Missouri Bids > Bid Detail

S--Gateway Arch National Park - Laundry Services

Agency: INTERIOR, DEPARTMENT OF THE
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159447590314192
Posted Date: May 19, 2023
Due Date: May 30, 2023
Solicitation No: 140P6223Q0019
Source: https://sam.gov/opp/95da1b00e8...
Follow
S--Gateway Arch National Park - Laundry Services
Active
Contract Opportunity
Notice ID
140P6223Q0019
Related Notice
Department/Ind. Agency
INTERIOR, DEPARTMENT OF THE
Sub-tier
NATIONAL PARK SERVICE
Office
MWR MISSOURI MABO(62000)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: May 19, 2023 12:59 pm CDT
  • Original Published Date: May 19, 2023 12:03 pm CDT
  • Updated Date Offers Due: May 30, 2023 05:00 pm CDT
  • Original Date Offers Due: May 30, 2023 05:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 14, 2023
  • Original Inactive Date: Jun 14, 2023
  • 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:
    11 North 4th St Saint Louis , MO 63102
    USA
Description View Changes
(i) This is a combined synopsis/solicitation for a commercial item being procured in accordance with the format in Subpart 12.6, as supplemented with additional information as included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. All clauses may be viewed in the entirety at www.acquisition.gov

(ii) The solicitation number 140P6223Q0019 and is issued as a request for quote (RFQ).

(iii) The solicitation incorporates provisions and clauses in effect through the current Federal Acquisition Circular: 2023-02

(iv) This requirement is a 100%, Total Small Business Set-Aside. The relevant NAICS is 812332 Industrial Launderers and the size standard is $47 Million.

(v) Line Items:

All Contract Line Items (CLINS) are By Dollars (UNIT: AU)

Each CLIN quantity is estimated, please provide a unit cost per each.
CLIN 0010 - 4x6ft Logo Mats - 8 each
CLIN 0020 - 3x5ft Scraper Mats - 8 each
CLIN 0030 - 36in Dust mops - 75 each
CLIN 0040 - 23in Dust Mops - 22 each
CLIN 0050 - Large Wet Mop, Color A - 150 each
CLIN 0060 - Large Wet Mop, Color B - 150 each
CLIN 0070 - Microfiber Mops - 20 each
CLIN 0080 - Soda Towels - 200 each
CLIN 0090 - Microfiber Wiper Cloth - 400 each
CLIN 0110 - OPTION YEAR 1 - 4x6ft Logo Mats - 8 each
CLIN 0120 - OPTION YEAR 1 - 3x5ft Scraper Mats - 8 each
CLIN 0130 - OPTION YEAR 1 - 36in Dust mops - 75 each
CLIN 0140 - OPTION YEAR 1 - 23in Dust Mops - 22 each
CLIN 0150 - OPTION YEAR 1 - Large Wet Mop, Color A - 150 each
CLIN 0160 - OPTION YEAR 1 - Large Wet Mop, Color B - 150 each
CLIN 0170 - OPTION YEAR 1 - Microfiber Mops - 20 each
CLIN 0180 - OPTION YEAR 1 - Soda Towels - 200 each
CLIN 0190 - OPTION YEAR 1 - Microfiber Wiper Cloth - 400 each
CLIN 0210 - OPTION YEAR 2 - 4x6ft Logo Mats - 8 each
CLIN 0220 - OPTION YEAR 2 - 3x5ft Scraper Mats - 8 each
CLIN 0230 - OPTION YEAR 2 - 36in Dust mops - 75 each
CLIN 0240 - OPTION YEAR 2 - 23in Dust Mops - 22 each
CLIN 0250 - OPTION YEAR 2 - Large Wet Mop, Color A - 150 each
CLIN 0260 - OPTION YEAR 2 - Large Wet Mop, Color B - 150 each
CLIN 0270 - OPTION YEAR 2 - Microfiber Mops - 20 each
CLIN 0280 - OPTION YEAR 2 - Soda Towels - 200 each
CLIN 0290 - OPTION YEAR 2 - Microfiber Wiper Cloth - 400 each
CLIN 0310 - OPTION YEAR 3 - 4x6ft Logo Mats - 8 each
CLIN 0320 - OPTION YEAR 3 - 3x5ft Scraper Mats - 8 each
CLIN 0330 - OPTION YEAR 3 - 36in Dust mops - 75 each
CLIN 0340 - OPTION YEAR 3 - 23in Dust Mops - 22 each
CLIN 0350 - OPTION YEAR 3 - Large Wet Mop, Color A - 150 each
CLIN 0360 - OPTION YEAR 3 - Large Wet Mop, Color B - 150 each
CLIN 0370 - OPTION YEAR 3 - Microfiber Mops - 20 each
CLIN 0380 - OPTION YEAR 3 - Soda Towels - 200 each
CLIN 0390 - OPTION YEAR 3 - Microfiber Wiper Cloth - 400 each
CLIN 0410 - OPTION YEAR 4 - 4x6ft Logo Mats - 8 each
CLIN 0420 - OPTION YEAR 4 - 3x5ft Scraper Mats - 8 each
CLIN 0430 - OPTION YEAR 4 - 36in Dust mops - 75 each
CLIN 0440 - OPTION YEAR 4 - 23in Dust Mops - 22 each
CLIN 0450 - OPTION YEAR 4 - Large Wet Mop, Color A - 150 each
CLIN 0460 - OPTION YEAR 4 - Large Wet Mop, Color B - 150 each
CLIN 0470 - OPTION YEAR 4 - Microfiber Mops - 20 each
CLIN 0480 - OPTION YEAR 4 - Soda Towels - 200 each
CLIN 0490 - OPTION YEAR 4 - Microfiber Wiper Cloth - 400 each
(vi) The National Park Service's Gateway Arch National Park is seeking quotes for weekly laundering of mats, mops, and towels based upon the preceding quantities. The contract resulting from this solicitation will be Firm, Fixed Price

Gateway Arch National Park is located in St Louis MO, 63102 The park maintains a campus of four buildings with a total of 267,342 sf. The park annually provides services for over a million visitors to the buildings daily, except Thanksgiving, Christmas, and New Years Day, and an additional 170,895 visitors who only visit the park grounds and have access to restroom facilities without visiting the museum or Arch Monument. We also provide services to approximately 400 staff throughout the site. The parks busiest visitor season is from Memorial Day through Thanksgiving, leaving park staff time to perform more complex maintenance and operational services to park facilities and programs. Scheduled service delivery and pickup hours at the park are between 6 am 7:30 am at the Gateway Arch Visitor Center. This contract is being solicited for a base year with 4 option years based on service delivery and pickup for product supply and laundering throughout the contract.

(vii) The first year of the contract is estimated to begin on 15 June 2023 for a duration of one year with four option years.

(viii) FAR provision 52.212-1 Instructions to Offerors - Commercial Products and Services applies to this acquisition.

All interested parties shall be registered and active in the System for Award Management or SAM at time an offer or quotation is submitted.
The offerors shall submit a quote to the contracting officer by email to: matthew_frank@nps.gov

Include with the quote a completed copy of the attached pricing sheet and an acknowledgement that you do not provide the covered telecommunications equipment (see clause below, 52.204-26)

(ix) FAR provision 52. 212-2 Evaluation - Commercial Products and Services applies to this acquisition. The Government will award a firm, fixed price 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 Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s)

(x) Offers shall include a completed copy of paragraph (b) from within FAR provision 52.212-3 - Offer Representations and Certifications - Commercial Products and Services with its offer.

(xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services (Dec 2022), applies to this acquisition. No addenda are attached.

(xii) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (March 2023), applies to this acquisition. The following clauses within 52.212-5 apply:

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note).
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note).
52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C.644).
52.219-28, Post Award Small Business Program Rerepresentation (MAR 2023) (15 U.S.C. 632(a)(2)).
52.222-3, Convict Labor (June 2003) (E.O.11755).
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Dec 2022) (E.O.13126).
52.222-21, Prohibition of Segregated Facilities (Apr 2015).
52.222-26, Equal Opportunity (Sept 2016) (E.O.11246)
52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).
52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C.793).
52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).
52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513).
52.225-1, Buy American-Supplies (OCT 2022) (41 U.S.C. chapter 83).
52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).
52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). Checked for Service contracts
Wage Determination No. 2015-5075, Rev. 23, 27DEC2022
52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
16250 Washer, Machine Wage: $16.38/hr Fringe: $5.94/hr
52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (JAN 2022).
52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706).

(xiii) The following provisions and clauses are incorporated by reference IAW FAR 52.252-1 into this request for quote:

Provisions

52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
52.204-7 System for Award Management (Oct 2018)
52.204-16 Commercial and Government Entity Code Reporting (Aug 2020)
52.204-22 Alternative Line Item Proposal (Jan 2017)
52.204-24 Representation Regarding Certain Telecommunication and Video Surveillance Services or Equipment (Nov 2021)
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representation (Nov 2015)
52.212-1 Instructions to Offerors - Commercial Products and Commercial Services (Mar 2023)

Clauses

52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Jun 2020)
52.204-13 System for Award Management Maintenance (Oct 2018)
52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)
52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014)
52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts (Sep 2013)
52.223-5 Pollution Prevention and Right-to-Know Information (May 2011)
52.232-18 Availability of Funds (Apr 1984)
52.253-1 Computer Generated Forms (Jan 1991)

The following provisions and clauses are included in full text as prescribed:

52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020)

(a)        Definitions. As used in this provision, "covered telecommunications equipment or services" and "reasonable inquiry" have the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

(b)        Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for "covered telecommunications equipment or services".

(c)        Representations. (1) The Offeror represents that it [ ] does, [ ] does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument.

(2) After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it [ ] does, [ ] does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services.

(End of provision)
52.217-9 Option to Extend the Term of the Contract

(a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years.

(End of clause)

Invoicing Processing Platform (IPP) - Treasury Electronic Invoicing System (May 2016)

Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP).

"Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Products and Commercial Services included in commercial item contracts. The IPP website address is: https://www.ipp.gov.

Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice:

1. Copy of vendor invoice document in PDF format, which shows pricing breakdown for all items being invoiced for and must include the contract number, date(s) of service (if applicable), date of invoice, and the vendor's standard invoice letterhead.

The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email IPPCustomerSupport@fiscal.treasury.gov or phone (866) 973-3131.

If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation.

(End of Local Clause)

Working in a Federal building or Federally controlled indoor workspaces:

In order to take steps to prevent the spread of COVID-19 and to protect the health and safety of all Federal employees, onsite contractors, visitors to Federal buildings or Federally controlled indoor workspaces, and other individuals interacting with the Federal workforce, employees under the subject contract who are required to work on site in Federal buildings or Federally controlled indoor worksites must comply with requirements located at https://www.saferfederalworkforce.gov/overview/.
(xiv) N/A

(xv) All quotes shall be received, via email to matthew_frank@nps.gov, no later than 17:00 Central, on 30 May 2023.

(xvi) All communication regarding this solicitation, including questions and requests for additional information, shall be emailed to matthew_frank@nps.gov
Attachments:

Wage Determination
Pricing Sheet
Mat Logo
Attachments/Links
Contact Information View Changes
Contracting Office Address
  • DOI, NPS, MWR - Missouri MABO 601 Riverfront Drive
  • Omaha , NE 68102
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >