Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2002 FBO #0138
SOLICITATION NOTICE

S -- Laundry Services

Notice Date
4/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Federal Emergency Management Agency, Office of Financial Management, MWEAC Satellite Procurement Office, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, VA, 20135
 
ZIP Code
20135
 
Solicitation Number
EMV-2002-RQ-0018
 
Response Due
4/29/2002
 
Archive Date
5/14/2002
 
Point of Contact
Jennie Nickleson, Contract Specialist, Phone (540) 542-2133, Fax (540) 542-2632,
 
E-Mail Address
jennie.nickleson@fema.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation according to the format in FAR Subpart 12.6 as supplement with additional information included in this notice. EMV-2002-RQ-0018 is for laundry services for the Federal Emergency Management Agency located at 19844 Blue Ridge Mountain Road, Bluemont, VA 20135. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-06. This procurement is a small business set-aside; NAICS CODE 812320 small business size standard is 5 million. Only one award will be made from this solicitation via the issuance of a firm-fixed price simplified acquisition order. STATEMENT OF WORK: The contractor is to provide the services of laundering government owned linens at the contractor's facility and returning linen weekly to the government facility. The schedule for pickup or delivery on linens shall be between the hours of 8:00 A.M. - 11:30 A.M. and 12:30 P.M. - 3:30 P.m., Monday thru Friday. The warehouse will not accept linens before or after those hours. The warehouse is closed for all government holidays, which include New Year's Day, Martin Luther King Jr.'s Birthday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, and Christmas Day. During inclement weather, it is advisable for the contractor to call before picking up or delivering linens should the facility be closed. The laundry will be separated into different user groups by laundry bags. The clean laundry returned will be clearly identified by user. Outgoing Linens: A ticket with combined total number of pieces per pickup will be denoted on each of the laundry bags. This ticket will be checked before linens are removed from the facility for cleaning and any disputes regarding the amount of linens shall be corrected at time of pickup. Incoming Linens: Aprons, food coats, napkins, table cloths and gowns are to be pressed, wrapped and labeled according to their designated group. All lab coats will be returned pressed and on hangers covered with plastic wrap. Linens will be checked before vendor leaves warehouse for any discrepancies in the total amount of linens returned. The vendor will be responsible for the replacement of any lost government-owned linens. All laundry deemed unacceptably cleaned will be recleaned at no additional cost to the Government. For pricing purposes, the Line items will be identified as one each, however, the quantities of each line item will vary upon usage during the twelve-month period of service. Line Item Nos. 001: Pillow cases, 1 EA; 002: Sheets, cotton standard, 1 EA; 003: Sheet, contour, 1 EA; 004: Blanket, Wool, 1 EA; 005: Blanket, cotton 1 EA; 006: Bedspread, 1 EA; 007: Bath towel, 1 EA; 008: Hand towel, 1 EA; 009, Wash cloth, 1 EA; 010: Mattress Pad, 1 EA; 011: Bath Mat, 1 EA; 012: Dish towels, 1 EA; 013: Table Cloth - large; 1 EA; 014: Table cloth - small, 1 EA; 015: Aprons, 1 EA; 016: Coat, lab, short, 1 EA; 017: Coat, lab, long, 1 EA; 018: Gown, Pts, Blue, 1 EA; 019: Coverall, heavy with zipper, 1 EA; 020: Coverall, light with zipper, 1 EA; 021: Laundry Bag, 1 EA. EVALUATION INFORMATION: Contractor must meet the entire requirement detailed within this Request for Quote. Proposal Preparation Instructions: The provision at 52.212-1, Instructions to Offerors- Commercial, applies to this acquisition. Offerors shall provide a firm fixed-price for the line items specified within the synopsis/solicitation. Contractor shall provide a list of three references, to include address, telephone numbers and length of services. Contractor's employees shall be paid in accordance with the Service Contract Act Wage Determinations, which is referenced as Notice No. 1994-2104, Rev 17, at the following rates; Laundry assembler; Finisher, Flatwork, Machine; Presser; Hand; Presser, Machine, Dry-cleaning; Presser, Machine, Shirts; Presser, Machine, Wearing Apparel - $7.97/hr; Laundry, Washer, Machine - $8.74/hr; Dry Cleaner - $8.94/hr; All categories shall include $2.56/hr for health and welfare benefits. The contractor must meet all the responsibility requirement of Subpart 9.1 of the Federal Acquisition Regulation (FAR). A written notice of award or acceptance of proposal, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certification-Commercial Items, with their response. Award will be made using the Simplified Acquisition Threshold Procedures. Award shall be made to the technically acceptable lowest price offer. 52.212-4, Contract Terms and Conditions-Commercial Items: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items: 52.222-26 Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-19 Child Labor--Cooperation with Authorities and Remedies; 52.232-34 Payment of Electronic Funds Transfer-Other than Central Contractor Registration. The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/far/ or http://www.gsa.gov/far. The due date for submission of proposals is April 29, 2002 at 3:00 p.m. EST, to FEMA, Mt. Weather Emergency Assistance Center, 19844 Blue Ridge Mountain Road, Bluemont, VA 20135; Attn: Jennie K. Nickleson - Bldg. 413 or electronically to jennie.nickleson@fema.gov (electronic is preferred). All request for information are to be addressed electronically to the email address indicated above. Technical and/or administrative questions must be received no later than five (5) business days after publication of this notice and may be faxed to (540-542-2631 or 2632 or sent via electronic mail to jennie.nickleson@fema.gov. Offerors are responsible to comply with this notice and any amendments thereto. Amendments to the RFQ will be published in the same manner as the initial synopsis/solicitation.
 
Place of Performance
Address: Federal Emergency Management Agency, 19844 Blue Ridge Mountain Road, Bluemont, VA
Zip Code: 20135
Country: USA
 
Record
SN00061655-W 20020419/020417213458 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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  © 1994-2020, Loren Data Corp.