Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2009 FBO #2608
SOLICITATION NOTICE

99 -- UNIFORM RENTAL

Notice Date
1/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
HSBP1009Q2230
 
Response Due
1/22/2009
 
Archive Date
1/30/2009
 
Point of Contact
Leticia S Ramos,, Phone: 956-764-3278
 
E-Mail Address
Lety.Ramos@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
The U.S. Customs and Border Protection, Border Patrol, Laredo Sector has a requirement for a Uniform Service for the Headquarters Automotive and Maintenance Department. This requirement is being awarded under FAR Part 13 and will result in issuance of a purchase order. This solicitation is being issued as a Request for Quote. Quotes are being requested and written solicitation will not be issued. The request for quote number is HSBP1009Q2230. NAICS code is 812332. One firm-fixed price order is anticipated to be awarded as a result of this request for quote. Central Contractor Registration (CCR) applies to this acquisition. Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR website at http://www.ccr.gov. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The following FAR clauses and provisions apply to this acquisition: FAR 52.204-7 Central Contractor Registration; 52-217-8 Option to Extend Services; 52-217-9 Option to Extend the Term of the Contract; 52.232-1 Payments; 52.232-8 Discounts for Prompt Payment; 52.233-1 Disputes; 52-243-1 Changes ? Fixed Price Alternate II (APR 1984); 52-247-34 F.O.B. Destination and 52.249-1 Termination for Convenience of the Government. Wage Determination 2005-2519 Revision #6 dated 05/29/2008 applies to this acquisition and is made available upon request. Quotes are due by January 23, 2009 at 3:00 PM Central Time. All responsible sources may submit a response via email to: Lety.Ramos@dhs.gov; or fax to (956) 764-3047 or mail to 207 W. Del Mar Blvd, Laredo, TX 78041 ATT: Leticia Ramos, Procurement. Questions regarding this requirement should be forwarded to Leticia Ramos via email or via phone @ (956) 764-3278. COMPLETE PRICING BELOW: Base Period: CLIN 00010 Weekly Full Service Uniform Rental $____________________ CLIN 00020 Pricing for additional employees $______________________ Option Year One: CLIN 00030 Weekly Full Service Uniform Rental $____________________ CLIN 00040 Pricing for additional employees $______________________ Option Year Two: CLIN 00050 Weekly Full Service Uniform Rental $____________________ CLIN 00060 Pricing for additional employees $______________________ Option Year Three: CLIN 00070 Weekly Full Service Uniform Rental $____________________ CLIN 00080 Pricing for additional employees $______________________ Option Year Four: CLIN 00090 Weekly Full Service Uniform Rental $____________________ CLIN 00100 Pricing for additional employees $______________________ STATEMENT OF WORK Project Background The Border Patrol Laredo Sector Headquarters Automotive and Maintenance Departments are in need of full service uniform service for their mechanics. The uniforms will consist of standard 65/35 poly/cotton work shirts and denim jeans for 30 employees, work shirt and khaki cargo pants for 1 employee, and polo shirts and slacks/khakis for 2 employees. Description of Services: Contractor shall provide full service uniform rental for 38 wearers to include: 1)Initial measure of each employee 2)Initial preparation and emblem service 3)Issue of 11 sets of uniforms 4)Laundry service of 5 Changes of work shirts & jeans or 5 polos and slacks per week per employee 5)Pick up and delivery of uniforms for laundry from Laredo Sector Headquarters. 6)Proactive inspection, repair, and replacement of garments as needed 7)Replacement of employee garments for size changes (weight loss/gain) 8)A Garment Maintenance Program to cover all garment damages outside of normal wear and tear. 9)Currently there are only 33 employees needing uniforms. A second line item will be for pricing of additional employees coming aboard in the future. Deliverables: The contractor shall supply each employee with 11 sets of uniforms. Schedule of Performance: Laundry services shall be performed once weekly. Location: Laredo Sector Headquarters @ 207 W. Del Mar Blvd.; Laredo, TX 78041 PERIOD OF PERFORMANCE: Date of award through September 30, 2009. Award will include four (4) one-year Options, for the period of October 1, 2009 through September 30, 2013. The Government reserves the right to exercise the Options. 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of expiration of contract. 52-217-9 Option to Extend the Term of the Contract (March 2000) a)The Government may extend the term of this contract by written notice to the Contractor within 30 days of contract expiration or as soon as funds become available; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. b)If the Government exercises this option, the extended contract shall be considered to include this option clause. c)The total duration of this contract, including the exercise of any options under this clause, shall not exceed 56 months. SECURITY PROCEDURES A.Controls The Contractor shall comply with the Bureau of Customs and Border Protection (CBP) administrative, physical, and technical security controls to ensure that the Government's security requirements are met. B.Identification Badges All Contractor employees shall be required to wear identification badges as applicable when working in Government facilities. These items will be provided by contractor. Contractors and its employees will be required to report to the Laredo Sector Headquarters, 207 W. Del Mar Blvd., Laredo, TX to obtain an ID. C.Security Background Data A Contractor employee shall not begin working under the contract until a favorable Security Background Check is completed with approval from the U.S. Border Patrol Laredo Sector Senior Security Specialist. Exceptions to this requirement will be handled on a case-by-case basis, and access to facilities, systems, data, etc. will be limited until the individual is cleared. Contractor employee personnel hired to work within the United States or its territories and possessions that require access to CBP facilities, information systems, security items and products, and/or sensitive but unclassified information shall either be U.S. citizens or have lawful permanent resident status. The following security screening requirements apply to both U. S. citizens and lawful permanent residents who are hired as Contractor personnel. All personnel employed by the Contractor or responsible to the Contractor for the performance of work hereunder shall be able to favorably pass a Security Background Check. The Contractor shall submit within five (5) working days after award of these contract copies of employee’s Drivers License(s) or State/Federal Picture I.D., Social Security numbers, Birth Certificate and/or I-551 (Resident Alien Card). The copies must be hand delivered or faxed to Contract Specialist Leticia Ramos at 956-764-3047. Failure of any Contractor personnel to pass a favorable Security Background Check means that the Contractor has failed to satisfy the contract's requirement to provide cleared personnel. The Contractor’s failure to meet the requirement to provide cleared personnel is grounds for termination of the contract, unless cleared personnel are timely provided as replacements. The Contractor must provide a qualified replacement capable of passing a favorable Security Background Check. This policy also applies to any personnel hired as replacements during the term of the contract. The Contracting Officer must approve all personnel replacements. D.Notification of Personnel Changes The Contractor shall notify the Contracting Officer via phone, FAX, or electronic transmission, no later than one work day after any personnel changes occur. Written confirmation is required for phone notification. This includes, but is not limited to, name changes, resignations, terminations, and reassignments (i.e., to another contract.) EVALUATION CRITERIA A firm-fixed price order will be made to the lowest technically, responsive and responsible offeror, whose proposal will meet the Governments’ requirement. PAYMENT A purchase or delivery order will be issued for the work described in this notice. Net 30 payment terms will apply to the order, however, payment will not be made until inspection and acceptance of work/service has been performed by the Contracting Officer’s Technical Representative (COTR) and an original invoice has been submitted for the accepted work. An invoice shall not be submitted until all work has been completed and accepted by the COTR.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=62dcc121ac43a0754bfe1175bff125ef&tab=core&_cview=1)
 
Place of Performance
Address: U.S. Border Patrol, 207 W. Del Mar, Laredo, Texas, 78041, United States
Zip Code: 78041
 
Record
SN01732245-W 20090116/090114215658-9f062e7ecf4c6e31b85b0785e5ca1970 (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.