Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2005 FBO #1327
SOLICITATION NOTICE

S -- Uniform Rental and Laundry Service

Notice Date
7/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
ACA, Fort McCoy, Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SA-05-T-0037
 
Response Due
8/5/2005
 
Archive Date
10/4/2005
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Simplified Acquisition procedures in FAR 13 and the format in subpart 12.6, as supplemented with additional information included in this notice. This annou ncement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. W911SA-05-T-0037 is issued as a Request for Quotation (RFQ) and is due by August 3, 2005. The RFQ is unrestricted NAICS code 812332. Contr act will be written for Base year plus two one-year option periods. The Department of the Army, DPTMS Protective Services Division is seeking business concerns to provide rental and laundry/maintenance services for uniforms for 75 employees (police) at For t McCoy, WI. The uniforms include shirts and trousers. The Vendor shall provide an initial inventory of 11 Short sleeve shirts, 11 Long sleeve shirts and 11 Trousers. Vendor shall provide laundry and maintenance services on a weekly basis throughout the co ntract period. Minor repairs (buttons, belt-loops, etc) will be repaired by the vendor at no cost. Vendor will provide soil lockers for the uniforms. Vendor will size all wearers at customers convenience. Vendor will do on-site measuring of uniforms. The Delivery and pick up time shall be on normal workdays between the hours of 8:00 A.M. and 2:30 P.M. The uniforms cut and fit for male and female are required. Uniform Specifications: Uniform shirt (short/long sleeve) shall be 65% polyester and 35% cotton, n avy blue in color. Trousers shall be 65 polyester and 35% cotton, straight legged, permanent creases, extra- wide 1 3/4 belt loops, navy blue in color. Uniform Composition: Long and short sleeve shirts will have collar stays, two front pockets with button -down flaps, and an eyelet badge tab. The long sleeve shirt will have two button cuffs, equal to Leventhal #5000. The short sleeve shirt will have a conventional collar, equal to Leventhal #4225. Trousers will have two front pockets, two hip pockets, and a waistband, belt straps, and a zipper front closure on the center front equal to Leventhal # 4954. CLINS # 0001, 1001, and 2001 Short Sleeve Shirt NTE 825 ea, CLINS # 0002, 1002, and 2002 Long Sleeve Shirt NTE 825 ea, CLINS # 0003, 1003, and 2003 Trousers NTE 825 pr. CLINS 0004, 1004, and 2004; CONTRACTOR MANPOWER REPORTING; Quantity 1 each. The contractor shall report ALL contractor manpower required for performance of this contract. See Contractor Manpower Reporting instructions in the Statement of Work . If needed, please refer to the CMR users guide at the website provided in the Statement of Work to assess the level of effort that will be required to comply with this requirement. Reporting must occur by Oct 31 for all contracts that were modified or created during the just completed fiscal year (Oct 1 to Sep 30). If contract performance is completed before Sep 30 of a fiscal year, the data may be entered upon contract completion rather than waiting for the end of the fiscal year. The number of repor ting events that will be required for each contract period is 1 each. CONTACT THE CONTRACTING OFFICE POC IN THIS SOLICITATION FOR AN EMAIL COPY OF THE CONTRACTOR MANPOWER REPORTING TEXT. CLINS 0001 through 0004 for base period 01 Oct 2005 through 30 Sept 2006, CLINS 1001 through 1004 for option period 01 Oct 2006 through 30 Sept 2007. CLINS 2001 through 2004 for option period 01 Oct 2007 through 30 Sept 2008. The Contractor shall sew on each sleeve the Fort McCoy Police Department Patches and the American Flag patch on the right breast side of the shirt, 1 1/2  above the pocket. Patches will be furnished by the customer. Laundry Service/Maintenance: Laundry maintenance shall be by standard industry practices and procedures using environmentally safe chemi cals 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 and Trousers shall be visually inspected for defects, stains, and wear during the laundry process. 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. The Contractor shall not charge for size changes. Before the contract is awarded, the apparent awardee shall furnish a sample of one mans and one womans uniform to customer for acc eptance. If the number of personnel exceeds 75 personnel the contract will be modified unilaterally for additional quantities required. the Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circul ar 2005-04. FAR clauses/provisions may be accessed at http://farsite.hill.af.mil/ and http://farsite.hill.af.mil/ and http://aca.saalt.army.mil/Library/Acq-Instructions.htm. The following provisions and clauses are applicable: 52.211-6 Brand Name or Equa l (Aug 99); 52.212-1, Instructions to Offerors-Commercial Items (Jan 04); 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items. Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies. FAR 52.212-5, Contract Ter ms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses in paragraph (b): 52.222-3, Convict Labor, and 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity ; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Report ts on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of equivalent Rates for Federal Hires, 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contr actor Registration, 52.217-8 Option to Extend Services; 52.217-5 Evaluation of Options; and 52.217-9 Option to Extend the Term of the Contract. DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Appli cable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (b): 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea (Alt III). ACA AI clause 5152.233 -9000 ACA Executive Level Agency Protest Program. 52.000-4053 Wage Determination, U.S. Department of Labor Wage Determination # 94-2577 Rev (28) is incorporated into this solicitation and shall be applicable to any resultant contract. In accordance with F AR 39.106, the contractor shall ensure the offered product and all information technology (IT) contained therein shall be Year 2000. PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their quote in accordance with standard commercial practice (i.e. q uote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; (W911SA-05-T-0037) offerors complete mailing and remittance addresses; unit prices, extended total prices per CLIN, and grand total for all items; discount terms , DUNS number and Tax Identification Number. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database . Specifically, 52.212-3 Alt I shall be completed electronically at http://orca.bpn.gov by the solicitation due date to be eligible to receive an award for this solicitation. In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Whether your company is a current or new registrant in the CCR database, your registration must indicate that you are a provider of NAICS 812332 under the Goods - Services section of the registration to be el igible to receive a contract for this solicitation. A DUNS number is required for CCR registration. If your company does not have a DUNS#, obtain one by calling 800-333-0505.) Service must begin within 30 days of receipt of a resultant purchase order. Quotes must be received at ACA, Contracting, 2103 South 8th Avenue, Fort McCoy, WI 54656-5153 no later than 0800 hrs 03 August 2005. POC for additional information, Contract Specialist, James Pischke, 608-388-2450, fax 608-388-5950, email james.pischke@em h2.mccoy.army.mil or Mary Purpus 608-388-7351, fax 608-388-5950, email mary.purpus@emh2.mccoy.army.mil.
 
Place of Performance
Address: ACA, Fort McCoy Directorate of Contracting, Building 2103, 8th Avenue Fort McCoy WI
Zip Code: 54656-5153
Country: US
 
Record
SN00846367-W 20050715/050713212328 (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.