Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2005 FBO #1231
SOLICITATION NOTICE

84 -- Pick Up Soiled Uniforms and Deliver Cleaned-Ironed Uniforms to the Puerto Rico National Cemetery

Notice Date
4/8/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Business Office, Purchasing & Contracting, Tres Rios Building - San Patricio, 27 Ave. J Gonzalez Giusti, Suite 600, Guaynabo, Puerto Rico 00968
 
ZIP Code
00968
 
Solicitation Number
871-403-04
 
Response Due
4/21/2005
 
Archive Date
5/21/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Veterans Affairs (VA), Puerto Rico National Cemetery (PRNC), Bayamon, Puerto Rico has the requirement for Laundry Services to include Pick-up Soiled Uniforms and Deliver Cleaned-ironed Uniform in accordance with below specifications. This is a combined sypnosis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation and written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-01. Offerors shall have an established business in Puerto Rico to provide local services at the time when the solicitation will be issued. Solicitation number RFQ871-403-05 is 100% set-aside for small business under NAICS 812332 with a business size of $12.0M. The Government contemplates award a firm-fixed price contract with a Base year and four (4) Options. Base period (05/01/05 ? 09/30/05) include Contract Line Item (CLIN) 0001 Laundry Services for PRNC for 22 weeks. Option years are the same as described in the Base period, but for 52 weeks. Bidders shall submit pricing on a separate sheet for Base Period (05/01/05 ? 09/30/05); First Option (10/01/05-9/30/06); Second Option (10/01/06-9/30/07); Third Option (10/01/07-9/30/08); and Fourth Option (10/01/08-9/30/09). Quotation sheet must include period of each year, description of each CLIN, quantity, unit price and total price. SERVICE REQUIRED: The contractor will provide weekly pick-up of soiled uniforms and delivery of cleaned-ironed uniforms to the Puerto Rico National Cemetery for all field employees. The contractor is responsible to repair and or replace lost uniforms if there is proof of delivery and any other document as evidence of uniforms pick-up. The contractor picks up soiled uniforms and replace with clean ones every Friday in a weekly manner. If Friday is a local or federal holiday, the pick-up will be pre-arranged with PRNC cemetery for pick-ups and/or delivery the day before or workday after the holiday. Uniforms should be replaced by the contractor every three (3) years or when completely unserviceable. The contractor will be responsible to make any tailoring so the uniforms fit properly. Uniforms should be laundered free of spots and dirt. The contractor is not responsible to replace or repair uniforms that are laundered by individual employees. Such employees will be responsible for replacement or fixing their uniforms. PICK UP AND DELIVERY LOCATION: Puerto Rico National Cemetery #50 National Cemetery Avenue, Hato Tejas, Bayamon, Puerto Rico 00960. CONTRACTING OFFICER TECHNICAL REPRESENTATIVES (COTR): Berta Morales at 787-798-8400 or 8413, extensions 22, 23 and 27. The Contracting Officer (CO) responsible for the administration of this contract is Mary Jane Gugliano at 787-781-8700, extension 4745. The Contractor is advised that only the CO, acting within the scope of the contract and, after advice and consultation with the Contracting Officer?s Technical Representative (COTR), has the authority to make changes that affect: contract prices and pricing issues, estimated quantities, delivery terms and conditions, and term of the contract. In no event shall any understanding, agreement, modification, or change order between the Contractor and a person other than the Contracting Officer that deviates from the terms of this contract, be effective of binding upon the Government. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. SUPPLEMENTAL INSURANCE REQUIREMENTS: In accordance with FAR 28.307-2, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employer's liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (See 28.305(c) for treatment of contracts subject to the Defense Base Act.) (b) General liability. (1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (2) Property damage liability insurance shall be required only in special circumstances as determined by the agency. (c) Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. (d) All Certificates of insurance shall contain an endorsement to the effect that cancellation of any material change in the policies which adversely affect the interest of the Government in such insurance shall not be effective unless a 30-day advance written notice of cancellation or change are furnished the Contracting Officer. (e) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. This solicitation incorporates Wage Determination No. 94-2461, Revision 25, of October 21, 2004. Wage rates can be obtained by accessing web site www.dol.com. FAR Clause 52.212-2, Evaluation ? Commercial Items applies to this solicitation. FACTORS FOR AWARD: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Experience of the Company in performing this type of work, Qualifications of Technical Personnel (training, experience, certifications); (2) Past Performance: provides at least three (3) other contracts for similar work including description of work, customer, point of contact and phone number; (3) Price, include sufficient information to show that price submitted is comparable to or less than published catalog prices. Technical capabilities and past performance, when combined, are equal to price. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined necessary. The following provisions and clauses are hereby incorporated into this solicitation by reference. FULL TEXT OF CLAUSES MAY BE OBTAINED BY ACCESSING THE WEB SITE www.arnet.gov/far. OFFEROR SHALL SUBMIT A COMPLETED COPY OF PROVISION 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS (JAN 2005). FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003); 52.212-1, INSTRUCTIONS TO OFFERORS- COMMERCIAL ITEMS; 52.203 3, GRATUITIES (APR 1984); 52.217-8, OPTION TO EXTEND SERVICES (NOV 1999); 52.222 1, NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (FEB 1997); 52.222-48, EXEMPTION FROM APPLICATION OF SERVICE OF CONTRACTS FOR MAINTENANCE, CALIBRATION AND MEDICAL AND/OR OFFICE (SEE 22.1003-4 FOR EXEMPTED CATAGORIES)(AUG 1996); 52.223-3, HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA SHEET (JAN 1997); 52.232 18, AVAILABILITY OF FUNDS (APR 1984); 52.232 19, AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984); 52.232 38, SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFER (MAY 1999); 52.237-1, SITE VISIT (APR 1984); 52.212-4, CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (OCT 2003); 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2005); 52.217 9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000). FULL TEST OF CLAUSES MAY BE OBTAINED BY ACCESSING THE WEB SITE www.vawww1.va.gov/OAMM/VAAR. VAAR CLAUSE 852-270-1, REPRESENTATIVES OF CONTRACTING OFFICERS (APR 1984); 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984); 852.270-4 COMMERCIAL ADVERTISING (NOV 1984). Facsimile proposals shall not be accepted. Proposal shall be mailed to the CO at VA Medical Center, Business Office (BO-3), Attn: Mary Jane Gugliano, 27 Avenue J. Gonzalez Giusti Suite 600, Tres Rios Building, San Patricio, Guaynabo, Puerto Rico 00968 and received by 2:00p.m. (local time) on April 21, 2005. Point of contact is Mary Jane Gugliano at 787-781-8700, extension 4745 or Paula Claudio at extension 4703.
 
Web Link
RFQ 871-403-04
(http://www.bos.oamm.va.gov/solicitation?number=871-403-04)
 
Place of Performance
Address: Puerto Rico National Cemetery, #50 national Cemetery Avenue, Hato Tejas, Bayamon, Puerto Rico
Zip Code: 00960
Country: United States
 
Record
SN00785007-W 20050410/050408212154 (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.