This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued.
The solicitation number for this is N0018922Q0083 and will be issued as an RFQ. This solicitation document incorporates provisions and clauses in effect through FAC 2022-04 (effective 01-30-2022) and DFARS Publication Notice (Effective 01-01-2022). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.
The NAICS code is 812320 and the Small Business Standard is 6.0 (millions of dollars). The proposed contract action is for laundry services for which the Government intends to solicit a Firm Fixed Price contract as a small business set-aside, under the authority of FAR 13.003(b)(1).
Line Item Information:
LINE ITEM: 0001
DESCRIPTION: BASE YEAR: Laundry Services for Buildings 60 and 64
EXTENDED DESCRIPTION: All services shall be in accordance with the Performance Work Statement.
QTY: 3500
UNIT OF ISSUE: Pounds
LINE ITEM: 0002
DESCRIPTION: BASE YEAR: Laundry Services for Building 62
EXTENDED DESCRIPTION: All services shall be in accordance with the Performance Work Statement.
QTY: 16000
UNIT OF ISSUE: Pounds
LINE ITEM: 1001
DESCRIPTION: OPTION YEAR 1: Laundry Services for Buildings 60 and 64
EXTENDED DESCRIPTION: All services shall be in accordance with the Performance Work Statement.
QTY: 3500
UNIT OF ISSUE: Pounds
LINE ITEM: 1002
DESCRIPTION: OPTION YEAR 1: Laundry Services for Building 62
EXTENDED DESCRIPTION: All services shall be in accordance with the Performance Work Statement.
QTY: 16000
UNIT OF ISSUE: Pounds
LINE ITEM: 2001
DESCRIPTION: OPTION YEAR 2: Laundry Services for Buildings 60 and 64
EXTENDED DESCRIPTION: All services shall be in accordance with the Performance Work Statement.
QTY: 3500
UNIT OF ISSUE: Pounds
LINE ITEM: 2002
DESCRIPTION: OPTION YEAR 2: Laundry Services for Building 62
EXTENDED DESCRIPTION: All services shall be in accordance with the Performance Work Statement.
QTY: 16000
UNIT OF ISSUE: Pounds
LINE ITEM: 3001
DESCRIPTION: OPTION YEAR 3: Laundry Services for Buildings 60 and 64
EXTENDED DESCRIPTION: All services shall be in accordance with the Performance Work Statement.
QTY: 3500
UNIT OF ISSUE: Pounds
LINE ITEM: 3002
DESCRIPTION: OPTION YEAR 3: Laundry Services for Building 62
EXTENDED DESCRIPTION: All services shall be in accordance with the Performance Work Statement.
QTY: 16000
UNIT OF ISSUE: Pounds
LINE ITEM: 4001
DESCRIPTION: OPTION YEAR 4: Laundry Services for Buildings 60 and 64
EXTENDED DESCRIPTION: All services shall be in accordance with the Performance Work Statement.
QTY: 3500
UNIT OF ISSUE: Pounds
LINE ITEM: 4002
DESCRIPTION: OPTION YEAR 4: Laundry Services for Building 62
EXTENDED DESCRIPTION: All services shall be in accordance with the Performance Work Statement.
QTY: 16000
UNIT OF ISSUE: Pounds
LINE ITEM: 5001
DESCRIPTION: FAR 52.217-8 Option to Extend The Contract: Laundry Services for Buildings 60 and 64
EXTENDED DESCRIPTION: All services shall be in accordance with the Performance Work Statement.
QTY: 1750
UNIT OF ISSUE: Pounds
LINE ITEM: 5002
DESCRIPTION: FAR 52.217-8 Option to Extend The Contract: Laundry Services for Building 62
EXTENDED DESCRIPTION: All services shall be in accordance with the Performance Work Statement.
QTY: 8000
UNIT OF ISSUE: Pounds
Naval Support Activity (NSA) Bethesda Maryland, requires contractor support to provide laundry services to dry clean, launder, fold, quantity package, pickup and deliver various types of linen items.
The contractor shall supply all personnel, equipment, tools, materials, supplies, facilities, supervision, transportation and other necessary services to provide laundry services at NSA Bethesda. Please see attached performance work statement for additional information.
Performance Location(s): Laundry pickup and delivery shall include the facilities listed below:
Naval Support Activity (NSA) Bethesda Housing Department
Bldg 60, 4925 North Palmer Road
Bethesda MD, 20889
Naval Support Activity (NSA) Bethesda Housing Department
Bldg 64, 4530 Taylor Road
Bethesda MD, 20889
Naval Support Activity (NSA) Bethesda Housing Department
Bldg 62, 9080 Beale Road
Bethesda MD, 20889
Period of Performance:
Base Year: 1 MAR 2022 to 28 FEB 2023
Option Period 1: 1 MAR 2023 to 28 FEB 2024
Option Period 2: 1 MAR 2024 to 28 FEB 2025
Option Period 3: 1 MAR 2025 to 28 FEB 2026
Option Period 4: 1 MAR 2026 to 28 FEB 2027
FAR 52.217-8 Optional 6-month Extension: 1 MAR 2027 to 31 AUG 2027
Method of Payment: Wide Area Work Flow (WAWF).
Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.
Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition.
The Government will award on the basis of price unless the contracting officer is aware of past performance
information related to the low price quote which indicates that quote may not represent best value.
In that case, the
Government reserves the right to consider the past performance of other quotes, conduct a price, past performance tradeoff, and award to other than the lowest price quote.
Quoters are requested to include a completed copy of the provision at 52.212-3 (ALT 1), Offeror Representations and Certifications-Commercial Items, with the quote unless the representations and certifications have already been submitted online.
Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are check marked as applicable to the acquisition.
All clauses and provisions applicable to this requirement are included in the attached clauses and provisions.
The Defense Priorities and Allocations System (DPAS) rating does not apply to this acquisition.
This announcement will close at 1400PM ET on THURSDAY, 17 February 2022.
All responsible sources may submit a quote to Lisa Morton, who can be reached at lisa.morton@navy.mil or 757 443 1365. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote, which shall be considered by the agency.
Please review the following applicable attachments:
1. Combined Synopsis/Solicitation
2. Performance Work Statement
3. Clauses and Provisions
4. Wage Determination 2015-4269 Rev 17