222-36, Affirmative Action for Workers with Disabilities; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; DFAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials;Provisions and Clauses in full text for this synopsis/solicitation can be found at http://farsite.hilll.at.mil

Wisconsin Military Academy 90 South 10th Avenue Fort McCoy,    Wisconsin    54656 United StatesLocation

Place Of Performance : Wisconsin Military Academy 90 South 10th Avenue

Country : United States

You may also like

SJSU University Housing, Laundry Equipment/Service

Due: 10 May, 2024 (in 13 days)Agency: California State University

PROVIDE PROFESSIONAL LAUNDRY SERVICES, LINENS, FOR ENVIRONMENTAL MANAGEMENT SERVICE

Due: 31 Dec, 2027 (in about 3 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

HASKELL IHS MEDICAL LINEN SERVICES

Due: 29 Apr, 2024 (in 2 days)Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

Classification CodeCode SUtilities and housekeeping services
Naisc CodeCode 812Personal and Laundry Services
Naisc CodeCode 812320Drycleaning and Laundry Services (except Coin-Operated)