Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2003 FBO #0499
SOLICITATION NOTICE

S -- Industrial Laundry and Garment Services

Notice Date
4/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 10 Center Drive, RM 1N262, MSC 1189, Bethesda, MD, 20892-1189
 
ZIP Code
20892-1189
 
Solicitation Number
RFQCC0304
 
Response Due
4/18/2003
 
Archive Date
5/3/2003
 
Point of Contact
Deborah Britton, Contracting Officer, Phone (301) 594-5914, Fax (301) 594-5920, - Christopher Belt, Contracting Officer, Phone 301-594-5915, Fax 301-594-5920,
 
E-Mail Address
dbritton@cc.nih.gov, chris_belt@nih.gov
 
Description
This combined synopsis/solicitation represents Amendment Two (2) to the subject RFQ-CC-03-04 originally posted April 7, 2003 for commercial services 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; quotations are being requested and a separate written solicitation will not be issued. However, offeror's are required to request attachments from the Contracting Officer, dbritton @ cc.nih.gov. These attachments are necessary in order to respond and should be considered part of this notice. The attachments are as follows: Attachment 1- Provisions and Statement of Work; Attachment 1(a)- Linen Specifications & Finishing Methods; Attachment 2- Laundry & Linen Pickup Locations; Attachment 3-Marking and Stenciling; Attachment 4- Clinical Center Housekeeping & Fabric Care Department Universal Precautions and Other Isolation Precautions; Attachment 5- Security Measures for the National Institutes of Health; Attachment 6- Service Contract Act Wage Determination; Attachment 7- Infectious Disease Compliance; Attachment 8- ACH Vendor/Miscellaneous Payment Enrollment Form. Solicitation number RFQ-CC-03-04 applies and is issued as a Request for Quotation. This procurement is an Unrestricted Full and Open Competition for all qualified offerors. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-13 and NIH Policy Manual Issuance 6012-26012-1. The North American Industry Classification System (NAICS) code is 812332 and the business size standard is 10.5. The Warren Magnuson Clinical Center at the National Institutes of Health intends to purchase on a full and open competitive basis Industrial Laundry and Garment Services for a period of 4 months, from May 1, 2003 through August 31, 2003. This acquisition is for a fixed price, requirements type purchase order for laundry services. Deliverable Items and estimated quantities will include: Bulk Linen(18950 lbsx18wks=341100); Animal Linen(380lbsx 18 wks= 6,840); Children's Inn (4410lbs x 18 wks =79,380); Pickup/Delivery ( 18 wks); Dyeing Towels (21 lbsx18wks=378); Mark & Stencil Linen (13eax18wks=234); Labcoats (1145eax18wks=20,610); Uniform Shirts (980eax18wks=17,640); Uniform Pants (985eax18wks=17,730); Light Jackets (100eax18wks=1800); Short Jackets (60eax18wks=1080); Coveralls (36eax18wks=648); Smocks (24eax18wks=432); Parkas (8eax18wks144); Jacket Liners (83eax18wks=1494); Dresses (65eax18wks=1170); Surgical Gowns (45eax18wks=810); Special Orders&Linen Bags (450eax18wks=8100); Mark&Stencil Uniforms (275eax18wks=4950); Tailoring Svcs (18 wks); Inventory Svcs(18 wks). 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 Offerors–Commercial; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions; 52.212-5 Contract Terms & Conditions Required to Implement Statues & Executives Orders–Commercial Items(to include 52.216-18 Ordering; 52.216-21 Requirements; 52.222-26, 52.216-22 Indefinite Delivery; Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.223-6 Drug Free Workplace; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (31 U.S.C. 3332); 52.222-41, Service Contract Act of 1965, As amended (41 U.S.C. 351, et seq.). The Full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. 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) Dun & Bradstreet number; 4)Taxpayer ID number; 5) Catalog or Published Price Listing applicable to the service; 6) Response to the Technical Evaluation in Section E.2 of Attachment 1. Offerors 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 Technical, Price and Past Performance. The major evaluation factors for this solicitation include technical (which encompasses experience and past performance factors) and cost/price factors. Although technical factors are of paramount consideration in the award of the contract, cost/price is also important to the overall contract award decision. All evaluation factors other than cost or price when combined are significantly more important than cost or price. In any case, the Government reserves the right to make an award(s) to that offeror whose quotation provides the best overall value to the Government. Please see attachments for specific evaluation elements. All Quotations must be received no later than 3:30pm April 18, 2003. To receive attachments email Deborah J. Britton at dbritton@cc.nih.gov/. No further questions will be accepted after, Tuesday April 15, 2003 3:30pm Eastern Time. Quotations must be in writing and mailed to the following, Attn. Deborah J. Britton, National Institutes of Health, Office of Purchasing and Contracts/CC, 6707 Democracy Blvd. Suite 106 I, MSC-5480, Bethesda, Maryland 20892-5480.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/HHS/NIH/CCOPC/RFQCC0304/listing.html)
 
Record
SN00302372-F 20030413/030411222403 (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.