Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2005 FBO #1203
SOLICITATION NOTICE

99 -- Fort Carson, Directorate of Contracting issuance of a combined synopsis/solicitation to provide shop towel rental and services for the Directorate of Environmental Compliance and Management (DECAM).

Notice Date
3/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
812331 — Linen Supply
 
Contracting Office
ACA, Fort Carson, Directorate of Contracting, 1850 Mekong Street, Building 6222, Fort Carson, CO 80913-4323
 
ZIP Code
80913-4323
 
Solicitation Number
W911RZSHOPTWL
 
Response Due
3/25/2005
 
Archive Date
5/24/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This synopsis/solicitation is for shop towel rental and service for the base year and four option periods. Statement of Work For Shop Towel Rental and Service Contract 1. In an effort to properly manage shop towels and eliminate their hazardous waste management and disposal, the Fort Carson Directorate of Environmental Compliance and Management (DECAM) desires to obtain the services of a local contractor whereby shop to wels will be provided for use, on a rental basis. The contractor will then pick up the used shop towels and launder them in a facility meeting all state regulations. 2. An initial quantity of 25,000 Shop towels shall be required to be delivered to Fort Carson, Building 3708 to begin this service. Contaminated shop towels will be picked up at the same location on a weekly basis thereafter for laundering. 3. In order to be considered for provision of these services the contractor and their facility must meet the following criteria: a. Contractor and their facility must meet all state and federal laws concerning the handling and laundering of shop towels potentially contaminated with hazardous wastes, AND b. A minimum of six months experience laundering shop towels in a permitted facility, AND c. The ability to pick up and launder up to 7,500 shop towels per week, AND d. The ability to provide an initial stock of 25,000 shop towels 4. Initially, the contractor will provide, as part of the rental agreement, a base stock of 25,000 shop towels to Fort Carson at a single location. Following this initial delivery, each week the contractor will visit the same location on Fort Carson and pick up any contaminated towels delivered to the drop off location from the motor pools and exchange them one for one with clean shop towels. DECAM will handle the disposition of shop towels to the motor pools and receiving of contaminated shop towels fro m motor pools. The contractor shall, as part of the rental agreement, replace all unserviceable shop towels at no additional cost to the government. 5. Also as part of this service contract the government would like the ability to purchase additional shop towels to replace those that are lost or to issue to deploying units. All requests for additional shop towels will be made on separate Delivery Orde rs under this contract. Funds for each delivery order will be provided at the time that the Delivery Order is issued. 6. The start date for this project is 01 April 2005 with an end date of 31 March 2006 with four option years. 7. To be considered for this contract, Fort Carson and DECAM expect two bid prices from potential contractors: 1.) A per shop towel rate for each towel picked up, cleaned and returned on an estimated 30% (about 7,500 towels) weekly exchange basis of the initial 25,000 towels provided, and 2.) A per shop towel purchase cost for shop towels that are lost or needed for deployment by Fort Carson units. The estimated number of shop towels needed for this item is 5,000 towels per year. ADDITIONAL INFORMATION BASIS OF AWARD Award shall be made to the responsible offerer submitting the lowest priced, technically acceptable offer. Lowest priced technically acceptable will be IAW FAR 15.101-2 and FAR 52.217-5, Evaluation of Options. Technical acceptance will be based upon the criteria in Paragraph 3 of the Statement of Work. Offerors must submit a one-page capability statement defining how the requirement will be met. In addition, two references for similar work performed must be su bmitted. A firm-fixed price contract will be awarded to the successful offeror. VEHICLE REGISTRATION For t Carson military installation is a limited access post with controlled gate openings and closures. Gate operating times and procedures are listed in a policy letter published by the Provost Marshal Operations Division. A current copy of this letter is a vailable on request to the Contracting Officer. Unscheduled gate closures by the Military Police may occur at anytime and all personnel entering or exiting the installation may experience a delay in doing so due to vehicle inspections, registrations, wear ing of seat belts, etc. Contractor-owned vehicles operated on Fort Carson must be marked with company name. All Contractor personnel operating a privately owned vehicle (POV) on Fort Carson must comply with installation requirements of registering vehicle s operated on the post. Proper state registration, proof of insurance, a valid driver's license, and a vehicle registration letter signed by the Contracting Officer are required in order to register a POV. The Contracting Officer will provide the vehicle registration letter upon request by the Contractor. When employees no longer work at the facility on Fort Carson, the Contractor shall insure that Post stickers are removed from POV and returned to the PMO. WAGE DETERMINATION U.S. Department of Labor Wage Determination/Decision 94-2080 REV 22 is incorporated into this solicitation and shall be applicable to any resultant contract. Under the Services Contract Act, 15250 Washer, Machine, $7.77 per hour is applicable. The proposed contract is set-aside for small business concerns. For this acquisition, the Small Business Size Standard is $12M and the NAICS Code is 812331. Award shall be made only to contractors who have registered with the Central Contractor Registration at http://www.ccr.gov CLAUSES INCORPORATED BY REFERENCE 52.00-4011 REMOVAL OF CONTRACTOR PERSONNEL 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (JAN 2005) 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (OCT 2003) 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.245-4 Government-Furnished Property (Short Form) JUN 2003 252.201-7000 Contracting Officer's Representative DEC 1991 252.204-7000 Disclosure Of Information DEC 1991 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2004) 252.243-7001 Pricing Of Contract Modifications DEC 1991 CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2004) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3 , Protest after Award (AUG 1996) (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of comme rcial items: (Contracting Officer check as appropriate.) ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.219-3, Notice of HUBZone Small Business Set-Aside (Jan 1999) (U.S.C. 657a). ___ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (U.S.C. 657a). ___(4) (i) 52.219-5, Very Small Business Set-Aside (JUNE 2003) (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). ____(ii) Alternate I (MAR 1999) to 52.219-5. ____(iii) Alternate II to (JUNE 2003) 52.219-5. X___ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). ___ (ii) Alternate I (OCT 1995) of 52.219-6. ___ (iii) Alternate II (MAR 2004) of 52.219-6. ___ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). ___ (ii) Alternate I (OCT 1995) of 52.219-7. ___ (iii) Alternate II (MAR 2004) of 52.219-7. _X__ (7) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and (3)). ___ (8)(i) 52.219-9, Small Business Subcontracting Plan (JAN 2002) (15 U.S.C. 637(d)(4)). ___ (ii) Alternate I (OCT 2001) of 52.219-9 ___(iii) Alternate II (OCT 2001) of 52.219-9. X (9) 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)). ___ (10)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (JUNE 2003) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (JUNE 2003) of 52.219-23. ___ (11) 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting (OCT 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (12) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (OCT 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (13) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004). ___ (14) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). ___ (15) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jun 2004) (E.O. 13126). X (16) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). X (17) 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246). X (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). X (19) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). X (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). ___ (21)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (AUG 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). ___ (ii) Alternate I (AUG 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). ___ (22) 52.225-1, Buy American Act--Supplies (JUNE 2003) (41 U.S.C. 10a-10d). ___ (23)(i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (JAN 2004) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78). ___ (ii) Alternate I (JAN 2004) of 52.225-3. ___ (iii) Alternate II (JAN 2004) of 52.225-3. ___ (24) 52.225-5, Trade Agreements (Jun 2004) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (25) 52.225-13, Restrictions on Certain Foreign Purchases (OCT 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury). ___ (26) 52.225-15, Sanctioned European Union Country End Products (FEB 2000) (E.O. 12849). ___ (27) 52.225-16, Sanctioned European Union Country Services (FEB 2000) (E.O. 12849). ___ (28) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ____ (29) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). X (30) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). ____ (31) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). ____ (32) 52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332). ____ (33) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). ____ (34)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (APR 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). ____ (ii) Alternate I (APR 1984) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] X (1) 52.222-41, Service Contract Act of 1965, as Amended (MAY 1989) (41 U.S.C. 351, et seq.). X (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 15250 Washer, Machine $7.77 WD 94-2080 Rev 22 X (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ____ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (February 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ____ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements (CBA) (May 1989) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the cl ause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final terminat ion settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000 ,000 for constructi on of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (April 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (December 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (April 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 calendar days of contract expiration. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 calendar days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 c alendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of clause) Quotations are due by NOON 25 March 2005 (MST). E-mail quotes will be accepted at Jeanene.Gerstenkorn@carson.army.mil. To mail a hard copy, submit to Army Contracting Agency, Directorate of Contracting, Jeanene Gerstenkorn, 1633 Mekong Street, Building 6 222, Fort Carson, CO 80913-4310. Faxed quotes may be sent to Jeanene Gerstenkorn at 719-526-5333.
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1850 Mekong Street, Building 6222 Fort Carson CO
Zip Code: 80913-4323
Country: US
 
Record
SN00766971-W 20050313/050311212027 (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.