Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2001 FBO #0006
PRESOLICITATION NOTICE

S -- Laundry Service

Notice Date
12/6/2001
 
Notice Type
Presolicitation Notice
 
Contracting Office
USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
 
ZIP Code
65101-1200
 
Solicitation Number
DAHA23-02-0019
 
Response Due
12/15/2001
 
Archive Date
1/14/2002
 
Point of Contact
Mary Lea, (573) 638-9575
 
E-Mail Address
Email your questions to USPFO for Missouri
(mary.lea@mo.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA 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 may be viewed at http:\\www.uspfo-mo.org. The request for quote document number is DAHA23-02-T-0019 and incorporated provisions and clauses are current through FAC 01-02. This solicitation is a small business se t-aside under NAICS 812332 . STATEMENT OF WORK: 1.General Requirements 1.1) The contractor shall provide Performance Based Laundry Services for the Missouri National Guard (MONG) Training Site Usage Manager, located at 6900 North Boundary Road, Jefferso n City, Missouri in accordance with the terms and conditions set forth herein for a Base Year plus four (4) option years. Performance evaluation shall be based on the following criteria: Timely Delivery, Lose ratio and quality returns. The option year per iods will be exercised so long as the contractor?s, performance evaluation is above 90% and pricing remains competitive with the market.1.2) The contractor shall be requested on occasion to provide services on ?as needed, if needed? basis during high vol ume periods.1.3) The Government cannot guarantee a minimum or maximum amount of service; however, the Missouri National Guard estimates that approximately 1,800 pounds of laundry per month will need cleaned. 2. Specific Performance 2.1) The contractor m ust pick up soiled laundry at the Military Education Facility (MEF) and deliver clean laundry to the MEF once a week. Pick-up and delivery to be Mondays prior to 10:00 am, except Federal holidays (a calendar to be provided) 2.2) The clean laundry shall be returned to the MONG, address above, within 7 days, or by special arrangement. 2.3) The contractor shall pick up and deliver laundry on additional days, if requested by the MONG. 2.4) The contractor shall provide the MONG with at least two (2) portable laundry carts for use by the MONG, and shall be of sufficient size to meet the needs of the MONG. The carts must be on wheels, or of a similar design which would allow movement by one person. 2.5) The MONG will count and inventory laundry prior to being picked up by the contractor. The contractor must sign the inventory sheet as verification of the amount of laundry received and sign inventory sheet. Discrepancies between the MONG count and the contractor?s count shall be mutually resolved prior to the c ontractor leaving the Government site. 2.6 The MONG shall count and inventory all clean laundry at the time of delivery. The contractor shall sign the MONG inventory sheet as verification of the amount of laundry delivered. 2.7) The contractor shall be r esponsible for any shortages of laundry and shall provide restitution by one of the following methods as determined by the MONG. The contractor shall reimburse the MONG for shortages of laundry at replacement costs. The contractor shall replace the laund ry items of the same type of equal or better quality as determined by the MONG. 2.8) The contractor shall deliver clean laundry in accordance with the following specifications: a. Mattress pads shall be folded to approximately 12? x 20?. b. Flat sheets shall be ironed and folded to approximately 12? x 20? and in bundes of 20. c. Pillowcases shall be folded to approximately 6? x 6? and in bundles of 20. d. Blankets shall be folded to approximately 12? x 20?. e. Bedspreads shall be folded to approximate ly 12? x 20?. f. All partial bundles shall be marked with the quantity. 3. Invoicing Requirements 3.1) The contractor shall submit an itemized invoice to the MONG at the time of each pickup/delivery. 3.2) The contractor shall submit a monthly statement for services actually provided to the address indicated on page 1 of the award.3.3) The contractor will be paid monthly in accordance with the firm fixed price per pound as stated in the contract. No additional compensation shall be paid to the contractor. 4. Performance Evaluation Formula: 4.1 Delivery: Total number of deliveries divided by number of late deliveries. 4.2 Loss Ratio: Inventory of items pic ked up divided by inventory of items delivered. The contractor is not absolved on responsibility identified in para 2.8. 4.3 Returns defined as any item returned to the contractor due to performance (damage to the item during cleaning process and/or poor quality cleaning). Inventory of items delivered divided by number of returns. 4.4 The MONG will maintain inventories and vendor performance data throughout the contract period, prior to exercising any option period the Over-all Performance cannot fall b elow 90%. 5) Pricing for each of the following items: white sheets, white pillow cases, white mattress pads, white hand towels, white wash cloths, white thermal blankets, thermal blankets with stripe, colored sheets, colored pillow cases, colored bath to wels, colored wash cloths, colored bath mats, colored cotton bedspreads, dry clean wool blankets. U.S. Department of Labor Wage Rates are applicable to this solicitation/award. The following FAR Clauses and Provisions are applicable and may be obtained at the following Web Site http://farsite.hill.af.mil: 53.312-1; Instruction to Offerors?Commercial Items, 52.212-2; Evaluation?Commercial Items, 52.212-3; Offeror Representations and Certifications ? Commercial Items, 52.204-6 Data Universal Numbering Syst em (DUNS), 52.212-4; Contract Terms and Conditions?Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statures or Executive Orders?Commercial Items (a)(b)(11)(12)(13)(14)(15)(16)(25)(d)(e), 52.217-5; Evaluation of Options, 52.2 17-9, Option to Extend the Term of the Contract, 52.219-6; Notice of Total Small Business Set-Aside, The following DFAR Clauses are applicable: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive orders Applicable to D efense Acquisitions of Commercial Items; (a) 252.225-7001 and (b). The evaluation factors in order of importance are as follows: Contractor?s past performance for quality and delivery.and price. The contractor will be notified within sixty (60) days of G overnments intent to exercise an option period and issue a modification within thirty (30) to extend the contract. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote best conforms to the solicita tion that will be most advantageous to the Government. The Government intends to evaluate quotes and award without discussion. Submit at least three references to include; name, address and telephone number. Awardee must accept EFT payment and provide ac count information. A completed copy of the provision at FAR 52.212-3; Offerors Representations and Certifications must accompany your proposal. Due date for submission is 4:00 p.m. CST 15 Dec 2001. Quotes may be submitted via e-mail, mary.lea@mo.ngb.arm y.mil, commercial mail, USPFO for Missouri, ATTN: NGMO-PFC (Ann Lea), 7101 Military Circle, Jefferson City, MO 65101-1200 or by Facsimile (573) 638-9992.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: USPFO for Missouri 7101 Military Circle, Jefferson City MO
Zip Code: 65101-1200
Country: US
 
Record
SN20011206/00001347-011207191027 (fbodaily.com)
 

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.