Skip to main content

An official website of the United States government

You have 2 new alerts

LAUNDRY SERVICE BPA

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 (Updated)
  • Updated Published Date: May 15, 2023 02:07 pm CDT
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 08, 2023
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Updated Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Camp Douglas , WI 54618-5001
    USA

Description

COMBINED SYNOPSIS/SOLICITATION:

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, in which quotations are being requested. Solicitation W50S9H-23-Q-0003 incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) 2023-02, dated 16 March 2023.  This requirement is set-aside 100% Small Business.  North American Industry Classification System Code (NAICS) is 812320 – Drycleaning and Laundry Services (except Coin-Operated) with a size standard of $7.0 Million. All qualified Small Businesses under this industry are encouraged to submit quotations.

DESCRIPTION OF REQUIREMENT: BLANKET PURCHASE AGREEMENT for LAUNDRY SERVICES

The Contractor shall provide all laundry services as stated within the attached Statement of Work (SOW).  Items shall be picked up from and dropped off at Volk Field Air National Guard Base, Camp Douglas, WI 54618.  Laundering shall take place at vendor’s place of business.

The anticipated Period of Performance (POP) shall be 1 June 2023 thru 31 May 2028.

EVALUATION OF QUOTES:

The Government will award a single Blanket Purchase Agreement resulting from this solicitation to the responsible offeror whose quotation conforms to the solicitation.  The Government will evaluate offers based on price.

  1. Price - All offers will be evaluated and ordered from lowest to highest according to the vendors quoted prices submitted to the Government in the provided “Volk Field Laundry Pricing Worksheet”.

The Government intends to evaluate quotations and award a single blanket purchase agreement without discussions.  Therefore, the Offeror’s initial quotation should contain the Offeror’s best terms from a price standpoint.

APPLICABLE LABOR LAWS:

Wages under this contract are subject to the Service Contract Act which can be found at: System for Award Management (SAM) http://www.sam.gov/

REFERENCES:

The following publications are available electronically at https://www.acquisition.gov/

Federal Acquisition Regulations (FAR)

Defense Federal Acquisition Regulation Supplement (DFARS)

APPLICABLE PROVISIONS AND CLAUSES:

52.204-7  System for Award Management  OCT 2018

52.204-18  Commercial and Government Entity Code Maintenance   AUG 2020

52.204-24  Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment  NOV 2021

52.204-25  Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment  NOV 2021

52.212-1  Instructions to Offerors--Commercial Items  MAR 2023

52.212-2  Evaluation – Commercial Items  NOV 2021

52.212-3 Alt I  Offeror Representations and Certifications -- Commercial Items  DEC 2022

52.212-4  Contract Terms and Conditions--Commercial Items  DEC 2022

52.212-5  Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items  MAR 2023

52.219-1  Small Business Program Representations  MAR 2023

52.232-39  Unenforceability of Unauthorized Obligations  JUN 2013

52.232-40  Providing Accelerated Payments to Small Business Subcontractors  MAR 2023

52.233-1  Disputes  MAY 2014

52.233-4  Applicable Law for Breach of Contract Claim  OCT 2004

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  NOV 2020

52.252-6  Authorized Deviations in Clauses  NOV 2020

252.203-7000  Requirements Relating to Compensation of Former DoD Officials  SEP 2011

252.203-7002  Requirement to Inform Employees of Whistleblower Rights  DEC 2022

252.203-7005  Representation Relating to Compensation of Former DoD Officials  SEP 2022

252.204-7003  Control Of Government Personnel Work Product  APR 1992

252.204-7012  Safeguarding Covered Defense Information and Cyber Incident Reporting  JAN 2023

252.204-7015  Notice of Authorized Disclosure of Information for Litigation Support  JAN 2023

252.223-7006  Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials  SEP 2014

252.225-7055  Representation Regarding Business Operations with the Maduro Regime  MAY 2022

252.232-7003  Electronic Submission of Payment Requests and Receiving Reports  DEC 2018

252.232-7006  Wide Area Work-Flow Payment Instructions  JAN 2023

252.232-7010  Levies on Contract Payments  DEC 2006

252.243-7001  Pricing Of Contract Modifications  DEC 1991

252.243-7002  Requests for Equitable Adjustment  DEC 2022

252.244-7000  Subcontracts for Commercial Items  JAN 2023

Contained Within 52.212-5

52.204-10  Reporting Executive Compensation and First-Tier Subcontract Awards  JUN 2020

52.204-14  Service Contract Reporting Requirements  OCT 2016

52.209-6  Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment  DEC 2010

52.219-6  Notice of Total Small Business Set-Aside  NOV 2020

52.219-28  Post Award Small Business Program Re-representation  MAR 2023

52.222-3   Convict Labor  JUN 2003

52.222-21  Prohibition of Segregated Facilities  APR 2015

52.222-26  Equal Opportunity  SEP 2016

52.222-36  Equal Opportunity for Workers with Disabilities  JUN 2020

52.222-50  Combating Trafficking in Persons  NOV 2021

52.223-18  Encouraging Contractor Policies to Ban Text Messaging While Driving  JUN 2020

52.225-13  Restrictions on Certain Foreign Purchases  FEB 2021

52.232-33  Payment by Electronic Funds Transfer—System for Award Management  OCT 2018

52.222-41  Service Contract Labor Standards  AUG 2018

52.222-42  Statement of Equivalent Rates for Federal Hires  MAY 2014

SPECIAL INSTRUCTIONS:

Offerors shall be required to return the attached “Volk Field Laundry Pricing Worksheet”, signed, and filled in appropriately as their offer.

All contractors SHALL be registered in the System for Award Management (SAM) http://www.sam.gov database prior to submission of quotation in accordance with FAR 4.1102(a).

QUESTIONS DUE DATE AND TIME:

All questions concerning this solicitation shall be sent via email to:  WI.CRTC.VF.Contracting@us.af.mil  by NLT 12 May 2023 at 01:00 PM CDT.

A question and answer (Q&A) will be posted, if required, approximately three (3) business days after all questions have been received.

OFFER DUE DATE AND TIME:

Offers are due 24 May 2023 at 01:00 PM CDT.

Offerors MUST provide quotes via e-mail ONLY.

LATE OFFERS:

Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in this solicitation by the time specified in the solicitation. Quotations or modification of the quotation received at the e-mail address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)).

CONTRACTING OFFICE CONTACT INFORMATION:

All offers and questions pertaining to this solicitation shall be sent by email to the following email address: WI.CRTC.VF.Contracting@us.af.mil

****The Government will NOT answer questions via telephone.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History