Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2002 FBO #0228
SOLICITATION NOTICE

S -- LAUNDERING AND CLEANING SERVICE

Notice Date
7/16/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-02-Q-0001
 
Response Due
7/31/2002
 
Point of Contact
Point of Contact - SCOTTISH MURPHY, Contract Specialist, 619-553-0284
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation prepared in accordance with FAR Part 13. This is a Small Business Set-Aside and the Government intends to procure on a Competitive basis. While price will be a significant factor in the evaluation of offers, award will be based on offers received in response to this advertisement. Competitive awards may be based on the evaluation criteria stipulated in the Red, Yellow, and Green (RYG) Contractor Evaluation System. The evaluation criteria is available upon request. This contract will be a Firm-Fixed Priced Contract consisting of a 12-month base period with two one-year options. Garment Laundering Services, Qty 1 each IAW Statement Of Work. STATEMENT OF WORK FOR LAUNDERING CLEANROOM GARMENTS. 1. INTRODUCTION: The SPAWARSYSCEN, San Diego Integrated Circuit Fabrication Facility (ICFF) performs research in and development and fabrication of devices and integrated circuits in support of Navy and other DoD programs. This work primarily takes place in Class 10 and Class 100 cleanroom spaces where special garments are worn and special consumable items are used in order to minimize particle generation. These garments must be laundered on a minimum weekly basis. 2.0 APPLICABLE DOCUMENTS: None. 3.0 SCOPE: This statement of work describes the work to be performed in the laundering of re-usable cleanroom garments. 4.0 TECHNICAL REQUIREMENTS: 4.1 Laundering 4.1.1 The contractor shall pick up soiled cleanroom garments on the same day each week, launder them, and return them on the same day the next week. 4.1.2 The contractor shall barcode and track ICFF-owned garments for inventory control. 4.1.3 The contractor shall launder cleanroom garments in a Class 1 cleanroom garment laundering facility. 4.1.4 The contractor shall inspect laundered clothing, repair those items that are repairable by the contractor, and tag for ICFF inspection those pieces that cannot be repaired by the contractor. All items that cannot be repaired should be returned to the ICFF. 4.1.5 The list of garment items for laundering is in Attachment 1. 4.1.6 The contractor shall replace any lost item with a like item of same material at no charge. 5.0 PERFORMANCE: 5.1 Location: Garments will be picked up for cleaning from the ICFF, Room 09, Building 560N, Battery Ashburn, 49375 Ashburn Rd, San Diego, 92152. Laundered garments will be delivered to Room 20 in the same location. 5.2 Period of Performance. The period of performance for will be one year from start date of contract. Each option year will also be for one year from start of that option year if option years are contracted. 6.0 OTHER: 6.1 Drivers performing pick-up and delivery must be United States citizens in order to obtain badges to gain regular access to the ICFF. 6.2 Technical Coordinators: Mark Roser, Contracting Officers Representative, Code 2876 Email: mroser@spawar.navy.mil, Tel. (619) 553-1554 and Susan Dumas, Lead Technician, Code 2876, Email: dumas@spawar.navy.mil, Tel. (619) 553-5505. Weekly pickup and cleanings will be required. Quote weekly price per each CLIN Number as follows: Clin 0001, Coverall plus environmental fee, 35 each, Clin 0002, Hood plus environmental fee, 35 each, Clin 0003, Boots plus environmental fee, 50 each, Clin 0004, Face mask plus environmental fee, 35 each, Clin 0005, Lab coat plus environmental fee, 1 Each, Clin 0006, Repairs 1 Each. The material is currently Gortex. Clin 0006, One-time charge for re- labeling the following garments: Coverall, 120 each. Hood 130 Each. Boots 200 Each. Face mask 140 Each. Lab coat 10 Each. Price should include any inspection fees and energy surcharge that may apply. "Numbered Note 1 applies, however, all offers received within 15 days (in lieu of 45 days) after date of publication of original synopsis will be considered by the Government". No Hard Copy of RFQ will be made available. Interested parties are invited to respond. Facsimile quotations are acceptable and must be received on or before the COB on the closing date stated above. Facsimile quotations may be sent to (619) 553-1062. Questions may be directed to the Purchasing Agent responsible for this action. Purchasing Agent's e-mail address: smurrphy@spawar.navy.mil. The applicable North American Industry Classification System (NAICS) is 812320 and Size Standard is $4.0mil. This solicitation is also posted to SPAWARSYSCEN San Diego's E-Commerce Central website https://e-commerce.spawar.navy.mil/. Note: The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/. This solicitation incorporates provisions and clauses at FAR 52.213-4 Terms and Conditions - Simplified Acquisitions (Other Than Commercial Items) (May 2002), and any others that are applicable and in effect through the current Federal Acquisition Circular (FAC) and the Defense Acquisition Circular. It is the contractor's responsibility to be familiar with all applicable clauses and provisions. Offerors must complete and submit with their quote, a copy of FAR 52.219-1 Alt I/II, Small Business Program Representation. Central Contractor Registration (CCR) is required for resulting award. Information to register to CCR can be found at http://www.ccr.gov/.
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(http://www2.eps.gov/spg/USN/SPAWAR/SPAWARSYSCEN_San_Diego/N66001-02-Q-0001/NA https://e-commerce.spawar.navy.mil/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=690401941FE87EBC88256BF8007EB688&editflag=0)
 
Record
SN00117825-W 20020718/020717062152 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.