Search Contract Opportunities

Laundry and Linen Services   2

ID: 75N95025P00044 • Type: Synopsis Solicitation

Description

Posted: Nov. 20, 2024, 11:38 a.m. EST

QUESTIONS AND RESPONSES ATTACHED

Title: Laundry and Linen Services

(i) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued.

(ii) The solicitation number is 75N95025Q00044 and the solicitation is issued as a request for quotation (RFQ).

This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13 Simplified Acquisition Procedures; and FAR Part 12 Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold.

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2025-01, with effective date November 12, 2024.

(iv) The associated NAICS code 812332 and the small business size standard is $47.0 dollars. This requirement is a total small business set-aside.

(v) This requirement is for the following: Laundry and Linen Services. See Statement of Work attached

(vi) The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is 12 months plus 4 (four) 12 (twelve) month option periods. The place of delivery and acceptance will be 3001 S. HANOVER ST. 5TH FLOOR BALTIMORE, MD 21225

(vii) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html

(End of provision)

The following provisions apply to this acquisition and are incorporated by reference:

  • FAR 52.204-7, System for Award Management (Nov 2024)
  • FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)
  • FAR 52.212-1, Instructions to Offerors-Commercial Items (Sep 2023)
  • FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2024)
  • HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (Dec 2015)

The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses:

https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html

(End of clause)

The following clauses apply to this acquisition and are incorporated by reference:

  • FAR 52.204-13, System for Award Management Maintenance (Oct 2018)
  • FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)
  • FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2023). Addendum to this FAR clause applies to this acquisition and is attached.
  • HHSAR 352.239-74, Electronic and Information Technology Accessibility (Dec 2015)
  • FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (Fill Ins: 15 days, 30 days)

The following provisions and clauses apply to this acquisition and are attached in full text. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal.

  • FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
  • FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)
  • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2024)
  • NIH Invoice and Payment Provisions (Mar 2023)

(viii) The provision at FAR clause 52.212-2, Evaluation-Commercial Items, applies to this acquisition.

(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: (i) technical capability of the item offered to meet the Government requirement; (ii) past performance [see FAR 13.106-2(b)(3)]; (iii) price. Technical and past performance, when combined, are significantly more important than price.

(b) Options. 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).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(ix) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2024), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer.

(x) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2023), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached.

(xii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.

(xiii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.

(xiv) Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall be a firm fixed price per year (base year and each option period).

The Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

All quotations must be received by Monday November 25, 2024 at 9:00 am Eastern Standard Time and must reference solicitation number 7N95025Q00044. Responses must be submitted electronically to Andrea Clay, Contract Specialist, at amcgee@nida.nih.gov

Fax responses will not be accepted.

(xiv) The name and of the individual to contact for information regarding the solicitation:
Andrea Clay

Contract Specialist

amcgee@nida.nih.gov

Posted: Nov. 15, 2024, 1:52 p.m. EST
Background
The National Institute on Aging (NIA), part of the National Institutes of Health (NIH), is seeking to acquire Laundry and Linen Services for its Clinical Research Core located at 3001 S. HANOVER ST. 5TH FLOOR BALTIMORE, MD 21225.

The NIA's mission is to understand aging and extend healthy life years through comprehensive research. This contract aims to ensure that clean linens are available for clinical research participants, as they may stay overnight in the facility's participant rooms.

Work Details
The contractor shall provide all necessary services, personnel, equipment, and facilities to perform laundry services, which include:

1) Receiving soiled linen from the NIA CRC;
2) Cleaning, sanitizing, pressing, folding, bundling, loading, and returning linen in acceptable condition.

All clean linen must be wrapped in clear plastic or other means to maintain cleanliness. The contractor must adhere to current Joint Commission Manual standards and industry standards. The scope includes providing linens as per specified PAR levels and ensuring weekly pickups of soiled linens (estimated at 300-400 pounds) every Friday. The contractor must ensure a 24-hour turnaround for laundry services from pickup to delivery. Additionally, the contractor is responsible for maintaining compliance with all applicable regulations regarding safety and sanitation.

Period of Performance
Base Year from January 1, 2025, to December 31, 2025, with four optional renewal periods of one year each.

Place of Performance
3001 S. HANOVER ST. 5TH FLOOR BALTIMORE, MD 21225

Overview

Response Deadline
Nov. 25, 2024, 12:00 p.m. EST Past Due
Posted
Nov. 15, 2024, 1:52 p.m. EST (updated: Nov. 20, 2024, 11:38 a.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Brooklyn, MD 21225 United States
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Est. Level of Competition
Low
On 11/15/24 National Institute on Drug Abuse issued Synopsis Solicitation 75N95025P00044 for Laundry and Linen Services due 11/25/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 812332 (SBA Size Standard $47 Million) and PSC S209.
Primary Contact
Name
Andrea Clay   Profile
Phone
(301) 480-2449

Documents

Posted documents for Synopsis Solicitation 75N95025P00044

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 75N95025P00044

Award Notifications

Agency published notification of awards for Synopsis Solicitation 75N95025P00044

Contract Awards

Prime contracts awarded through Synopsis Solicitation 75N95025P00044

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 75N95025P00044

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 75N95025P00044

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 75N95025P00044

Additional Details

Source Agency Hierarchy
HEALTH AND HUMAN SERVICES, DEPARTMENT OF > NATIONAL INSTITUTES OF HEALTH > NATIONAL INSTITUTES OF HEALTH NIDA
FPDS Organization Code
7529-75N950
Source Organization Code
100189048
Last Updated
Dec. 11, 2024
Last Updated By
andrea.mcgee@nih.gov
Archive Date
Dec. 10, 2024