Search Contract Opportunities

Laundry Service Central Issue Facility (CIF)   2

ID: W912J2-23-R-0001 • Type: Synopsis Solicitation

Description

Posted: Nov. 18, 2022, 5:45 p.m. EST

NOTICE: This solicitation is being edited on 20 October 2022 to add a Question & Answers document. See the attachments section for this document.

A. DESCRIPTION:

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. All non-price factors will be evaluated using the procedures at FAR 13.106-2, in accordance with FAR subpart 12.602 Streamlined Evaluation of Offers . The price factor will be evaluated in accordance with FAR 13.106-3. This solicitation is being issued today, 07 October 2022, as a Request for Proposal (RFP). The Request for Proposal is made available through www.beta.sam.gov under RFP No. W912J2-23-R-0001, with subject titled: Laundry Service WIARNG Central Issue Facility (CIF).

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-07 / August 10, 2022. This procurement is being issued as unrestricted under the North American Industry Classification System (NAICS) code 812320, Drycleaning and Laundry Services and Product Service Code S209, Housekeeping and laundry /Drycleaning Services. The Combined Synopsis/Solicitation describes the content and format for responding to the Request for Proposal (RFP).

Proposal shall be submitted in the formats stated with all questions and information answered and provided in detail. Elaborate formats or binders are neither necessary nor desired. Legibility, clarity and coherence are important. The proposal shall present information in the order requested in the RFP. The proposal must demonstrate an understanding of the requirement by providing what is asked for or citing how the requirement has been achieved in your normal business practices. It is important that the proposal adhere to the same numbering format and/or titled sections, as used in the RFP, so that the responses correlate to the same paragraph in the RFP requirement. This will make the proposal more evaluator friendly to the evaluation team conducting the evaluation of the proposal.

B. SUPPLEMENTAL AND ADDITIONAL INFORMATON:

1. Proposal Response Due Date/Time: Not Later Than 01 November 2022 / 10:00 am CST.

2. Set-aside Status: Unrestricted;

NAICS Code: 812320

Size Standard: $7,000,000.00

3. Period of Performance: One twelve-month Base Period and four (4) twelve month Option Periods

4. Place of Performance: Contractor shall pick up and deliver laundry at the United States Property and Fiscal Office (USPFO) for Wisconsin Supply & Services, 1 William Street, Camp Douglas, WI. The laundering service shall take place at the Contractor's facility.

5. Basis of Award: The Government intends to award a Firm-Fixed Price, Indefinite Quantity/Indefinite Delivery Single Award Contract. The award will be based on the Lowest-Price Technically Acceptable proposal. Complete proposals shall include the following:

a. Cover Page to include DUNS number, CAGE Code, acknowledgement of any amendments to this solicitation, signature and name of an official having the authority to contractually bind your company

b. Priced CLINS identified in paragraph 6 below AND the attached Price Breakdown Worksheet.

c. Technical Capability - Provide a brief technical proposal that addresses how you will fulfill all requirements in the Performance Work Statement (attached below).

d. Completed Representations and Certifications FAR Provision 52.212-3 (below) - complete and return only paragraph (b) of the provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete and return only paragraphs (c) through (v) of this provision.

6. Contract Line Item Numbers (CLIN), Quantities, Unit of Issue, Unit Price, Total Cost for:

CLIN 0001 CIF Turn In Items Laundry Service - Base Year, 1 JOB @ $ _____________

CLIN 0002 Other Miscellaneous Charge if Applicable Base Year, 1 JOB @ $_____________

CLIN 1001 CIF Turn In Items Laundry Service - Option Year 1, 1 JOB @ $ _____________

CLIN 1002 Other Miscellaneous Charge if Applicable Option Year 1, 1 JOB @ $___________

CLIN 2001 CIF Turn In Items Laundry Service - Option Year 2, 1 JOB @ $ _____________

CLIN 2002 Other Miscellaneous Charge if Applicable Option Year 2, 1 JOB @ $__________

CLIN 3001 CIF Turn In Items Laundry Service - Option Year 3, 1 JOB @ $ _____________

CLIN 3002 Other Miscellaneous Charge if Applicable Option Year 3, 1 JOB @ $__________

CLIN 4001 CIF Turn In Items Laundry Service - Option Year 4, 1 JOB @ $ _____________

CLIN 4002 Other Miscellaneous Charge if Applicable Option Year 4, 1 JOB @ $___________

TOTAL Price Base and all Option Years

NOTE: Use the Price Breakdown Worksheet attached to determine the CLIN prices.

7. Brief Requirement Description:

Provide all personnel, equipment, tools, materials, supervision, and quality control necessary, to perform Laundry Services, as defined in the attached Performance Work Statement.

NOTE: Please see the attached combined synopsis and solicitation document for all information to include applicable clauses and provisions, the attached Performance Work Statement, and the attached Price Breakdown Worksheet.

Posted: Oct. 20, 2022, 12:04 p.m. EDT
Posted: Oct. 7, 2022, 12:29 p.m. EDT

Overview

Response Deadline
Nov. 1, 2022, 11:00 a.m. EDT Past Due
Posted
Oct. 7, 2022, 12:29 p.m. EDT (updated: Nov. 18, 2022, 5:45 p.m. EST)
Set Aside
None
Place of Performance
Camp Douglas, WI United States
Source
SAM

Current SBA Size Standard
$8 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
On 10/7/22 Wisconsin National Guard issued Synopsis Solicitation W912J2-23-R-0001 for Laundry Service Central Issue Facility (CIF) due 11/1/22. The opportunity was issued full & open with NAICS 812320 and PSC S209.
Primary Contact
Name
Lisa M. Burns   Profile
Phone
(608) 427-7274

Documents

Posted documents for Synopsis Solicitation W912J2-23-R-0001

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W912J2-23-R-0001

Award Notifications

Agency published notification of awards for Synopsis Solicitation W912J2-23-R-0001

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation W912J2-23-R-0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W912J2-23-R-0001

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W912J2-23-R-0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7N8 USPFO ACTIVITY WI ARNG
FPDS Organization Code
2100-W912J2
Source Organization Code
100221288
Last Updated
Nov. 20, 2022
Last Updated By
lisa.m.burns40.civ@army.mil
Archive Date
Nov. 16, 2022