Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2006 FBO #1577
MODIFICATION

S -- Laundry and Dry Cleaning Services

Notice Date
3/20/2006
 
Notice Type
Modification
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Air Force, Air Force Space Command, 341CONS, 7015 Goddard Drive, Malmstrom AFB, MT, 59402-6863
 
ZIP Code
59402-6863
 
Solicitation Number
FA4626-06-A-0005
 
Response Due
4/4/2006
 
Description
Combined Synopsis/Solicitation FA4626-06-A-0005 is hereby amended to revise paragraphs identified below and to include Appendix A, Appendix B, and the Past Performance Questionnaire that were not included in the initial solicitation in error. Specific revisions are in bold text. The response date is NOT extended; it remains at Apr 4, 2006. Section (vi) Paragraph 1.7.7. is changed from ?REJECTED LAUNDRY. Linen is rejected when it fails a quality assurance inspection at the time of delivery or when unpacked. Rejected laundry shall be collected by the QAE as discovered and return it to the contractor who shall re-perform and deliver re-cleaned laundry and/or dry cleaning by the next scheduled delivery date.? to ?REJECTED LAUNDRY. The government QAE will reject, to the Contractor, individual deliveries of laundry and/or dry cleaning that do not meet established SOW requirements. Linen is rejected when it fails a quality assurance inspection at the time of delivery or when unpacked. Rejected laundry shall be collected by the QAE as discovered and return it to the contractor who shall re-perform and deliver re-cleaned laundry and/or dry cleaning by the next scheduled delivery date.? Paragraph 1.7.8. is changed from ?RE-PERFORMANCE OF LAUNDERING/DRY CLEANING. Any item found to not meet requirements of paragraphs 1.8.6. and paragraphs 2.1., 2.2., 2.3., and 2.6. of Appendix A shall be re-cleaned at no additional cost to the Government. The Contractor shall pack the re-cleaned items separately, identify date with which they were originally returned, and mark ?Attention QAE.? to ?RE-PERFORMANCE OF LAUNDERING/DRY CLEANING. Any item found to not meet requirements of paragraphs 1.7.6. and paragraphs 2.1., 2.2., 2.3., and 2.6. of Appendix A shall be re-cleaned at no additional cost to the Government. The Contractor shall pack the re-cleaned items separately, identify date with which they were originally returned, and mark ?Attention QAE.? Paragraph 1.8. is changed from ?PERFORMANCE PLAN. The QAE will evaluate the Contractor?s performance in accordance with the Inspection of Services clause (FAR 52.246-4). The government QAE will reject, to the Contractor, individual deliveries of laundry and/or dry cleaning that do not meet established SOW requirements. The Contractor will sort the lot to remove unserviceable items as necessary, and represent the lot to the QAE for inspection.? to ?PERFORMANCE PLAN. The QAE will evaluate the Contractor?s performance in accordance with the Inspection of Services clause (FAR 52.246-4) and the Services Summary as stated in paragraph 2.? Paragraph 2.1. is changed from DELIVERY SUMMARY. The Service Delivery Summary states service outcomes expected. SDS # and Performance Performance Objective SOW Para Threshold Method of Measuring 1. Did the contractor 1.2. 2 discrepancies Relies on customer accomplish pickup and per month complaints to verify pick deliveries as scheduled up and delivery schedules are met. 2. Did the contractor 1.2. 2 discrepancies Relies on customer deliver correct per month complaints to verify quantities count/weight of articles delivered is accurate in accordance with delivery tickets. 3. Are articles clean 1.7.6. and 2 discrepancies Relies on customer 2.1., 2.2., per month complaints to verify 2.3., and articles are clean. 2.6. of Re-perform cleaning Appendix A until articles are clean. 4. Are article repairs 1.3.1. 2 discrepancies Relies on customer completed per month complaints to verify repairs are acceptable. Re-perform repairs until acceptable. to ?DELIVERY SUMMARY. The Service Delivery Summary states service outcomes expected. SDS # and Performance Performance Objective SOW Para Threshold Method of Measuring 1. Did the contractor 1.2. 2 valid customer Relies on customer accomplish pickup and complaints per call complaints to verify pick deliveries as scheduled up and delivery schedules are met. 2. Did the contractor 1.2. 2 valid customer Relies on customer deliver correct complaints per call complaints to verify quantities count/weight of articles delivered is accurate in accordance with delivery tickets. 3. Are articles clean 1.7.6. and 2 valid customer Relies on customer 2.1., 2.2., complaints per call complaints to verify 2.3., and articles are clean. 2.6. of Re-perform cleaning Appendix A until articles are clean. 4. Are article repairs 1.3.1. 2 valid customer Relies on customer completed complaints per call complaints to verify repairs are acceptable. Re-perform repairs until acceptable. APPENDIX A DEFINITIONS 1. STANDARD DEFINITIONS 1.1. PERFORMANCE MANAGEMENT. Those actions taken by the Government to assure services meet the requirements of the SOW and contract clauses relating to quality and performance. 1.2. QUALITY ASSURANCE PERSONNEL (QAP). Government personnel responsible for surveillance of contractor performance. 1.3. QUALITY ASSURANCE EVALUATOR (QAE). A Government person primarily responsible for surveillance of contractor performance. 1.4. CONTRACTOR PERFORMANCE MANAGEMENT. Actions taken by a contractor to control the production of services to meet the requirements of the SOW. 1.5. PERFORMANCE PLAN. An organized written document used by the Government for quality assurance surveillance. The document contains specific methods to perform surveillance of the contractor. 1.6. QUALITY CONTROL PLAN (QCP). A plan developed by the contractor, establishing quality control procedures, identifying actions to be taken by the contractor to ensure requirements of the Statement of Work (SOW) are met. 1.7. PERFORMANCE MANAGER (PM). An individual identified by the contractor who will address issues and concerns that may arise during the performance of this agreement. 2. TECHNICAL DEFINITIONS PECULIAR TO THIS SOW 2.1. LAUNDERING. The process by which soiled fabric items are cleaned and treated. The term includes cleaning by mechanical action in appropriate temperature water with solutions of detergents and other additives. These additives include repellent treating, bleaching, blueing, rinsing, chemical rinse, (sour, fabric softener, and any other agent for controlling the growth of microorganisms, such as molds and bacteria), starching, ironing, and pressing. The appropriate products and procedures are to be determined by the contractor for the various types of fabric and nature of soil. 2.2. DRY CLEANING. The cleaning of articles by immersion in dry cleaning solvents and use of mechanical action. Dry cleaning shall include pre-spotting and the use of soaps and synthetic detergents when required to remove soil and stains. 2.3. CLEAN. Finished articles are dry and free of visible soil, lint, and objectionable odors. Spots and stains are removed without damaging fabric and have been treated as defined in paragraph 2.1. 2.4. UNSERVICEABLE ARTICLES. Articles no longer usable for the purpose intended. The Contractor will represent to the QAE for inspection unserviceable items as necessary. 2.5. REPAIRABLE ITEMS. Those articles with minor rips, tears (less than four inches), open seams, holes, missing buttons, and broken zippers. 2.6. CONTAMINATED LAUNDRY. Occupational Safety and Health Administration (OSHA) (http://www.osha.gov/needlesticks/needlesticks-regtxtrev.html) Standard 1910.1030 ? Bloodborne Pathogens Regulatory Text has defined ?contaminated laundry? to mean laundry that has been soiled with blood or other potentially infectious materials or may contain sharps. Contaminated laundry will be cleaned to OSHA standards. 2.7. PROCESSING. All soil, spots, and stains are removed without damage to fabric. 2.8. STARCH. Articles such as shirts, trousers, utility clothing, and uniforms, which have been starched and pressed, have adequate body without excessive stiffness. Fluff dry items are not starched. 2.9. FINISH. Items such as shirts, trousers, utility clothing, uniforms and other wearing apparel must be machine finished so that all surfaces are smooth and wrinkle free. There should be no roughdry spots. These items should retain their original shape and size. 2.10. FLAT WORK. Flat work items are hand or machine pressed, folded and tied or wrapped in bundles. 2.11. MISSING/LOST ARTICLES. Any articles missing from a delivery that is not returned by the next regular scheduled delivery. All accountable items not delivered within 1 week of the original scheduled delivery date will be considered lost. 2.12. DAMAGE. A defective condition of an item due to improper processing resulting in the item not being suitable for return to service. 3. METHOD OF FINISH WDF Wash, dry, fold WK Wrap finished work in kraff paper P Press on commercial pressing equip FP Flameproof I Press on flatwork ironing equipment MT Chemical treat (dust mops) TD Tumble dry DC Dry clean HS Heavy Starch B Return in plastic garment bag MS Medium Starch W Warm Water Wash LS Light Starch L Launder according to label NS No Starch NB No Bleach OH Return finished work on hangers FB Folded and Bundled WP Wrap finished work in plastic APPENDIX B ESTIMATED ANNUAL WORKLOAD DATA Annual Item # Description/Method of Finish Est Qty Unit QUOTE PERFORMANCE ITEM 0001: Lot 1 A - Linen Exchange (Bldg 250) 1A1 Apron, white, baker, cooks (MS,P,B,OH) 275 EA _________ 1A2 Coverall, 1 piece (MS,P,OH,B) 925 EA _________ 1A3 Shirt, cook, sleeve, white (MS,P,OH,B) 750 EA _________ 1A4 Trouser, cook, white (MS,P,OH,B) 725 EA _________ 1A5 Suit, Radiac (P,OH) 65 EA _________ 1A6 Hood, Radiac, suit (P,OH) 25 EA _________ 1A7 Suit & hood, chemical warfare training 100 EA _________ (use non-petroleum based cleaning agent) (OH) 1A8 Bag, flyers, A03 (WDF,WP) 260 EA _________ 1A9 Blanket, velour (WDF,P,WP) 630 EA _________ 1A10 Blanket, wool (WDF,P,WP) 200 EA _________ 1A11 Pad, mattress (WDF,P,WP) 920 EA _________ 1A12 Pillow case (WDF,P,WP) 32,000 EA _________ 1A13 Sheet, cotton (WDF,P,WP) 64,000 EA _________ 1A14 100% Pillows, polyester (W,WP) 120 EA _________ 1A15 Bedspread, quilted (P,WP) 850 EA _________ 1A16 Tablecloth (P,WP) 140 EA _________ 1A17 Curtain, cotton (P,OH,B) 20 EA _________ 1A18 Arctic, sleeping bag, fiber filled (L) 1,000 EA _________ 1A19 Cover, sleeping bag (L) 1,000 EA _________ 1A20 Pads, hot oven (L,WP) 180 EA _________ 1A21 Cold weather, camouflage pants (OH,B) 625 EA _________ 1A22 Cold weather, camouflage parka (OH,B) 405 EA _________ 1A23 Cold weather liner, parka (OH,B) 405 EA _________ 1A24 Cold weather liner, pants (OH,B) 300 EA _________ 1A25 Gloves, white (WP) 50 EA _________ 1A26 Ascots, blue, white (OH,WP) 10 EA _________ 1A27 Liner/jacket, fireman (WP) 100 EA _________ 1A28 Jacket, structural, fireman (WP) 50 EA _________ 1A29 Trouser, structural, fireman (WP) 50 EA _________ 1A30 Liner/trouser, fireman (WP) 50 EA _________ 1A31 Clothes, altar, linen (OH,B) 10 EA _________ 1A32 Chef?s coat (P,OH,B) 400 EA _________ 1A33 Chef?s hat (L) 180 EA _________ 1A34 Black trousers, cook (P,OH) 260 EA _________ 1A35 Backpacks (L) 105 EA _________ B - Malmstrom Inns (Bldg 1680) 1B1 Sheets, queen, flat (P,WP) 6,355 EA _________ 1B2 Sheets, queen, contoured (P,WP) 6,360 EA _________ 1B3 Pillow cases (P,WP) 13,075 EA _________ 1B4 Pads, mattress (P,WP) 500 EA _________ 1B5 Towels, bath 8-11 oz (P,WP) 10,000 EA _________ 1B6 Wash cloth, 1-4 oz (P,WP) 10,000 EA _________ 1B7 Mat, bath (P,WP) 6,000 EA _________ 1B8 Towels, bath 12 oz or greater (P, WP) 18,928 EA _________ C-Temporary Lodging Facility (Bldg 1218) 1C1 Sheets, contoured reg & dbl (P,WP) 4,860 EA _________ 1C2 Sheets, queen, contoured (P,WP) 3,640 EA _________ 1C3 Sheets (P,WP) 3,640 EA _________ 1C4 Sheets, queen, flat (P,WP) 3,640 EA _________ 1C5 Pillowcases (P,WP) 10,140 EA _________ 1C6 Pads, mattress (P,WP) 728 EA _________ 1C7 Blankets, acrylic (P,WP) 350 EA _________ 1C8 Towel, bath, 8-11 oz (P,WP) 38,000 EA _________ 1C9 Washcloth, 1-4 oz (P,WP) 10,920 EA _________ 1C10 Towel, hand, 4-7 oz (P,WP) 54,000 EA _________ 1C11 Bath mat (W,WP) 10,920 EA _________ Lot 2 A-Dry Cleaning, Linen Exchange (Bldg 250) 2A1 Jacket, Nomex, fireman (OH,B) 100 EA _________ 2A2 Jacket, intermediate-CWU-7P (OH,B) 100 EA _________ 2A3 Parka, N3B (OH,B) 700 EA _________ 2A4 Jacket, 46P fur collar (OH,B) 100 EA _________ 2A5 Liner, field jacket (OH,B) 100 EA _________ 2A6 Trouser, flying, insulated all D1,F1 100 EA _________ series CWU-6P plus 5P (OH,B) 2A7 Mitten, cloth, fur (L) 100 EA _________ 2A8 Blouse, trop/poly (P,OH,B) (1 day turnaround) 100 EA _________ 2A9 Skirt, trop/poly (P,OH,B) 100 EA _________ 2A10 Pants, trop/poly (P,OH,B) 100 EA _________ 2A11 Drapes, window, pleated press pleats (P,OH,B) 100 EA _________ 2A12 Bedspread Malmstrom Inn, TLF (DC ONLY) 1,750 EA _________ 2A13 Blanket, wool, Malmstrom Inn (DC ONLY) 2,450 EA _________ 2A14 Chapel Robes (P,OH,B) 50 EA _________ 2A15 Chapel Stoles (P,OH,B) 50 EA _________ 2A16 NFPA Shirt (P,OH,B) 100 EA _________ 2A17 NFPA Pant (P,OH,B) 100 EA _________ 2A18 NFPA BDU Top (P,OH) 100 EA _________ 2A19 NFPA BDU Bottom (P,OH) 100 EA _________ 2A20 NFPA Hand Iron Sleeves (L,B) 100 EA _________ 2A21 NFPA Attach Emblems 100 EA _________ PERFORMANCE ITEM 0002: B-Repairables 2B1 Zipper, hd, parka (NB3) 10 EA _________ 2B2 Zipper, trouser, flying, 12" and shorter, hd 10 EA _________ 2B3 Zipper, coveralls, flying, 12? & shorter, hd 10 EA _________ 2B4 Zipper, coveralls, flying, 12? & longer, hd 10 EA _________ 2B5 Zipper replacement, coverall, 1 pair 5 EA _________ 2B6 Zipper replacement, trousers, cook, white 10 EA _________ 2B7 Zipper, heavy duty, flak vest 10 EA _________ 2B8 Zipper, jacket Nomex, Fireman 10 EA _________ 2B9 Zipper, jacket 46P 10 EA _________ 2B10 Zipper, head repairs 10 EA _________ 2B11 Zipper repairs 10 EA _________ 2B12 Cuffs, sleeve (L2B,MA1,N3B) 10 EA _________ 2B13 Cuffs, pants, flight, let 10 EA _________ 2B14 Collars, reversible (MA1, L2B) 10 EA _________ 2B15 Band, waist, reversible (N3B) 10 EA _________ 2B16 Loop, replacement (N3B) 10 EA _________ 2B17 Rips/tears exceeding 4" in length and holes 50 EA _________ patched, which exceed 1" in diameter 2B18 Button replacement, all types 50 EA _________ 2B19 Blanket repair, rips > 4? in length 25 EA _________ 2B20 Bedspread repair, rips > 4? in length 50 EA _________ 2B21 Snap replacements, all types 10 EA _________ PERFORMANCE ITEM 0003: Lot 3 A-Rental 3A1 Rags, red standard shop 13,000 EA _________ 3A2 Rags, red standard shop, lost by Government N/A EA _________ PERFORMANCE ITEM 0004: B-Washroom Tests 3B1 Washroom Tests 4 EA _________ PRESENT/PAST PERFORMANCE EVALUATION CONTRACTOR PERFORMANCE QUESTIONNAIRE WHEN FILLED IN, THIS DOCUMENT IS SOURCE SELECTION SENSITIVE INFORMATION IAW FAR 3.104 SECTION 1: TO BE COMPLETED BY THE OFFEROR AND PROVIDED TO THE CUSTOMER REFERENCED Name of Firm being evaluated: _________________________________________________ Project Title and Location: _____________________________________________________ Project dollar value: __________________________________________________________ Year Completed: _____________________________________________________________ Project Manager: _____________________________________________________________ SECTION 2: TO BE COMPLETED BY THE CUSTOMER REFERENCED AND MAILED, HAND-DELIVERED, EMAILED OR FAXED DIRECTLY TO: 341 CONS/LGC FAX: (406) 731-3748 ATTN: LISA MURPHY EMAIL: lisa.murphy@malmstrom.af.mil 7015 Goddard Avenue DUTY PHONE: (406) 731-4039 Malmstrom AFB, MT 59402-6863 OVERVIEW: The firm shown above is submitting a proposal on a Malmstrom AFB service project and provided your name as a customer reference. Part of our evaluation process requires information on the firm?s past performance. Your participation is important to us and responses are required prior to proposal closing date, 4 Apr 06, for inclusion in our evaluation. Your assistance is greatly appreciated. SECTION 3: EVALUATION Please indicate your satisfaction with the contractor?s performance by placing an ?X? in the appropriate block to the right of each question, using the scale as defined below provided. CODE PERFORMANCE LEVEL E EXCEPTIONAL (Always) ? The contractor?s performance meets contractual requirements and exceeds many (requirements) to the Government?s or customer?s benefit. The contractual performance was accomplished with few minor problems for which corrective actions taken by the contractor were highly effective. VG VERY GOOD (Usually) ? The contractor?s performance meets contractual requirements and exceeds some (requirements) to the Government or customer?s benefit. The contractual performance was accomplished with some minor problems for which corrective actions taken by the contractor were effective. S SATISFACTORY (Usually) ? The contractor?s performance meets contractual requirements. The contractual performance contained some minor problems for which corrective actions taken by the contractor appear or were satisfactory. M MARGINAL (Rarely) ? Performance does not meet some contractual requirements. The contractual performance reflects a serious problem for which the contractor has not yet identified corrective actions or the contractor?s proposed actions appear only marginally effective or were not fully implemented. U UNSATISFACTORY (Never) ? Performance does not meet most contractual requirements and recovery is not likely in a timely manner. The contractual performance contains serious problem(s) for which the contractor?s corrective actions appear or were ineffective. N NOT APPLICABLE - Unable to provide a score. BASED UPON OVERALL PERFORMANCE, PLEASE PROVIDE RATING OF CONTRACTOR AS DEFINED ABOVE Code Customer Satisfaction _____ Customer would have no reservations in awarding another contract to the Contractor. Quality Control _____ Quality of workmanship. _____ Implemented and documented Quality Control Plan requirements. _____ Adequacy of QC Testing ? provided all tests as required. _____ Contractor completed all work with good workmanship. _____ Contractor identified problems as they occurred, suggested realistic approaches to problems, and acted promptly to resolve problems. _____ Identification/correction of deficient work in a timely manner. Effective Management _____ Contractor provided experienced/qualified managers and supervisors with the technical and administrative abilities needed to meet contract requirements. _____ Compliance with laws and regulations. _____ Professional conduct. _____ Coordination and control of subcontractors ? insures adherence to work schedule. _____ Review/resolution of subcontractors issues. Timely Performance _____ Contractor met established pick-up/delivery schedules. _____ Resolution of delays. _____ Submission of required documentation. Compliance with Labor Standards _____ Compliance with Service Contract Act and EEO requirements. Responsiveness _____ Cooperation and Responsiveness ? responds to all communications in timely manner, solicits feedback and suggests alternatives. _____ Contractor realigned performance schedules to meet customer needs when changes occurred. _____ Contractor attended meetings as needed and maintained communication. COMMENTS: ____________________________________________________________________________________________________________________________________________________________ ____________________________________________________________________________________________________________________________________________________________ PRINTED NAME: _____________________________ SIGNATURE: _____________________________ DATE: _____________________________ COMPANY NAME: _____________________________ PHONE NUMBER: _____________________________ EMAIL ADDRESS: _____________________________
 
Place of Performance
Address: Malmstrom AFB, MT
Zip Code: 59402-6863
Country: US
 
Record
SN01010673-W 20060322/060320214550 (fbodaily.com)
 
Source
FedBizOpps 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.