Nevada Bids > Bid Detail

99 FSS Lodging Linen Laundering Service

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159411864860093
Posted Date: Dec 28, 2022
Due Date: Feb 15, 2023
Solicitation No: FA486123R0005
Source: https://sam.gov/opp/f27fbb73d9...
Follow
99 FSS Lodging Linen Laundering Service
Active
Contract Opportunity
Notice ID
FA486123R0005
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
ACC
Office
FA4861 99 CONS LGC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Dec 28, 2022 06:24 am PST
  • Original Date Offers Due: Feb 15, 2023 10:00 am PST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 02, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S209 - HOUSEKEEPING- LAUNDRY/DRYCLEANING
  • NAICS Code:
    • 812332 - Industrial Launderers
  • Place of Performance:
    Nellis AFB , NV 89191
    USA
Description

This is a combined synopsis/solicitation for commercial items issued using FAR Part 13 procedures, 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; and issued as a Request for Quote (RFQ). A written solicitation will not be issued.



1. The solicitation number is FA486123R0005. This solicitation is issued as a Request for Quote (RFQ). A Firm Fixed Price type contract will be awarded.



2. The incorporated provisions and clauses are those in effect through the Non-appropriated Fund Standard Clauses, effective 3 November 2022



3. This combined synopsis/solicitation is being issued as total Small Business set-aside, and the associated NAICS code is 812332 - Industrial Launderers, Small Business Size Standard $41.5M.



4. Description of Services: The Contractor shall furnish all personnel, equipment, tools, materials, supervision and other items and services necessary to perform laundry cleaning services on government owned property located at Nellis AFB, Nevada Lodging. All work shall be accomplished in accordance with the recommendations set forth by AFMAN 34-135 Air Force Lodging Linen Standards, and standards established by the Occupational Safety and Health Administration (OSHA Standard 29 CFR 1910.264 and 1910.1030). The Contractor shall accomplish laundry cleaning services to meet the requirements of the Performance Work Statement (PWS) and the Service Summary (SS).

PLEASE SEE “ATTACHMENT 2 – PWS – 99 FSS Lodging Linen Service FOR MORE INFORMATION.



5. Delivery Schedule:

CLIN 0001 31 March 2023 to 30 March 2024

CLIN 1001 31 March 2024 to 30 March 2025

CLIN 2001 31 March 2025 to 30 March 2026

CLIN 3001 31 March 2026 to 30 March 2027

CLIN 4001 31 March 2027 to 30 March 2028



Delivery Location: Nellis AFB, NV

FOB Point: Destination



6. All applicable clauses and CLIN structure can be found in ‘Attachment 3 - FA486123R0005 SF 1449 Solicitation’.



7. INSTRUCTIONS TO OFFERORS

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer confirming to the solicitation represents the best value IAW FAR 13.106-2. The Best value offer will be determined by a comparative evaluation of the following 3 Factors.





Factor 1 – Technical. Contractor’s offer demonstrates their ability to perform the services in accordance with the attached Performance Work Statement. (ATTACHMENT 2 – PWS – 99 FSS Lodging Linen Service)



Factor 2 – Past Performance. Contractor’s offer includes at least (1) recent and relevant Past Performance Evaluation Survey using the following template included in Attachment 5 – Past Performance Evaluation Survey. A Recent and Relevant Past Performance Evaluation survey is defined as follows: Recent is defined as a project completed within the past five (5) years. Relevant is defined as the ability to launder at least 70,000 pieces of linen.



Factor 3 – Price. Contractor’s offer includes the Price List with all five (5) tabs of Attachment 1 – Price List . An offer is not complete unless all five (5) tabs have been filled in. Submitted prices shall not be submitted using (2) digits beyond the decimal point. Price per piece is required in column F which will calculate the total price for each piece in column G. Estimated quantities provided will establish the total cost for the year and will calculate at the bottom.



8. EVALUATION CRITERIA



Factor 1 – Technical

Factor 2 – Past Performance

Factor 3 – Price



All proposals will be graded Acceptable or Unacceptable by (1) Technical based on an Acceptable or Unacceptable rating; (2) Past Performance based on an Acceptable or Unacceptable rating; and (3) Price, in order of their price rankings, lowest to highest. Evaluations will cease once an (1) Acceptable technical evaluation and (2) Acceptable past performance evaluation is identified, along with (3) lowest priced selected.



Factor 1 – Technical. The government shall conduct a technical evaluation of all offers. The Government will assign an Acceptable or Unacceptable rating to offeror’s quote, in accordance with the rating descriptions below. If one of the technical factors is rated Unacceptable, the overall rating is Unacceptable, and the quote will not be evaluated further.



Technically Acceptable/Unacceptable Ratings:

Acceptable - The offer clearly demonstrates a thorough understanding of the requirements and describes an approach to demonstrating how the tasks will be accomplished in accordance with the services included in the PWS summary table.

Unacceptable - The quote does not demonstrate an understanding of the requirement. A demonstration of how the tasks will be accomplished is not clear.



Factor 2 – Past Performance. The Government will evaluate the completion of the offeror’s past performance by reviewing the Past Performance Evaluation Survey and Federal Awardee Performance and Integrity Information System (FAPIIS). If the Offeror has one (1) or more active FAPIIS exclusions, the overall rating is Unacceptable, and the quote will not be evaluated further.



Past Performance Acceptable/Unacceptable Ratings:



Acceptable - Based on the offeror’s recent and relevant performance survey and no active FAPIIS exclusions the Government expects that the offeror will successfully meet the requirements of the PWS.

Unacceptable - Based on the offeror’s recent and relevant performance survey and/or at least one active FAPIIS exclusions, the Government does NOT expect that the offeror successfully meet the requirements of the PWS.



Factor 3 – Price. The Government will conduct a price evaluation of all offers receiving (1) an Acceptable Rating for Factor 1 and (2) an Acceptable Rating for Factor 2. The Government will utilize an Abstract of Offers by arranging offers from Lowest price to highest price. The Government will evaluate an offer by the total price for CLINs 0001, 1001, 2001, 3001, and 4001, 5001 Lodging Linen Service. Pricing for CLIN 5001 will be for the possibility of a 6-month extension in accordance with FAR 52.217-8. The lowest priced offer receiving (1) an Acceptable Rating for Factor 1 and Factor 2 and receives an Acceptable Past Performance Rating will be awarded the service contract.



If only one offer is received, the Government may use various price analysis techniques and procedures to ensure a fair, reasonable, and realistic price. It is expected that the competitive nature of this acquisition will drive price reasonableness and fairness.



The Government intends to conduct an evaluation of quotations or offers under FAR 13.106-2 and award one (1) contract without discussions with offerors or conduct tradeoffs. Therefore, the offeror’s initial proposal shall contain the offeror’s best terms. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.



A written notice of award or acceptance of an offer shall result in a binding contract utilizing the offeror’s Acceptable proposal.



9. QUESTIONS AND ANSWERS:



All questions must be submitted via email to Rachel Tilley at rachel.tilley.1@us.af.mil. The deadline for submitting questions is Wednesday, 1 February 2023 at 10:00 AM PST. Questions submitted after the aforementioned cutoff date and time will not be reviewed or answered. Answers will be provided by Wednesday, 8 February at 2:00 PST. All responses to questions will be posted to SAM.gov for viewing.

10. Offers are due no later than Wednesday, 15 February 2023 at 10:00am PST. Only offers submitted electronically via email will be considered for this requirement. Submit offers to Ms. Rachel Tilley at rachel.tilley.1@us.af.mil.



Please include the solicitation number, F3G3CE2006AW01, in the Subject Line of the email to ensure prompt receipt of your proposal.



Attachment 1 - FA486123R0005 SF 1449 Solicitation

Attachment 2 - PWS – 99 FSS Lodging Linen Service 10.27.22

Attachment 3 – Price List

Attachment 4 - Wage Determination 15-5593 Rev 21 6.27.21

Attachment 5 – Past Performance Evaluation Survey


Attachments/Links
Contact Information
Contracting Office Address
  • ADMINISTRATIVE ONLY NO REQUISITIONS 5865 SWAAB BLVD
  • NELLIS AFB , NV 89191-7063
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 28, 2022 06:24 am PSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >