Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2009 FBO #2692
SOLICITATION NOTICE

52 -- Uniforms

Notice Date
4/8/2009
 
Notice Type
Modification/Amendment
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Adelphi, RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-09-T-0054
 
Response Due
4/20/2009
 
Archive Date
6/19/2009
 
Point of Contact
neal gowda, 301-394-3371<br />
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 1: The purpose of this amendment is to extend the closing date to April 20, 2009, and make minor changes to the Statement of Work. The first change in the Statement of Work will be in section C.2 letter e). The 86 white protective lab coats will now be 86 blue protective lab coats. Also, at the end of letter e), there will be another sentence stating, 'Coats shall be Flame Resistant 100% Cotton.' Lastly, letter g) will be added under section C.2. Letter g) will state, '974 emblems, each 2 inches by 2 inches in diameter, tricolored, and embroidered as per C.3 below.' This sentence needs to be provided under section C.2, so the contractor can provide pricing for the badges. All the amendments listed above, will be annotated below in the new description. (i) 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. (ii) The solicitation number is W911QX-09-T-0054. This acquisition is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-16, dated March 22, 2007. (iv) This acquisition is set-aside for Small Business. The associated NAICS code is 812320. The small business size standard is $4.5 million. (v)The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Uniform Rental, Qty: 12 months; CLIN 0002: Option Year, Qty: 12 months; CLIN 0003: Option Year, Qty: 12 months: CLIN 0004: Option Year, Qty: 12 months; CLIN 0005: Option Year, Qty: 12 months. (vi) Description of requirements: STATEMENT OF WORK C.1 The U.S. Army Research Laboratory (ARL) has a requirement for rental/laundering/repair of personalized laboratory coats and uniforms for their site located at the Aberdeen Proving Grounds, MD. C.2 The Contractor shall provide rentals consisting of: a)450 white laboratory coats (represents three (3) each for 150 individuals). Coats shall be 80% polyester and 20% cotton. Each coat shall have five (5) grippers or buttons, outside breast pocket, and two (2) lower outside pockets. b) 11 blue laboratory uniforms, eleven shirts and eleven pair of pants for a single individual. Uniforms shall to be 100% cotton. c)30 blue laboratory uniforms, eleven shirts and eleven pair of pants each for 30 individuals. Uniforms shall be 65% polyester and 35% cotton. d)Blue uniforms for two (2) individuals consisting of eleven (11) short-sleeve shirts and three (3) bermuda type shorts for each individual. Uniforms shall be 65% polyester and 35% cotton. e)86 blue protective lab coats, 65 non personalized, sizes large (25 each), extra large (20 each), and extra extra large (20 each) and 21 personalized coats, three (3) each for seven (7) individuals. Coats shall be Flame Resistant 100% Cotton. f)75 blue coveralls, three (3) each for 25 individuals. Coveralls shall be 100% cotton. g) 974 emblems, each 2 inches by 2 inches in diameter, tricolored, and embroidered as per C.3 below C.3 Personalization shall consist of a)stamping the users name on the inside of the uniform/lab coat neck [names to be provided by the Government Contracting Officers Representative (COR)]. b)sizing the uniform/lab coat for the individual (all individuals shall be sized within ten (10) working days after award of contract). c)sewing the logo on the right pocket of the uniform shirt/lab coat (logos shall be furnished by the Contractor and sewn on all lab coats and uniforms within twenty (20) working days after the award of contract). A template of the logo will be provided to the Contractor upon award of contract by the COR. The emblem shall be 2 1/2 inches by 2 1/2 inches in diameter and tri colored (white background, 'A' and 'L' blue, 'R' yellow) and shall be embroidered. The Contractor shall ensure that all replacement items have the ARL emblem sewn on. C.4 Items needing repairs (burn holes, rips, tears, etc) shall be repaired by the Contractor within ten (10) working days after being turned in to the Contractor. The Contractor shall provide replacement uniforms and lab coats as requested by the COR, for normal wear and tear, or to accommodate new employees. Each individual will be provided with service request tags to allow identifying and listing of needed repairs. The Contractor shall provide mending or replacements at no additional cost to the Government. C.5 The Government reserves the right to increase or decrease the number of garments outlined in the Statement of Work upon which appropriate adjustments to costs by way of modifications to the contract. The Contractor shall size newly added individuals within ten (10) working days after notification at no additional cost. C.6 The Contractor shall perform laundry and repair services as follows: items shall be picked up, laundered, folded and/or placed on hangars and returned within five (5) working days. The Contractor shall pick-up and delivery garments on Wednesdays, at Building 4600, at 10:00 AM Eastern Time. C.7 New individuals shall be sized within ten (10) working days of contractor being notified of their addition. C.8 SECURITY C.8.1. Citizenship Requirements. All Contractor employees must be United States citizens. Cases of dual, or multiple, citizenships may be disqualifying and will be reviewed by Army Research Laboratory (ARL) security personnel for determination. C.8.2. Investigation Requirements. C.8.2.1 Contractor shall provide a Contractor point of contact concerning investigation requirements to the COR. C.8.2.2 Contractor employees shall meet the following background investigation requirements prior to beginning work at ARL, Aberdeen Proving Ground, MD: (a) Have a favorably completed National Agency Check with Inquiries (NACI) or investigation greater in scope, conducted by, or for, a U.S. Government Agency or Department. or (b) Submission of a National Agency Check with Inquiries (NACI) investigation packet consisting of two sets of fingerprints using FD-258 Finger Print Cards, a SF-85P (Questionnaire for Public Trust Positions), and a SF-85P-S (Supplemental Questionnaire for Selected Positions). (1) The SF-85P NACI investigation packet must be submitted prior to a Contractor employee working at any ARL site. Fingerprints may be taken by a municipal, county, or state police department or the ARL, Security Office (see paragraph 2.3 for point of contact information). (2) SF 85P and SF 85-P-S forms are available from: http://www.opm.gov/forms/html/sf.asp. FD 258 fingerprint cards are available at most law enforcement locations or directly from the ARL Security POCs (see paragraph C.8.2.3 for point of contact information). (3) All investigation packets will be submitted by the ARL Security Office. C.8.2.3 ARL Security Office POCs can be reached at the following: APG: Ph: 410-278-6276 Fax: 410-278-7675 C.8.2.4 ARL will adjudicate any suitability issues resulting from completed investigations and will determine the Contractor employees continued employment eligibility at ARL. C.8.3. Employee Information. C.8.3.1 Contractor shall furnish to ARL a Request for Visit Authorization (RVA) on company letterhead listing each individual requiring access to the appropriate ARL site. The Contractor shall ensure that the RVA letter is signed by a corporate office or designated security personnel and shall include the following information: NAME SSN DATE OF BIRTH PLACE OF BIRTH CITIZENSHIP DATE/TYPE OF INVESTIGATION CLEARANCE DATE/LEVEL (IF APPLICABLE) (List information for each individual) PURPOSE OF VISIT: DATES/DURATION OF VISIT: POC AT ARL: CLASSIFICATION: CONTRACT NUMBER: CONTRACT EXPIRATION DATE: C.8.3.2 For APG send to address: U.S. Army Research Laboratory ATTN: Visitor Control Aberdeen Proving Ground, MD 21005 RVA may be sent by facsimile 410-278-7675. Confirmation/Visitor Control 410-278-5822, with a hard copy sent to the address listed above. C.8.4. Badging. APG: Contractor shall require each employee scheduled to work at the Aberdeen Proving Ground to complete SFB 1199 form in order to be badged. Picture badges will be issued only after completion of the required investigation. Temporary non-escort badges will be provided only after receipt of RVA. C.9 Administration. C.9.1 Contractor Manpower Reporting. The contractor shall perform manpower reporting as follows: C.9.1.1 The Contractor shall report in accordance with the Statement of Work, paragraph entitled 'Contractor Manpower Reporting' contractor shall report all contractor manpower (including subcontractor manpower) required for performance of this contract using the format provided at the following web address: https://cmra.us.army.mil. The contractor shall include the following: (a)Contracting Office, Contracting Officer, Contracting Officers Technical Representative (b)Contract number, including task and delivery order number (c)Beginning and ending dates covered by reporting period (d)Contractor name, address, phone number, e-mail address, identity of contractor employee entering data (e)Estimated direct labor hours (including subcontractors) (f)Estimated direct labor hours paid this reporting period (including subcontractors) (g)Total payments (including subcontractors) (h)Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC fore each sub-contractor if different) (i)Estimated data collection cost (j)Organizational title associated with the Unique Identification Code (UIC) for the Army Requiring Activity. (The Army requiring activity is responsible for provided the contractor with its UIC for the purposes of reporting this information.) (k)Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on the website (l)Presence of deployment or contingency contract language (m)Number of contractor and subcontractor employees deployed in theater this reporting period (by country) C.9.1.2 The contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. The reporting period shall be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 3 October of each calendar year. C.9.1.3 The contractor may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors system to the secure web site without the need for separate data entries fore each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. (vii) Delivery is required by 01 May 2009. Delivery shall be made to Army Research Laboratory, ATTN: Shipping & Receiving, Aberdeen Proving Ground, APG, MD 21005. Acceptance shall be performed at APG, MD The FOB point is destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include ten (10) records of sales from the previous 36 months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause. None (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 52.203-3, 52.212-5, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52, 52.222-37, 52.222-39, and 52.232-33. For DFARS 252.212-7001, 252.225-7001, 252.232-7003, DFARS 252.237-7012, 252.237-7014, DFARS 252.237-7016 Alt II, 252.247-7023, 252.247-7023 Alt III, and 252.247-7024. Clauses and provisions can be obtained as http://www.arnet.gov. (xiii)The following additional contract requirement(s) or terms and conditions apply: ARL Provisions 52.005-4401, 52.011-4401, 52.032-4418, 52.032-4427, AMC Level Protest Program (Oct 1996) and US Army RDECOMAC Adelphi Contracting Division Website. Provisions can be obtained by contacting the Contract Specialist, Mr. Neal Gowda at neal.gowda@arl.army.mil. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS): None. (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 13 April 2009, by 12:00pm EDT, by email to neal.gowda@arl.army.mil. (xvii) For information regarding this solicitation, please contact Neal Gowda, neal.gowda@arl.army.mil, 301-394-3371.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b5374c774a9d9e1c0a76b89f360c12c8&tab=core&_cview=1)
 
Place of Performance
Address: US Army Research, Development and Engineering Command,Aberdeen Proving Grounds Aberdeen Proving Grounds BLDG 434 Aberdeen MD<br />
Zip Code: 21005-5001<br />
 
Record
SN01788816-W 20090410/090408220955-b5374c774a9d9e1c0a76b89f360c12c8 (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.