Amendment 1: To correct delivery schedule changing from, "Laundry pick-up and delivery shall be Monday's and Thursday's before 11:00 am", to "Laundry pick-up shall be done on Monday's or Thursday's before 10:00am and delivery shall be done on Monday's or Thursday's before 10:00am",
To add/change section 2.0 General Information to add 2.1-2.1.7,
And to add a Question and Answer Section.
This acquisition is a 100% Small Business Set‐Aside.
Solicitation number: F1S3AD6265A001
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in
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. This is a request for quotes (RFQ). This solicitation also uses the simplified
acquisition procedures contained in FAR Part 13. All responsible sources may submit a firm‐fixed price
(FFP) quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal
Acquisition Circular (FAC) 2005‐89 and DFARs Change Notice (DPN) 20160830, AFFARS (AFAC) 2016‐
0603. The Government intends to award a contract resulting from this solicitation to the responsible
offeror whose offer is the lowest priced, technically acceptable. NAICS is 812320 with a Small Business
size standard of $5.5 million dollars. FSC/SVC code is S209.
AFTC/PZIOA, Edwards AFB, CA is seeking Child Development Center Laundry Services for 1 year. This is
the request for quotation (RFQ). Award will be made to the lowest price, technically acceptable offer.
This is an "All or None" acquisition; incomplete quotes will not be considered.
REQUIREMENT:
Statement of Work
Laundry Service, Child Development Care Center
October 13, 2016
Table of Contents
1.0 SUMMARY OF SERVICES
1.1.DESCRIPTION OF SERVICES: The contractor shall provide all personnel equipment, tools,
materials, supervision and other items and services necessary to perform the laundry
cleaning in accordance with industry standards, Occupational Safety and Health
Administration standards, and as required in this Statement of Work.
1.2. SPECIFIC TASKS: The contractor shall accomplish all tasks to meet the requirements of the
Statement of Work (SOW). Laundry service delivery standards include; pick‐up and delivery
are met, correct quantities of laundry are delivered, laundry is delivered free of all visible
dirt, debris, dampness, offensives odors, mildew, cleansing chemical residue, has a uniform
appearance, and items are properly finished and packaged. Exchange of signed receipts
accompanying laundry, between the Contractor and the Government is specifically required.
1.3.SCHEDULE: Laundry pick‐up shall be done on Monday's or Thursday's before 10:00am and delivery shall be done on Monday's or Thursday's before 10:00 am.
Workdays exclude Saturday's, Sunday's, Holidays observed by the Military/Government and
or otherwise specified (i.e. down days). A Child Development Center representative will
contact the contractor to inform of scheduled changes.
1.4.LOCATION: The locations for pick‐up and delivery will be at the Child Development Center,
Bldg. 6457 Fitzgerald Blvd., Edwards AFB CA 93524.
1.5. PICK UP: At point of pick‐up the contractor shall weigh or count the laundry and a Child Dev.
Center representative shall sign the original pick‐up receipt, signature constitutes an
agreement to the Child Dev. Ctr. count. The Child Dev. Ctr. will retain a copy of the slip and
the contractor will retain the original.
1.6. DELIVERY: The contractor shall record the weight or count of articles delivered on the
delivery receipt, and a Child Dev. Ctr. representative will verify this weight or count. Items
delivered must be 100 percent of items picked up. The items delivered shall be clean, dry
and bundled. Damaged items shall be returned in a separate bundle labeled "damaged".
1.7.INDUSTRY REGULATORY HEALTH REQUIREMENTS: The Contractor is responsible for all
compliance with any certification or labeling requirements arising from health regulations.
The contractor shall furnish laundry bags and containers for the storage and collection of
dirty laundry.
1.8.WORKMANSHIP AND SANITATION: Delivered finished articles shall conform to the generally
accepted industry standards and/or Department of Health for quality of cleanliness, finish
and appearance. The contractor's facility shall be open to inspection of sanitary conditions
at any time by the representative of the Government; the right to perform or cause to have
performed any test necessary to determine the sanitary condition of articles delivered by
the Contractor, is reserved by the Government. The sanitary condition of the delivery
vehicle and the handling of clean laundry according to regulations are also open to
inspection.
1.9.RE‐PERFORMANCE OF LAUNDERING: Any items found to be unacceptable shall be re-cleaned
at no additional cost to the Government. Such items shall be identified by the
Quality Assurance Person (QAP), to the contractor's representative immediately or at the
next scheduled pick‐up after the unacceptable condition is discovered.
1.10. MISSING ARTICLES: The contractor shall replace any article's mission from a delivery by
the next regularly scheduled delivery at no additional cost to the Government. Articles that
cannot be replaced by the Contractor will be considered lost after 10 days. If replacements
cannot be made within 10 days, the current cost for the articles will be deducted from the
contract billing cost, at full replacement Value.
2.0 GENERAL INFORMATION
2.1 SECURITY REQUIREMENTS:
2.1.1. All contractor employees will be subject to a criminal history background check IAW AFMAN 31-113, Installation Perimeter Access Control. Vehicle registration, proof of insurance and a valid driver's license must be presenter for vehicles.
2.1.2. The contractor shall comply with all base security regulations. Additionally, the contractor shall comply with actions dictated by force protection condition changes/measures.
2.1.3. The contractor shall report suspicious activity to base Security Forces at
661-277-3340 in a timely manner.
2.1.4. Contractor will be offered Level I - Anti-terrorism Awareness Training by the government. This training provides contractor employees with the requisite knowledge necessary to remain vigilant for possible terrorist threats. Coordination for training should be done by the requiring unit after contract award.
2.1.5. The Contractor shall be responsible for safeguarding all government property, equipment and materials provided for Contractor use. At the end of each work period, all government facilities, equipment, and materials shall be secured.
2.1.6. The Contractor and its employees shall comply with all base traffic regulations.
2.1.7. Contractor employees are prohibited from possessing weapons, firearms or ammunition, on themselves or within Contractor-owned or privately owned vehicle while on Edwards AFB.
2.2 QUALITY CONTROL: The contractor is responsible for quality control procedures that encompass all aspects of the contract. The contractor shall establish, maintain, and enforce a quality plan to ensure compliance with the requirements of this Statement of Work.
2.3 PERFORMANCE EVALUATION MEETINGS: The contractor or designated representative shall be available to participate in quality control meetings at the EAFB contracting office, should problems regarding quality control and contract performance deem it necessary.
3.0 PICKUP AND DELIVERY
Laundry Services
# laundered/week Total Laundry Per Year
Children's Sheets 285 14,300
Children's Blankets 260 13,000
Total of Pieces 545 27,300
Clauses and Provisions
52.204‐7 System for Award Management Jul 2013
52.204‐9 Personal Identity Verification of Contractor Personnel. Jan 2011
52.204‐10 Reporting Executive Compensation and First‐Tier Subcontract
Awards Oct 2015
52.209‐6 Protecting the Governments Interest When Subcontracting with
Contractors Debarred, Suspended, or Proposed for Debarment Oct 2015
52.212‐4 Contract Terms and Conditions May 2015
52.212‐5 Contract Terms and Conditions Required to Implement
Statutes or Executive Orders‐ Commercial Items May 2015
52.217‐8 Option to Extend Services Nov 1999
52.217‐9 Option to Extend the Term of the Contract Mar 2000
52.219‐6 Notice of a Total Small Business Set‐Aside. Nov 2011
52.222‐3 Convict Labor Jun 2003
52.222‐19 Child Labor - Cooperation with Authorities and Remedies Feb 2016
52.222‐21 Prohibiltion of Segregated Facilites Apr 2015
52.222‐26 Equal Opportunity Apr 2015
52.222‐37 Employment Reports on Veterans Feb 2016
52.222‐42 Statement of Equivalent Rates for Federal Hires May 2014
52.222‐44 Fair Labor Standards Act and Service Contract Labor Standards -
Price Adjustment May 2014
52.222‐50 Combating Trafficking Persons Mar 2015
52.223‐15 Energy Efficiency in Energy‐Consuming Products Dec 2007
52.223‐18 Encouraging Contractor Policies to Ban Text Messaging While
Driving Aug 2011
52.225‐13 Restrictions on Certain Foreign Purchases Jun 2008
52.232‐18 Availability of Funds Apr 1984
52.232‐33 Payment by Electronic Funds Transfer - System for Award
Management Jul 2013
52.233‐1 Disputes May 2014
52.233‐3 Protest After Award Aug 1996
52.233‐4 Applicable Law for Breach of Contract Claim Oct 2004
52.252‐6 Authorized Deviations in Clauses Apr 1984
252.201‐7000 Contracting Officer's Representative Dec 1991
252.203‐7002 Requirements to Inform Employees of Whistleblower Rights Sep 2013
252.203‐7003 Agency Office of the Inspector General Dec 2012
252.204‐7003 Control of Government Personnel Work Product Apr 1992
252.204‐7004 Alternate A, System for Award Management Feb 2014
252.204‐7005 Representation Relating to Compensation of Former DoD
Officials Nov 2011
252.204‐7006 Billing Instructions Oct 2005
252.204‐7012 Safeguarding Covered Defense Information and Cyber Incident
Reporting Sep 2015
252.211‐7003 Item Unique Identification and Valuation Dec 2013
252.225‐7001 Buy American and Balance of Payments Program Nov 2014
252.225‐7048 Export‐Controlled Items Jun 2013
252.232‐7003 Electronic Submission of Payments Requests and Receiving
Reports Jun 2012
252.232‐7006 Wide Area WorkFlow Payment Instructions May 2013
252.232‐7010 Levies on Contract Payments Dec 2006
252.233‐7008 Prohibition of Hexavalent Chromium Jun 2013
252.237‐7014 Loss or Damage (Count‐Of‐Articles) Dec 1991
252.237‐7016 Delivery Tickets Nov 2014
252.247‐7023 Transportation of Supplies by Sea Apr 2014
5352.223‐9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) Nov 2012
5352.223‐9001 Health and Safety on Government Installations Nov 2012
5352.242‐9000 Contractor Access to Air Force Installations Nov 2012
5352.201‐9101 Ombudsman Apr 2014
52.252‐1 ‐‐ Solicitation Provisions Incorporated by Reference (FEB 1998). This solicitation incorporates
one or more solicitation provisions by reference, with the same force and effect as if they were given in
full text. Upon request, the Contracting Officer will make their full text available. The offeror is
cautioned that the listed provisions may include blocks that must be completed by the offeror and
submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror
may identify the provision by paragraph identifier and provide the appropriate information with its
quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this
address: http://farsite.hill.af.mil.
52.252‐2 - Clauses Incorporated by Reference (FEB 1998). This contract incorporates one or more
clauses by reference, with the same force and effect as if they were given in full text. Upon request, the
Contracting Officer will make their full text available. Also, the full text of a clause may be accessed
electronically at this/these address (es): http://farsite.hill.af.mil
All quotes are to be sent via email to jenna.jacobson@us.af.mil or mailed to AFTC/PZIOA, 5 South Wolfe
Ave., Edwards AFB, CA 93524‐1185, Attention: Jenna A. Jacobson. The phone number is 661‐277‐2094.
Jenna Jacobson
Contract Specialist
5 South Wolfe Avenue
Edwards AFB, CA 93524
661‐277‐2094
Jenna.jacobson@us.af.mil
Late submissions will not be accepted.
Responses are due into the office no later than Wednesday, 19 OCT 2016 at 11:00 a.m. PDT.