Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2002 FBO #0269
SOLICITATION NOTICE

S -- Linen Supply Service

Notice Date
8/26/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Kings Bay Det, 930 USS Hundley, Bldg 2012 Naval Submarine Base, Kings Bay, GA, 31547
 
ZIP Code
31547
 
Solicitation Number
N68836-02-T-0332
 
Response Due
9/9/2002
 
Point of Contact
Nina Miller, Purchasing Agent, Phone (912) 673-2001 x6963, Fax (912) 673-2191,
 
E-Mail Address
Nina_A_Miller@jax.fisc.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services 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; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-02-T-0332 applies and is issued as a Request for Quotation. This procurement is 100% set-aside for small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification Systems (NAICS) code is 812331 and the business size standard is $12.0 Fleet Contracting Center, Kings Bay, GA intends to purchase on a full and open competitive basis Linen Supply Service for 12 months from Date of award with no option for renewal. This requirement is for a fixed priced contract for Linen Supply services in accordance with the following statement of work: The contractor shall provide medical clothing and linens on a rental basis to be delivered and picked up weekly, directly at Branch Dental clinic, Building 1363, Massey Road, Naval Station Mayport FL 32228. The contractor shall meet the requirements of OSHA Rules on Occupational Exposures to Bloodborne Pathogens 3129, 1992 for handling and cleaning of items. This will include a 25-minute washing cycle at 160 degrees Fahrenheit. At no time will washed linen come in contact with soiled linen or touch the floor. The contractor shall provide proof of delivery when invoicing for payment. Delivery/pick-up should be scheduled on the same day each week, preferably Mondays from 0900 to 1100. All linen will be delivered clean and neatly folded in laundry bags. Linen that is stained, torn or presents an unprofessional appearance will not be accepted. The Government shall segregate soiled items for contractor pickup and normal soiled linen bags and contaminated linen in boihazard bags. Deliverable items and quantities will include: 1) 24" X 24" Operating Room Wrappers 190 each week (190 X 52 weeks = 9880). 2) 36" X 36" Operating Room Wrappers 190 each week (190 X 52 weeks = 9880). 3) 54" X 54" Operating Room Wrappers 38 each week (38 X 52 weeks = 1976). 4) Scrubs Tops 240 each week (size: 2-small, 10-medium, 13-large, 16-Xlarge, 3-XXLarge, 4-XXXLarge) (240 X 52 weeks = 12,480). 5) Scrubs Bottoms 240 each week (size: 2-small, 10-Medium, 13-Large, 16-Xlarge, 3-XXLarge, 4-XXXLarge) (240 X 52 weeks = 12,480). 6) Laundry Bags 25 each week (25 X 52 weeks = 1300). Set Up Fee (if required) 1 per year. 8) Replacement charges in the event of physical loss by Government neglect: Operating Room Wrappers 50 per year, Scrub Tops 35 per year and Scrub Bottoms 35 per year. The following provisions and clauses apply: Provision 52.252-1 solicitation Provisions Incorporated by Reference. 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. (End of Provision). Provision 52.212-1, Instructions to Offers-Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 Offeror Representations and Certifications-Commerical Items. Clause 52.212-4, Addendum to FAR 52.212-4; Paragraph (o) Warranty- Add: "additionally, the Government will accept the contractor's commercial warranty." Contract Terms and Conditions-Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items (to include: 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 Special Disabled Veterans and Veterans of the Vietnam Era); clause 52.222-41 Service Contract Act of 1965; clause 52.222-42 Statement of Equivalent Rates for Federal Hires; clause 52.232-33, Mandatory information for electronic funds transfer payment; Clause 52.219-6 Total Small Business Set-aside, and the following DFARs clauses apply to this acquisition: 252.204-7004 Central contractor Registration, 252.212-7001, Contract Terms and Conditions required to Implement Statutes Applicable to Defense Acquisitions of Commercial items (including 252.225-7001 Buy American Act and Balance of Payment Program). Wage Determination 94-2115, Revision No. 29, dated 05/29/2002 is here by incorporated into this solicitation. Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr2000.com to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.farsite.hill.af.mil. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID Number. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. Quotations must be received no later than 4:00 P.M. EST, September 9, 2002. Quotations must be in writing and may be faxed or mailed to the following: Attn: Nina A. Miller, FISC Jacksonville, Kings Bay Detachment, 930 USS Hunley Ave, Rm 214, Kings Bay, GA 31547. Fax 912-673-2659. Telephone 912-673-2001 ext 6963. (See Numbered Note 1).
 
Place of Performance
Address: BRANCH DENTAL CLINIC, BUILDING 1363, MASSEY ROAD, NAVAL STATION MAYPORT FL 32228
 
Record
SN00150386-W 20020828/020826213813 (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.