Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2005 FBO #1269
SOURCES SOUGHT

S -- S - - Uniform Rental and Laundry Services

Notice Date
5/16/2005
 
Notice Type
Sources Sought
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
DHS - Emergency Preparedness and Response, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, VA, 20135
 
ZIP Code
20135
 
Solicitation Number
Reference-Number-V380268Y
 
Response Due
5/31/2005
 
Archive Date
6/15/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Homeland Security, Emergency Preparedness & Response, Mount Weather Emergency Operations Center is seeking small business concerns that feel they possess the capabilities to provide rental and laundry/maintenance services for approximately 120-140 work uniforms for the employees of the MWEOC in Bluemont, VA. The uniforms include shirts, pants, jackets, and coveralls. The Contractor shall provide a full complement of the described weekly basis employee uniforms, per individual employee, within 30 days following the initial sizing and fittings of employees. The Contractor shall provide laundry and maintenance services on a weekly basis throughout the contract period. The Delivery and pick up time shall be on normal workdays between the hours of 8:00 A.M. and 1:30 P.M. The BASIC EMPLOYEE UNIFORM UNIT for employees working a five (5) day week shall consist of eleven (11) uniform shirts (approximately six (6) short sleeve and five (5) long sleeve), eleven (11) pants, and two (2) jackets (colors to be determined by individual shop office). Contractor may elect to issue (at no additional costs) eleven (11) long sleeve shirts and eleven (11) short sleeve shirts to simplify seasonal change out requirements. Uniforms cut and fit for male and female are required. Additionally, two (2) sets coveralls (1 summer weight and 1 winter weight) will be required by approximately 75% of the workforce. The required garments to be provided shall meet or exceed the basic and specific specifications as described herein. Uniform Specifications: Uniform shirt (short/long sleeve) ? Shall be 100% durable press cotton twill. Fabric shall also be soil and wrinkle resistant. Shirts shall have button closure with either snap or button closure at top, extended tails, and two pockets and bar tacks at all stress points for reinforcement. Uniform pants, (full cut) ? Shall be 65/35% polyester/cotton twill. Fabric shall also be soil and wrinkle resistant. Pants shall have a heavy duty brass zipper, Button closure at the top, two pockets in front and in the back, and shall have bar tacks at all stress points for reinforcement. Approximately 20% of employees will wear this style. Uniform pants (jean style) ? Shall be 100% preshrunk cotton twill. Fabric shall also be soil and wrinkle resistant. Pants shall have front and back pockets, a heavy duty brass zipper, button closure at the top, and a jean-style waste band. Approximately 80% of employees will wear this style. Uniform jacket ? Shall be 65/35% polyester/cotton twill. Fabric shall be soil and wrinkle resistant. Jacket shall have a heavy duty brass zipper, adjustable side tabs, side pockets, and button cuffs. Jacket shall come with a removable liner. Coveralls ? Shall be 65/35% polyester/cotton twill. Fabric shall be soil and wrinkle resistant. Summer weight set shall be the non-insulated type and the winter weight set shall have polyfill insulation quilted to liner. Logos and patches: The Contractor shall affix to all employees? shirts, jackets, and coveralls embroidered patches showing FEMA emblem and employee name. The Contractor shall use the logo design sample as provided at the initial sizing and fitting of employees. Shirts, pants, jackets, and coveralls shall be individually identified with the employee's name or a number assigned to the employee-affixed patch, permanent ink, bar code/name, or other pre-approved acceptable method. Laundry Service/Maintenance: Laundry service and maintenance shall be by standard industry practices and procedures using environmentally safe chemicals and operation procedures. Maintenance shall include repairing or replacing any rental garment in need of, i.e., alterations, button replacements, seam stitching, tear mending, patch replacements, etc. Uniform maintenance: Shirts, Pants, Jackets and Coveralls shall be visually inspected for defects, stains, and wear by a trained technician during the laundry process. Delivered shirts shall have collars folded down and sleeves completely pulled out. Uniforms shall be wrinkle free. Uniforms that have unsightly ink or other stains, or have become worn, faded, or have suffered large rips or tears shall be replaced as agreed herein. Set up fees are those fees charged for sizing and preparing the garments for individual employees. Employees shall be allowed to change their weekly uniform shirts twice a year at no additional charge to the Government (i.e., changing long sleeves for short sleeves due to seasonal changes). The Contractor shall not charge for size changes. The NAICS code applicable to this requirement is 812332. The small business size standard is $12M. Should this requirement result in a Small Business Set-Aside, the Limitation of Subcontracting clause, 52.219-14, which states at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern shall apply and be incorporated into the resulting solicitation/contract. Small business concerns interested in and capable of providing this service are required to provide Capabilities Statements. These statements may be faxed to 540-542-2632, ATTN: Lori Smith, or emailed to lori.smith@dhs.gov. This information should be referenced the sources sought synopsis subject. Please ensure that information submitted includes company name, point of contact, telephone number, fax number and email address. The Sources Sought Synopsis is for planning purposes only and shall not be construed as a Request For Proposal or as an obligation on the part of the Government to acquire any products or services. The Government does not intend to award a contract on the basis of this sources sought synopsis or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of submission of responses to this Sources Sought Synopsis and the Government?s use of such information. Respondents of this Sources Sought Synopsis may be requested to provide additional information/details on their initial submittals.
 
Place of Performance
Address: 19844 Blue Ridge Mountain Road, Bluemont, VA
Zip Code: 20135
Country: U.S.
 
Record
SN00808377-W 20050518/050516211539 (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.