Uniform Rental & Cleaning Services

Agency:
State: New Jersey
Type of Government: Federal
Category:
  • S - Utilities and Training Services
Posted: Mar 5, 2024
Due: Mar 7, 2024
Publication URL: To access bid details, please log in.
Follow
Uniform Rental & Cleaning Services
Active
Contract Opportunity
Notice ID
N68335-24-Q-0112
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAIR WARFARE CTR AIRCRAFT DIV
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 05, 2024 10:50 am EST
  • Original Published Date: Feb 26, 2024 08:21 am EST
  • Updated Date Offers Due: Mar 07, 2024 10:00 am EST
  • Original Date Offers Due: Mar 11, 2024 10:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 22, 2024
  • Original Inactive Date: Mar 26, 2024
  • 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:
    Lakehurst , NJ
    USA
Description View Changes

Amendment 0003: The purpose of this amendment is to update the Statement of Work verbiage to clarify the requirement.



Amendment 0002: The purpose of this amendment is to update the Statement of Work to include the Place of Performance as well as update the date responses are due to 07 March 2024 at 10:00am EST.



I. Description of Requirement



This procurement is for Uniform Rental and Cleaning Services for work pants and shirts for 10 employees and one spare set, and coveralls for one person in support of the Prototype, Manufacturing, and Test Division (PMTD). Please see the attached SOW and CLIN Structure for the following:






  • Warranty

  • Vendor provided services

  • Contract Options

  • Inspection and Acceptance

  • Packaging, Preservation and Shipping





The resultant contract will be a firm-fixed-price contract.



II. Solicitation Instructions. (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. (ii) This solicitation is issued as a Request for Quotation (RFQ) in accordance with FAR Subpart 12.6 & FAR Part 13 under combined synopsis/solicitation number N68335-24-Q-0112. (iii) The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01. (iv) This will be Small Business Set-Aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 812332 with a size standard of $47 million. The Product Service Code is S209. (v) See attached Statement of Work (SOW) and CLIN Structure for requirement specifications. (vi) The description of the requirements for the items to be acquired are provided in the description above and the attached SOW and CLIN Structure. (vii) See attached SOW for Date(s) and place(s) of delivery and acceptance. FOB point is destination. Any applicable shipping costs shall be factored into the unit price(s) of each item. Do not include a separate line item for shipping charges. (viii) FAR 52.212-1 Instructions to Offerors--Commercial Products and Commercial Services, is incorporated. (ix) FAR 52.212-2, Evaluation-Commercial Products and Commercial Services is incorporated. (x) This solicitation is open to small businesses.



(a) 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:



Award shall be made to the offeror whose quotation is deemed technically acceptable and is lowest price. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Description; and, 2) Price.



1. Technical Description: The Government will evaluate whether the quoter has included a technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, including the attached SOW and CLIN Structure. Quotations that do not include a technical description of the services being offered or do not include a technical description of the services being offered in sufficient detail to evaluation compliance with the requirements in the solicitation, including the attached SOW and CLIN Structure will not be considered for award.



2. Price: The Government will evaluate price for reasonableness.



(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer or a statement that its Representations and Certifications was completed in the System for Award Management (SAM).



(xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders –Commercial Items is incorporated in this contract by full text; the following provisions apply: 52.222-50, Combating Trafficking in Persons (Mar 2015). (xiii) Additional clauses and provisions and requirements:





FAR 52.204-7: System for Award Management



FAR 52.204-13: System for Award Management Maintenance



FAR 52.204-16: Commercial and Government Entity Code Maintenance



FAR 52.204-21: Basic Safeguarding of Covered Contractor Information Systems



FAR 52.204-24: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment



FAR 52.204-27: Prohibition on a ByteDance Covered Application



FAR 52.219-6: Notice of Total Small Business Set-Aside



FAR 52.223-5: Pollution Prevention and Right-to-Know Information



FAR 52.225-18: Place of Manufacture



FAR 52.225-25: Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation



FAR 52.227-1: Authorization and Consent



FAR 52.227-2: Notice And Assistance Regarding Patent And Copyright Infringement and Certifications.



FAR 52.229-3: Federal, State And Local Taxes



FAR 52.232-39: Unenforceability of Unauthorized Obligations



FAR 52.232-40: Providing Accelerated Payments to Small Business Subcontractors



FAR 52.252-2: Clauses Incorporated By Reference



DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD Officials



DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights



DFARS 252.203-7005: Representation Relating to Compensation of Former DoD Officials



DFARS 252.204-7003: Control Of Government Personnel Work Product



DFARS 252.204-7007: Alternate A, Annual Representations and Certifications



DFARS 252.204-7008: Compliance With Safeguarding Covered Defense Information Controls



DFARS 252.204-7009: Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information



DFARS 252.204-7016: Covered Defense Telecommunications Equipment or Services – Representation



DFARS 252.204-7017: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services – Representation



DFARS 252.204-7018: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services



DFARS 252.211-7003: Item Unique Identification and Valuation



DFARS 252.211-7008: Use of Government-Assigned Serial Numbers



DFARS 252.215-7013: Supplies and Services Provided by Nontraditional Defense Contractors



DFARS 252.217-7026: Identification of Sources of Supply



DFARS 252.223-7008: Prohibition of Hexavalent Chromium



DFARS 252.225-7001: Buy American And Balance Of Payments Program—Basic



DFARS 252.225-7002: Qualifying Country Sources As Subcontractors



DFARS 252.225-7007: Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies





DFARS 252.225-7012: Preference For Certain Domestic Commodities



DFARS 252.225-7013: Duty-Free Entry—Basic





DFARS 252.225-7048: Export-Controlled Items



DFARS 252.226-7001: Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns



DFARS 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports



DFARS 252.232-7006: Wide Area Workflow Payment Instructions



DFARS 252.232-7010: Levies on Contract Payments



DFARS 252.243-7001: Pricing Of Contract Modifications



DFARS 252.244-7000: Subcontracts for Commercial Products or Commercial Services





Additional requirements: Quotes are due by 10:00am EST, 07 March 2024 to Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil. Please see attachments for the SOW and CLIN Structure. All proposals shall meet all requirements as outlined in the attached SOW and CLIN Structure. Proposals shall include price, be “FOB: Destination”, with inspection and acceptance at “destination.” Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors. The Government will accept only electronic proposals.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • LKE. JB MDL BLDG 271 HIGHWAY 547
  • JOINT BASE MDL , NJ 08733
  • USA
Primary Point of Contact
Secondary Point of Contact


History
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...-tier DEPT OF THE ARMY Major Command USACE Sub Command NAD Office W2SD ...

Federal Agency

Bid Due: 12/22/2024

...AFFAIRS, DEPARTMENT OF Sub-tier VETERANS AFFAIRS, DEPARTMENT OF Office NATIONAL CEMETERY ADMIN..., Beverly, ...

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 4/30/2024

...VETERANS AFFAIRS, DEPARTMENT OF Sub-tier VETERANS AFFAIRS, DEPARTMENT OF Office NATIONAL CEMETERY... cleaning ...

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 4/30/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.