Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2008 FBO #2575
SOLICITATION NOTICE

S -- DRY CLEANING SERVICES FOR THE COMBINED BACHELOR HOUSING ONBOARD NAVAL AIR STATION KINGSVILL, TX 78363

Notice Date
12/12/2008
 
Notice Type
Presolicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Jacksonville, Corpus Christi Detachment, N68836 FISC JACKSONVILLE, CORPUS CHRISTI DET 9035 Ocean Drive Corpus Christi, TX
 
ZIP Code
00000
 
Solicitation Number
N6883609T0043
 
Response Due
12/17/2008
 
Archive Date
1/1/2009
 
Point of Contact
MARIA H. GAUNTT 361-961-2669
 
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. Solicitation number N68836-09-T-0043 applies and is issued as a Request for Quotation. This announcement constitutes the request for the required material under RFQ N68836-09-T-0043. The North American Industry Classification System (NAICS) Code is 812320 and the Small Business Size Standard is number of employees $4.5. This procurement will be awarded using the Simplified Acquisition Procedures Test Program outlined in FAR part 13.5, for Dry Cleaning and Laundry Services for Combined Bachelors' Quarters onboard Naval Air Station Kingsville, Texas 78363. Period of Performance - 01 January 2008 to 30 September 2009. Pickup and Delivery every Wednesday between 0900 to 1100 hours, except for Federal Holiday delivery will be next business day. Estimated initial pickup: 30 ea -Duvet Covers30 ea - Comforters50 ea - Draperies Description of material: Duvet Covers, queen size 94"x94", ultra fine 310 threads count, 60% Pima Cotton/40% Polyester, wrinkle resistant, white (total 73) Draperies, 3 fingured pinch pleats per drape, 8 pleats, 59"h x 74" w, 1" side seam, 4" bottom hem, PLAID (total 19) Draperies, 3 fingured pinch pleats per drape, 11 pleats, 55"h x 49 "w, slide through, 1" side hem, 4" bottom hem, BLUE (total 14) Draperies, 3 fingured pinch pleats per drape, 11 pleats, 55"h x 49"w, slide through, 1" side hem, 4" bottom hem, BLUE (total 102) Draperies, 3 fingured pinch pleats per drape, 6 pleats, 54"h x 74"w, 1: side hem, 4" bottom hem, CREAM (total 18) Comforters, queen, 102" x 116", 50% polyester/50% cotton, 5oz filled, VAQUERO(total 56) Comforters, queen, 102" x 121", Polyester/cotton blend back and 6oz fiber filled, FLORA (total 19) Comforters, queen, 100" x 116", GOLD, (total 12)Comforters, queen, 100" x 116", VANILLA, (total 41) Comforters, queen, 100" x 116", SAGE (total 41) SEPARATE HANDLING: Laundered separately from that of other contractor customers. Covers, bedspreads and drapes bundled in plastic by twos and kept separate by each designated building. ACCESS: The contracting officer or his designated representative shall, at all responsible times, have access to the contractor's premises wherein work is to be performed, for the purpose of inspection of services provided hereunder. LINEN OPERATION: All work under this contract shall be accomplished in accordance with the following: - Tensile Strength Loss: The contractor in accordance with standard procedures of the American Institute of Laundering shall perform tensile strength measurement. Result of these tests shall be available for examination upon request by the government and shall not exceed 10%. -Stain: The contractor shall take special action consistent with professional laundry management techniques to identify and remove all stains on linens. All linen shall be free of stains prior to delivery unless acceptable methods of removal have been unsuccessful. Stained linen may be collected by the government and subject to spot cleaning by the contractor. QUALITY STANDARDS: The following quality standards must be maintained by the contractor provision. a.All articles furnished hereunder shall be of good quality, laundered clean and suitable for the purpose intendedb.Fabrics shall be free of all removable soil and stains. A government representative before acceptance must approve linen with non-removable spots and stainsc.All work shall be entirely clean, dry, and free of lint.d.All fabrics shall be bright and all colored fabrics shall be clearly defined.e.All linen shall be free of objectionable odors.f.Care shall be exercised to ensure that shrinkage of fabrics is no greater than that which can termed. Special attention must be paid to the prevention of shrinkage in items composed of animal fabrics such as wool or silk.g.Tumble work shall be completely dry and neatly folded. PASSES AND BADGES: All contractor delivery employees required to pick up and deliver linens on government installations shall obtain required vehicle passes and adhere to station security requirements for entering and leaving. VEHICLES: All contractor owned vehicles shall identified with the contractors name so that it is clearly visible and shall at all times display a valid license plate and safety inspection sticker. Vehicles used for transportation shall be designed to insure adequate protection of laundry/linen as outlined under ICAH requirements. Vehicles used in the transportation of items called for in this contract shall be clean, closed, conform to commercial standards, and be equipped to protect against contamination of the items. Vehicles should be maintained in a clean and sanitary condition in accordance with standard industry practices for the handling of laundry as appropriate. Such vehicles shall be subject to examination by the contracting officer or his designated representative. PERMITS: The contractor shall obtain all appointments, licenses, and permits required for the execution of the work and in complying with all federal, state, and local laws. Evidence of such permits and licenses shall be provided upon request by the government. The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.204-7, Central Contractor Registration (Oct 2003 (JUN 1999), 52.204-9, Personal Identity Verification of Contractor Personnel (NOV 2006), 52.211-17, Delivery of excess Quantities (SEP 1989), 52.212-1, Instructions to Offers-Commercial (OCT 2000), The following FAR and DFAR provisions and clauses are incorporated by FULL TEXT: 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2005), 52.212-3, Alt 1 Offeror Representations and Certifications-Commercial Items (Apr 2002 (Mar 2005) Alternate 1, 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2002), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAY 2002),Within 52.212-5, the following clauses apply 52.219-6, Notice to Total Small Business Se-Aside (JUN 2003), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (APR 2002)(E.O. 11246), 52.222-35 - Equal Opportunity for Special Disabled Veterans (DEC 2001)(38 U.S.C. 4212), 52.222-36 - Affirmative Action for workers with Disabilities (JUN 1998), 52.222-37 - Employment Reports on Special Disabled Veterans (DEC 2001)(38 U.S.C. 4212), 52.225-13, Restrictions on Certain Foreign Purchases (Jan 2004),52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C 3332),52.222-41, Service Contract Act of 1965, as Amended (JUL 2005) (41 U.S.C. 351, et seq.),52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C 206 and 41 U.S.C. 351, et seq.), 52.219-1, Small Business Program Representations (MAY 2004),52.223-6, Drug-Free Workplace (MAY 2001),52.247-34, F.O.B. Destination (Nov 1991), 52.215-5, Facsimile Proposals (OCT 1997),52.232-36, NAVSUP H25, SPS Consolidated Server Time Zone (Jun 2006) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2003). Within DFAR 252.212-7001, the following clauses apply:252.225-7001, Buy American Act and 252.232-7003, Electronic Submission of Payment Requests (MAR 2007), 252.237-7016, Delivery Tickets (DEC 1991),252.237-7018, Special Definitions of Government Property (DEC 1991), (NAVSUP), Freedom of Information Act (FOIA),(NAVSUP), Wage determination, The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses include county, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number, 6) Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items and 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV 1995) with their offer. The Government intends to make a single award to the eligible, responsible Offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. Quotations must be received no later than 17 Dec 2008 1300 (1:00 PM) CST. Quotations must be in writing and may be faxed or mailed to the following. Attn: Maria H. Gauntt, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX 78419-5021. Fax 361-961-2394, Telephone 361-961-2669, EMAIL: maria.gauntt@navy.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9b47274e0708dafc1df8c04d73ee9d52&tab=core&_cview=1)
 
Record
SN01718282-W 20081214/081212215718-7eda0a0445503ab0f5b6cb7ea01d04f5 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.