Nevada Bids > Bid Detail

99 FSS Lodging Linen Laundry Service

Agency:
Level of Government: Federal
Category:
  • S - Utilities and Training Services
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159972108881849
Posted Date: Feb 8, 2024
Due Date: Mar 6, 2024
Source: https://sam.gov/opp/be80913a44...
Follow
99 FSS Lodging Linen Laundry Service
Active
Contract Opportunity
Notice ID
FA486124R0007
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR COMBAT COMMAND
Office
FA4861 99 CONS LGC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

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: Feb 08, 2024 10:40 am PST
  • Original Date Offers Due: Mar 06, 2024 10:00 am PST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 21, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 812332 - Industrial Launderers
  • Place of Performance:
    Nellis AFB , NV 89191
    USA
Description

This is a Non-Appropriated Funds combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.



1. The solicitation number is FA486124R0007. This solicitation is issued as a Request for Proposal (RFP). A Firm Fixed Price type contract will be awarded.



2. The incorporated provisions and clauses are those in effect through the NAF Standard Clauses (Oct 2023).



3. This combined synopsis/solicitation is being issued as Unrestricted, Full and Open Competition, and the associated NAICS code is 812332- Industrial Launderers.



4. Description of Services: The Contractor shall furnish all personnel, equipment, tools, materials, supplies, transportation, labor, supervision, management and other items and services necessary to perform laundry cleaning services for Nellis AFB Lodging to meet the requirements as stated in the PWS. The Contractor shall pick-up, clean, wash, dry, and deliver the linen listed below in Appendix A. The Contractor shall perform the service at their facility and follow the performance schedule IAW this PWS. All work shall be accomplished in accordance with the recommendations set forth by the attached Air Force Lodging Linen Standards, and standards established by the Occupational Safety and Health Administration (OSHA Standard 29 CFR 1910.264 and 1910.1030).



For more information, please see: “Attachment 1 – PWS – 99 FSS Lodging Linen Service”



5. Period of Performance:



CLIN 0001 28 Jun 2024 to 27 Jun 2025



CLIN 1001 28 Jun 2025 to 27 Jun 2026



CLIN 2001 28 Jun 2026 to 27 Jun 2027



CLIN 3001 28 Jun 2027 to 27 Jun 2028



CLIN 4001 28 Jun 2028 to 27 Jun 2029



Delivery Location: Nellis AFB, NV



FOB Point: Destination



6. All applicable clauses and CLIN structure can be found in:



‘Attachment 2 - FA486124R0007 SF 1449 Solicitation.’



7. INSTRUCTIONS TO OFFERORS-– Commercial Services – FAR 52.212-1 (Sep 2023)



REQUIREMENTS. NAF Contractors are not required to be registered in SAM. If the winning proposal is submitted by an offeror not registered in SAM a generic UEI/CAGE will be issued upon award.



The Government will award a contract resulting from this solicitation to the responsible offeror whose offer confirming to the solicitation represents the best value to the Government. The Best Value offer will be determined by a comparative evaluation of the following three (3) Factors.



Factor 1 – Technical. Contractor’s proposal demonstrates their ability to perform the services in accordance with the attached Performance Work Statement and below referenced Technical Evaluation Questions:




  1. Does the proposal clearly identify the Contractor’s ability to provide a 7 day/per week laundry service for 68,000 pieces per month and 820,000 pieces per year.

  2. Does the proposal clearly identify the Contractor’s ability to perform the service at the Contractor’s commercial facility using commercial laundry equipment IAW Appendix A in the Performance Work Statement.



(Attachment 1 – PWS – 99 FSS Lodging Linen Service)



Factor 2 – Past Performance. Contractor’s proposal includes at least (1) recent and relevant Past Performance Evaluation Survey using the following template included in Attachment 4 – 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 three (3) years. Relevant is defined as the ability to launder at least 820,000 pieces of linen, per year, and 68,000 pieces of linen, per month.



Factor 3 – Price. Contractor’s offer includes the Price List with all five (5) tabs completed of Attachment 3 – Price List. An offer is not complete unless all five (5) tabs have been completed. 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 - Commercial Items – FAR 52.212-2 (Nov 2021)



The 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:



Factor 1 – Technical



Factor 2 – Past Performance



Factor 3 – Price



Technical and Past Performance are more important than 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:



Rating Description



Acceptable



The proposal 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 proposal 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:



Rating Description



Acceptable



Based on the offeror’s recent and relevant past performance evaluation 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 meets 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, Lodging Linen Service. Pricing for CLIN 5001 will be for the possibility of a 6-month extension in accordance with FAR 52.217-9. The lowest priced offer receiving an Acceptable Rating for Factor 1 - Technical and an acceptable rating for Factor 2 – Past Performance, 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 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.



The overall Best Value will be determined by the Contracting Officer. 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 Lisa Hallberg at lisa.hallberg.1@us.af.mil. The deadline for submitting questions is Wednesday, 21 February 2024 at 10:00 AM PST. Questions submitted after the aforementioned cutoff date and time will not be reviewed or answered. The Answers will be provided by Thursday, 22 February at 2:00 PM PST. All responses to questions will be posted to SAM.gov for viewing.



10. Proposals are due no later than Monday, 6 March 2024 at 10:00am PST. Only proposals submitted electronically via email will be considered for this requirement. Submit proposals to Ms. Lisa Hallberg at lisa.hallberg.1@us.af.mil. Please include the solicitation number, FA486124R0007, in the Subject Line of the email to ensure prompt receipt of your proposal.



DELIVERABLES: At a minimum, Offerors shall provide the following with their proposal:




  1. Capability Statement

  2. Attachment 2 - FA486124R0007 SF 1449 Solicitation (Signed by Offeror)

  3. Attachment 3 - Price List

  4. Attachment 4 - Past Performance Evaluation Survey



Offers that do not include a complete proposal will be deemed unresponsive and not considered.



Attachment 1 - PWS – 99 FSS Lodging Linen Service



Attachment 2 - FA486124R0007 SF 1449 Solicitation



Attachment 3 – Price List



Attachment 4 – Past Performance Evaluation Survey



Attachment 5 - Wage Determination 15-5593 Rev 24



Attachment 6 - Combo Synopsis_Solicitation


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
  • Feb 08, 2024 10:40 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 >