Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2008 FBO #2551
SOLICITATION NOTICE

S -- Rental and Cleaning of Work Uniforms and Relarted Items for Logistics Readiness Squadron (LRS)

Notice Date
11/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue Building 5681, Bolling AFB, DC, 20332-0305
 
ZIP Code
20332-0305
 
Solicitation Number
FA7012-09-T-0002
 
Archive Date
12/18/2008
 
Point of Contact
Jeremy O. Boggs,, Phone: (202) 404-7771
 
E-Mail Address
jeremy.boggs@bolling.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 solicitation is issued as a Request for Quotation (RFQ) No, FA7012-09-T-0002. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-27. This is a 100% Small Business Set-Aside. Period of Performance is twelve (12) months (01 January 2009 through 31 December 2009) with four (4) option years. The North American Industry Classification System code is 812332 and small business standard is $14.0 million. CONTRACT LINE ITEMS: 0001: BASE YEAR - Rental and cleaning of dark blue work coveralls with lower pockets front and back, and pockets on upper front IAW the Statement of Work. Estimated Quantity: 5,200 EA, Unit Price: $___________ Not To Exceed Amount:$_____________; 0002: BASE YEAR - Rental and cleaning of blue work uniforms (shirts and pants). Shirts shall have long sleeves and contain upper front pockets IAW the Statement of Work. Estimated Quantity: 780 EA, Unit Price: $________________, Not To Exceed Amount: $____________; 0003: BASE YEAR - Rental and cleaning of two hundred fifty (250) shop towels with the automatic replacement plan (contractor replaces 10% of the number of rags turned for cleaning that week for the following week's delivery IAW the Statement of Work). Estimated Quantity: 13,000 EA, Unit Price: $__________, Not To Exceed Amount: $__________; 0004: BASE YEAR - Rental and cleaning of two (2) hand towel rolls to include installation at designated locations IAW the Statement of Work. Estimated Quantity: 156 EA, Unit Price: $__________, Not To Exceed Amount: $__________. 1001: OPTION YEAR I - Rental and cleaning of dark blue work coveralls with lower pockets front and back, and pockets on upper front IAW the Statement of Work. Estimated Quantity: 5,200 EA, Unit Price: $__________, Not To Exceed Amount: $__________; 1002: OPTION YEAR I - Rental and cleaning of blue work uniforms (shirts and pants). Shirts shall have long sleeves and contain upper front pockets IAW the Statement of Work. Estimated Quantity: 780 EA, Unit Price: $__________, Not To Exceed Amount: $__________; 1003: OPTION YEAR I - Rental and cleaning of two hundred fifty (250) shop towels with the automatic replacement plan (contractor replaces 10% of the number of rags turned for cleaning that week for the following week's delivery IAW the Statement of Work). Estimated Quantity: 13,000 EA, Unit Price: $__________, Not To Exceed Amount: $__________; 1004: OPTION YEAR I - Rental and cleaning of two (2) hand towel rolls to include installation at designated locations IAW the Statement of Work. Estimated Quantity: 156 EA, Unit Price: $__________, Not To Exceed Amount: $__________. 2001: OPTION YEAR II - Rental and cleaning of dark blue work coveralls with lower pockets front and back, and pockets on upper front IAW the Statement of Work. Estimated Quantity: 5,200 EA, Unit Price: $__________, Not To Exceed Amount: $__________; 2002: OPTION YEAR II - Rental and cleaning of blue work uniforms (shirts and pants). Shirts shall have long sleeves and contain upper front pockets IAW the Statement of Work. Estimated Quantity: 780 EA, Unit Price: $__________, Not To Exceed Amount: $__________; 2003: OPTION YEAR II - Rental and cleaning of two hundred fifty (250) shop towels with the automatic replacement plan (contractor replaces 10% of the number of rags turned for cleaning that week for the following week's delivery IAW the Statement of Work). Estimated Quantity: 13,000 EA, Unit Price: $__________, Not To Exceed Amount: $__________; 2004: OPTION YEAR II - Rental and cleaning of two (2) hand towel rolls to include installation at designated locations IAW the Statement of Work. Estimated Quantity: 156 EA, Unit Price: $__________, Not To Exceed Amount: $__________. 3001: OPTION YEAR III - Rental and cleaning of dark blue work coveralls with lower pockets front and back, and pockets on upper front IAW the Statement of Work. Estimated Quantity: 5,200 EA, Unit Price: $__________, Not To Exceed Amount: $__________; 3002: OPTION YEAR III - Rental and cleaning of blue work uniforms (shirts and pants). Shirts shall have long sleeves and contain upper front pockets IAW the Statement of Work. Estimated Quantity: 780 EA, Unit Price: $__________, Not To Exceed Amount: $_________; 3003: OPTION YEAR III - Rental and cleaning of two hundred fifty (250) shop towels with the automatic replacement plan (contractor replaces 10% of the number of rags turned for cleaning that week for the following week's delivery IAW the Statement of Work). Estimated Quantity: 13,000 EA, Unit Price: $__________, Not To Exceed Amount: $__________; 3004: OPTION YEAR III - Rental and cleaning of two (2) hand towel rolls to include installation at designated locations IAW the Statement of Work. Estimated Quantity: 156 EA, Unit Price: $____________, Not To Exceed Amount: $_________. 4001: OPTION YEAR IV - Rental and cleaning of dark blue work coveralls with lower pockets front and back, and pockets on upper front IAW the Statement of Work. Estimated Quantity: 5,200 EA, Unit Price: $__________, Not To Exceed Amount: $__________; 4002: OPTION YEAR IV - Rental and cleaning of blue work uniforms (shirts and pants). Shirts shall have long sleeves and contain upper front pockets IAW the Statement of Work. Estimated Quantity: 780 EA, Unit Price: $__________, Not To Exceed Amount: $__________; 4003: OPTION YEAR IV - Rental and cleaning of two hundred fifty (250) shop towels with the automatic replacement plan (contractor replaces 10% of the number of rags turned for cleaning that week for the following week's delivery IAW the Statement of Work). Estimated Quantity: 13,000 EA, Unit Price: $__________, Not To Exceed Amount: $__________; 4004: OPTION YEAR IV - Rental and cleaning of two (2) hand towel rolls to include installation at designated locations IAW the Statement of Work. Estimated Quantity: 156 EA, Unit Price: $__________, Not To Exceed Amount: $_____________. STATEMENT OF WORK. 1. Description of Services: The Contractor shall furnish all personnel, management, tools, supplies, equipment, parts, materials and transportation necessary to rent, deliver, and clean all uniforms and rags. The purpose of this Statement of Work (SOW) is to define the services in order to provide and launder industrial coveralls, uniforms, rags, and towels. Contractor shall bear all costs to purchase and launder garments and rags, including labor, travel, and other expenses necessary to maintain a clean and professional appearance of garments. 1.1. Requirements. Garments and rags provided and laundered will primarily be used in a vehicle maintenance facility. 1.2. The Contractor shall be capable of removing industrial workplace associated stains to include those caused by grease, oil, or other petroleum products, chemicals and dirt, or similar items that soil or stain clothing items. 1.3. The Contractor shall provide the following items and equipment: 1.3.1. Dark Blue coveralls with lower pockets front and back, and pockets on upper front. 1.3.2. Dark Blue uniforms (shirts and pants). Shirts shall have long sleeves and contain upper front pockets. 1.3.3. Coveralls and shall have a white patch, 2" x 4", above the pockets. The left patch shall have written in blue lettering "11 LRS" and below that shall be written "Vehicle Maintenance." The right patch shall have the employee's last name inscribed in blue letters in the center of the patch 1.3.4. Two hundred fifty (250) shop towels with the automatic replacement plan (Contractor replaces 10% of the number of rags turned for cleaning that week for the following week's delivery 1.3.5. Two (2) hand towel rolls to include installation at designated locations 1.3.6. Three (3) rolls of hand towels and two (2) wall mount dispensers 1.3.7. Bins for collection of soiled items (estimated at 2, but subject to change as required) 1.4. Weekly laundering shall include the following: (1) NTE 100 coveralls (1) NTE 15 sets of uniforms (1) NTE 250 shop towels (1) NTE 3 rolls of cloth hand towels (includes 2 hand towel dispensers) 1.4.1. The Contractor shall: replace or repair coveralls and uniforms when they become worn or damaged. The Government will consider requests for replacement coveralls and uniforms if requested by the Contractor and damage was beyond normal wear and tear or due to negligence by the using activity. 1.4.2. The Contractor shall: affix the name patches within thirty (30) days after receipt of contract. The 11 Logistics Readiness Squadron (LRS) shall provide a list of persons, and sizes within five days after issue of contract. 1.5. Compliance with laws & regulations: Contractor shall be knowledgeable of and shall comply with all applicable Federal, state, and local laws, permits, Department of Defense (DOD), United States Air Force (USAF), and base requirements and instructions required for the performance of the duties in this SOW. In addition, Contractor shall ensure policies and procedures are established that protect the safety and welfare of customers, employees and the community to minimize or eliminate safety or environmental pollution risks. 1.5.1. Personnel Security: Contractor shall ensure compliance with all Federal, DOD, USAF, and Bolling AFB vehicle identification policies for Contractor-owned vehicles, and obtain proper identification badges for access to Bolling AFB for the duration of the contract. 1.6. Federal Holidays: Contractor is not required to provide services on the observed Federal holiday. The following is the Federal holidays observed by this installation. New Years Day - 1 January Martin Luther King Jr. Day - 3rd Monday in January Inauguration Day - 3rd Tuesday in January George Washington's Birthday - 3rd Monday in February Memorial Day - Last Monday in May Independence Day - 4 July Labor Day - 1st Monday in September Christopher Columbus Day - 2nd Monday in October Veteran's Day - 11 November Thanksgiving Day - 4th Thursday in November Christmas Day - 25 December 1.7. Security Requirements. The Contractor shall not employ any person who is an employee of the United States Government, if the employment of that person would create a conflict of interest nor shall the contractor employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such a person seeks and receives approval in accordance with DoD 5500-7 (for military) or AFR 40-375 (for civilians). In addition, the contractor shall not employ any person who is an employee of the Department of the Air Force if such employment would be contrary to the policies contained in AFI 64-124. 1.7.1 Base Entry Passes. The contractor shall submit to the Contracting Office a list of all employees full name that will be working on base, along with their date of birth and social security numbers not later than five (5) days prior to start of work in order to insure base entrance passes. The contractor must complete AF Form 75, Request for Visitor/Vehicle Pass for all employees and vehicle passes for all contractor and personal vehicles entering Bolling AFB upon proof of employment, insurance, ownership of vehicle (s), and valid driver's licenses. DD form 1172, application for Uniformed Services Identification Card. Any lost vehicle and entry passes/badges shall be reported immediately to Security Forces and the QA. 1.7.2. Lost vehicle and entry passes shall be reported to Security Forces and the Quality Assurance Personnel. The contractor shall retrieve all identification media, including vehicle passes from employees who depart the company for any reasons before the contract expires. 1.7.3. The contractor and their employees shall confirm to all base regulation and directives pertaining to security, fire, safety, traffic and personnel clearances as they pertain to the contractor's activities on Bolling AFB. The contractor is responsible for all employees' traffic violations and shall be required to pay all fines/penalties. 1.7.4. The contractor shall be responsible for safeguarding all government property provided for contractor's use. Contractor shall ensure that all government facilities, equipment, and materials are secured, at the end of each work period. The contractor must comply with Occupational Safety and Health Standards (OSHA). All electrical work shall conform to the National Electric Code. 1.7.5. Retrieving Identification Media. The contractor shall retrieve all identification media, including vehicle passes from employees who depart for any reason before the contract expires; e.g., terminated for cause, retirement, etc. 1.8. Performance of Services During Crisis Declared By The National Command Authority Or Overseas Combatant Commander. The contractor shall perform all services under this contract during a national emergency or crisis according to the Department of Defense Instruction (DODI) 3020.37. The contractor is expected to perform all services, unless otherwise directed by an authorized government representative. 1.9. Contractor Furnished Items And Services. The contractor shall furnish all items and equipment listed in section 1.3. of the Statement of Work. 1.10. Contractor Personnel. 1.10.1. Listing of Employees. The contractor shall maintain a current listing of employees. The list shall include employee's name, date of birth, and social security number. The list shall be validated and signed by the company Facility Security Officer (FSO) and provided to the contracting officer prior to the contract start date. Updating listings shall be provided when an employee's status or information changes. 1.10.2. The contractor shall not employ persons for work on this installation if such employee is identified to the contractor by the contracting officer as a potential threat to the health, safety, security, general well being, or operational mission of the installation and its population. 1.10.3. The management and control of contractor employees in the performance of this contract shall be the responsibility of the contractor; however, the contractor shall comply with the contract requirements and Bolling Air Force regulations concerning conduct of employees. 1.10.4. The contractor shall provide qualified and trained employees for all equipment used in this contract. Additionally, the contractor shall ensure employee familiarization with OSHA and Air Force Safety Standards. 1.10.5. The contractor shall not employ any person who is an employee of the United States Government, if the employment of that person would create a conflict of interest nor shall the contractor employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such a person seeks and receives approval in accordance with DoD 5500-7 (for military) or AFR 40-375 (for civilians). 2. SERVICES SUMMARY. The performance objective are the following: Contractor shall provide a weekly pickup and delivery to building 362 on each Thursday between the hours of 8:00 AM and 2:00 PM. The pickup/delivery date must be maintained on that day of the week. Should Thursday be a Government holiday, Contractor shall deliver the Wednesday prior to the holiday. 3. GOVERNEMNT FURNISHED PROPERTY AND SERVIC ES. None INSPECTION AND ACCEPTANCE TERMS: Services/Installation of work shall take place no later than 1 January 2009. Services/Materials shall be delivered to 362 Thomas Rd. Bolling AFB, DC 20032. Services will be inspected by quality assurance personnel at the jobsite. The Contracting Officer shall follow FAR 52.212-4, Contract Terms and Conditions - Commercial Items for Contractor's failure to perform satisfactory services or failure to correct non-conforming services. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors - Commercial Items and Addendum to FAR Clause 52.212-1 applies to this acquisition as follows: 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. FAR 52.212-2, Evaluation - Commercial Items applies to this acquisition. EVALUATION PROCEDURES: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and price is determined most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. If additional information is required to support price reasonableness, each offeror may be required to provide a hard copy of their price break-down. Non-conformance with this requirement may result in the offeror's quote being determined unacceptable. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (online Representation and Certifications application). An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at ORCA. If an offeror has not completed the annual representations and certifications at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated and Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.204-9, 52.209-6, 52.214-31, 52.214-34, 52.214-35, 52.217-8; 30 days, 52.217-9: (a) 15 days; 60 days (c) 60 months; 52.223-6, 52.223-11, 52.225-13, 52.232-19, 52.237-1, 52.237-2, 52.247-34, 52.252-2 http://farsite.hill.af.mil, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004 ALT A, 252.204-7006, 252.212-7001 DEV, 252.223-7006, 252.232-7010, 252.243-7001, 252.246-7000, 252.247-7023 ALT III, 5352.201-9101 (c): Mrs. Diane Dade, 1535 Command Dr, Ste 202 Andrews AFB, Camp Springs, MD 20762, Ph #: 301-981-7342, 5352.223-9001, and 5352.242-9000. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation), including the following sub-clauses: 52.219-6, 52.222-3, 52.222-21, 52.222-22, 52.222-25, 52.222-26, 52.222-36, 52.222-41, 52.222-43, 52.223-5, 52.232-33, 52.233-3, 52.233-4, 52.222-42 THIS IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION: Employee Class: Washer, Machine, Monetary Wage - Fringe Benefits; WG-3, $14.10. The incorporated wage determination 2005-2103 dated May 29 2008, revision 6 is applicable. The website is http://www.wdol.gov. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov, NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Workflow (WAWF). You can register at https://wawf.eb.mil/index.html. All quotes must be received by 3 December 2008, 4:30 P.M. Eastern Standard Time (EST). Quotes can be mailed to the 11th CONS/LGCO, 20 MacDill Blvd. Bldg. P-20 Suite 400, Bolling AFB, DC 20032, or faxed to 202-767-7887, or e-mailed to jeremy.boggs@afncr.af.mil. An official authorized to bind your company shall sign and date the quotation. Questions concerning this solicitation should be addressed to SSgt Jeremy O. Boggs, Contract Specialist, phone (202) 404-7771, or Catherine Perry, Contracting Officer at (202) 767-7957.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=da0cf230633d5d51bccc0ea78ac746f2&tab=core&_cview=1)
 
Place of Performance
Address: 361 Thomas Road, Bolling AFB, District of Columbia, 20032-0305, United States
Zip Code: 20032-0305
 
Record
SN01706319-W 20081120/081118220518-da0cf230633d5d51bccc0ea78ac746f2 (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.