Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 13, 2011 FBO #3610
AWARD

84 -- Laundering Service for Bath Towels and Wash Cloths-Option Year

Notice Date
10/11/2011
 
Notice Type
Award Notice
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
M00146 MARINE CORPS INSTALLATIONS EAST- Cherry Point Satellite Contracting Office PSC Box 8018 MCAS Cherry Point, NC
 
ZIP Code
00000
 
Solicitation Number
M0014611QX940
 
Response Due
9/19/2011
 
Archive Date
12/19/2011
 
Point of Contact
Angela Little 252-466-4415
 
Small Business Set-Aside
N/A
 
Award Number
M00146-11-P-X940
 
Award Date
9/28/2011
 
Awardee
CINTAS CORPORATION NO. 2<br />
 
Award Amount
$19822.50
 
Line Number
0001-0005
 
Description
(i) This is a combined synopsis/solicitation for commercial services 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) Solicitation No. M00146-11-Q-X940 is hereby issued as a Request for Quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and Defense Acquisition Circular DPN 20110819. (iv) This acquisition is unrestricted. The North American Industry Classification System Code is 812331. (v) Contract line item numbers, quantities, and units of issues: 0001 Laundering Services in accordance with the Statement of Work Base Period: (01 Nov 2011 through 31 Oct 2012) 0001AALaundering of Bath Towels7800Each 0002ABLaundering of Washcloths7800Each 0003ACFee for Lost and Damaged Towels 315Each 0004ADFee forLost and Damaged Washcloths 315Each 0002 Laundering Services in accordance with the Statement of Work First Option Period (01 Nov 2012 through 31 Oct 2013) 0002AALaundering Bath Towels7800Each 0002ABLaundering Washcloths7800Each 0002ACFee for Lost and Damaged Towels 315Each 0002ADFee for Lost and Damaged Washcloth 315Each 0003 Laundering Services in accordance with the Statement of Work Second Option Period: (01 Nov 2013 through 31 Oct 2014) 0003AALaundering Bath Towels7800Each 0003ABLaundering Washcloths7800Each 0003ACFee for Lost and Damaged Towels 315Each 0003ADFee for Lost and Damaged Washcloths 315 Each 0004 Laundering Services in accordance with the Statement of Work Third Option Period: (01 Nov 2014 through 31 Oct 2015) 0004AALaundering Bath Towels7800Each 0004ABLaundering Washcloths7800Each 0004ACFee for Lost and Damaged Towels 315Each 0004ADFee for Lost and Damaged Washcloths 315Each 0005 Laundering Services in accordance with the Statement of Work Fourth Option Period: (01 Nov 2015 through 31 Oct 2016) 0005AALaundering Bath Towels7800 Each 0005ABLaundering Washcloths7800Each 0005ACFee for Lost and Damaged Towels 315Each 0005ADFee for Lost and Damaged Washcloths 315 Each (vi) The Fleet Readiness Center (FRC) East, Cherry Point, NC has a requirement for annual laundry services of vendor provided/owned bath towel and washcloths STATEMENT OF WORK 1.0 Scope The Contractor shall provide rental and laundry services for vendor provided and vendor owned bath towels and wash cloths to three different locations at the Fleet Readiness Center East, Marine Corps Air Station, Cherry Point, North Carolina. The towels will be standard size bath towels, white in color. The wash cloths will also be standard size and white in color. Services shall include weekly pick-up of soiled bath towels and wash cloths at the three (3) different locations, and delivery/return of laundered items to the same locations within seven (7) calendar days after pick up. The Contractor shall be responsible for all services required to launder the bath towels and wash cloths, including all equipment, supplies, labor and supervision of employees, and transportation for pick-up and delivery of items. 2.0 Requirements 2.1 The Contractor shall pick-up soiled bath towels and wash cloths, launder and deliver said items to the three different locations stated below: (1) Tool Room HDSC 46, Bldg 137 50 Bath Towels - 50 Wash Cloths (2) Tool Room HDSC 53, Bldg 137 50 Bath Towels - 50 Wash Cloths (3) Tool Room HDSC H1, Bldg 1665 - 50 Bath Towels - 50 Wash Cloths 2.2 The Contractor shall pick-up soiled bath towels and wash cloths at each location once per week and have them laundered as specified. The initial pick-up shall be scheduled upon mutual agreement between the FRC East and the Contractor. The approximate quantity for each location will be 50 towels and 50 wash cloths at each location for a total of 150 towels and 50 wash cloths each per week. The deliveries may be made on any one day, Monday through Friday between the hours of 7:00 AM and 4:30 PM. However, once a delivery day is established, the same delivery day shall be maintained every week (except on Government observed holidays). Changes in the quantities of towels and wash cloths and/or locations may be required during the period of this contract. If changes are required they will be incorporated via a bilateral modification to the purchase order. The contractor shall complete the laundering services and return the bath towels and wash cloths to each location within seven (7) calendar days after pick-up. Heavily contaminated towels and wash cloths will be identified by the FRC East to be stored, picked up, and laundered separately to prevent contamination of the general lot of towels during the washing process. The Contractor shall deliver the laundered towels and wash cloths back to each delivery point and pick up the soiled towels and wash cloths that have accumulated during the week. This shall continue for the term of the contract for each delivery point to allow maintenance of an inventory at each delivery point. 2.3 The bath towels and wash cloths shall be washed, dried, and folded. The Contractor shall ensure that the bath towels and wash cloths are wrapped in paper or plastic packaging so as to prevent the items from being soiled in transit. 2.4 The bath towels and wash cloths shall be delivered to each specified location. The deliveries shall be of the same quantity and sizes as that of the soiled items picked up (a one for one exchange in quantity). An authorized representative of the FRC East will be assigned to each delivery point to receive and accept (or reject) the bath towels and wash cloths. 2.5 The bath towels and wash cloths will be inventoried at each delivery point at the time of pick-up and delivery by an authorized Government representative and the contractor s representative. The Contractor shall bear the responsibility of replacing any bath towels and wash cloths that are lost or damaged while in his possession. The FRC East shall bear the responsibility of replacing any bath towels and wash cloths that are lost or damaged while in his possession. A monthly report of damaged or lost items will be prepared by the contractor and provided to the FRC East Contract manager. If excessive damage or loss occurs then the contractor and the FRC East representative will meet to discuss ways to reduce and/or eliminate the number of lost/damaged towels and wash cloths. 2.6 The main point of contact for this requirement will be Bob Davis, FRC East (Code 6.2.5), phone number 252-464-7438 and email address robert.o.davis1@navy.mil 3.0 Contaminants The Contractor is hereby advised that the soiled towels and wash cloths may be contaminated with minute quantities of the following substances: 1. AMMONIUM NITRATE 2. ELECTROCLEANING SOLUTION 3. SODIUM HYPOCHLORITE SOLUTION 4. DALIC CADMIUM PLATING SOLUTION 5. CHROMIC ACID SOLUTION 6. CHROMIC ACID 7. ALUMINUM YELLOW D 8. SODIUM HYDROXIDE 9. ALKALINE, NICKEL STRIPPING COMPOUND 10. FERRIC CHLORIDE 11. METHYL ORANGE 12. DENATURED ALCOHOL 13. NAPTHA 14. TOLUENE 15. 5-B RUBBER 16. MAGNESIUM SILICATE 17. KEYONE 18. AMYL ACETATE 19. COPOLYMER RESIN 20. TETRAHYDRAFURAN 21. NICKEL (AS HEAVY METAL) 22. NICKEL CHLORIDE 23. SODIUM PHOSPHATE 24. NITRIC ACID 25. PETROLEUM UN1267 26. BUTYRIC ACID 27. POTASSIUM BIFLUORIDE 28. FORMIC ACID 29. SODIUM SULFIDE 30. SODIUM CARBONATE 31. CADMIUM OXIDE 32. SODIUM CYANIDE 33. SODIUM ACETATE 34. SULFURIC ACID 35. SODIUM STANNATE 36. TRICHLORETHANE 37. METHYL CHLOROFORM 38. PERCHLORETHYLENE 39. ANHYDOROUS AMONIA 40. ISOPROPYL ALCOHOL 41. MANGANESE DIHYDROGEN PHOSPHATE 42. PHOSPHERIC ACID 43. BORIC ACID 44. BARIUM CARBONATE 45. STRONTIUM CARBONATE 46. CADMIUM SOLID 47. CALCIUM SULFATE 48. CUPROUS CANIDE 49. AMINE 50. HYDROGEN FLUORIDE 51. HYDROGEN PHOSPHATE 52. NICKEL SULFATE 53. HYDROCHLORIC ACID 54. PICRIC ACID 55. SODIUM DICHROMATE 56. ORGANIC SURFACTANTS 57. AIRCRAFT FUEL 58. LEAD 59. BERYLLIUM 4.0 Laundry Performance Requirements All services shall be performed in a manner that is consistent with normal commercial practice for commercial laundry operations. (vii) It is the intent of the government to establish a purchase order to provide these services for a base period of one year, beginning 01 Nov 2011, with provisions for four one-year options. All deliveries and pick-ups shall be at the Fleet Readiness Center (FRC) East, MCAS Cherry Point, NC 28533. (viii) Vendor s quote shall include their quoted firm-fixed unit and extended price for each line item shown for each period of performance. The vendor s quote shall also provide information that demonstrates the ability of their company to perform the services in accordance with the requirements of the Statement of Work. The Government will award a purchase order resulting from this solicitation to the lowest-priced technically acceptable vendor who has a satisfactory past performance record. A technically acceptable vendor is a vendor that demonstrates the ability to perform all requirements of the Statement of Work set forth herein. (ix) The following provisions apply to this acquisition and are hereby incorporated by reference: FAR 52.212-1, Instructions to Offers - Commercial Items. FAR 52.212-3, Offer Representation and Certifications-Commercial Items, Alternate I. A completed copy of this provision shall be submitted with the offer. (x) The following clauses apply to this acquisition and are hereby incorporated by reference and are to remain in full force in any resultant purchase order: FAR 52.212-4, Contract Terms and Conditions Commercial Items. 52.214-31, Facsimile Bids, 52.214-34, Submission of Offers in the English Language, 52.214-35, Submission of Offers in U.S. Currency, 52.217-5, Evaluation of Options 52.222-25, Affirmative Action Compliance, 52.223-11, Ozone-Depleting Substances, 52.233-3, Protest after Award, 52.233-4, Applicable Law for Breach of Contract Claim, DFARS 252-203-7000, Requirement Relating to Compensation of Former DoD Officials 252-203-7002, Requirement to Inform Employees of Whistleblower Rights 252-204-7003, Control of Government Personnel Work Product 252-204-7004 Alt A, Central Contractor Registration 252-225-7000, Buy American Act-Balance of Payments Program Certificate 252-225-7002, Qualifying Country Sources as Subcontractors 252-225-7031, Secondary Arab Boycott of Israel 252-232-7010, Levies on Contract Payments 252-237-7012, Instruction to Offerors (Count-of-Articles) 252-237-7014, Loss or Damage (Count-of-Articles) 252-243-7001, Pricing of Contract Modifications FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include the following clauses listed at paragraph (b): 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.222-19, Child Labor, 52.222-21, Prohibition of Segregated Facilities, 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.223-18, Contractor Policy to Ban Text Messaging while Driving, 52.225-13, Restriction on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. 52.222-41, Service Contract Act of 1965, 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests, 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel. 252.247-7023 Transportation of Supplies by Sea. (xi) The following clause is hereby incorporated in full-text and are to remain in full force in any resultant purchase order: FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee ClassMonetary Wage -- Fringe Benefits Washer, Machine WG-2$8.90 hourly wage (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR PROVISIONS/CLAUSES are available at: http://farsite.hill.af.mil/VFFARA.HTM DFARS PROVISIONS/CLAUSES are available at: http://farsite.hill.af.mil/VFFARA.HTM (End of clause) 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 any time prior to the expiration date of the contract. (End of clause) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor at least 30 calendar days before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 calendar 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 five (5) years. (xii) Additional purchase order requirements and terms and conditions: (a) ACCESS TO MARINE CORPS INSTALLATION If this contract requires performance of work aboard Marine Corps Air Station (MCAS) Cherry Point, NC, the Contractor shall request an Access Letter from the Contracting Department. The request shall be sent to Stacie Bell via email address stacie.bell@usmc.mil or via mail to Cherry Point Satellite Contracting Office, Attn: Stacie Bell, PSC Box 8018, Building 159, MCAS, Cherry Point NC 28533-0018. The request must contain the following information: A)The employer s company/business name B)Contract number and work location C)Contract expiration/termination date D)Whether the contractor employees require flight line access. If so, indicate whether vehicle gate access and/or turnstile access is required. (Normal contractor access is turnstiles only.) As a result of the above, an Access Letter will be prepared by the Contracting Office which will be forwarded via email or fax to Pass & ID and the Contractor. In addition to the above, the Contractor shall provide two separate letters as stated in paragraphs 1 and 2 below, to Pass & ID by email to [CHPT_PASS-ID_OMB@USMC.MIL] or fax (252-466-2626). All three letters are required for access to MCAS Cherry Point for commercial and contract employers and employees. 1. The Contractor shall provide a letter listing all employees (to include date and place of birth) who will be requiring access to the installation. For contractors who will be hired for a period more than 30 days, a contractor s badge is required and will be issued after the conditions outlined in this document are met. The badge must be carried or readily accessible at all times while on Station. All badges will be issued for a period NOT TO EXCEED ONE YEAR regardless of the length of the contract. Upon the expiration of the badge, the company/employee must provide a new 50 state or national criminal records check prior to being re-badged. 2. The Contractor shall also provide a letter to Pass & ID listing all employees (last, first & MI) who will be requiring access to the installation for ANY PERIOD less than 30 days. Pass & ID will then take this letter, highlight the worker s name, stamp with the Pass & ID stamp, and Criminal Records Check (CRC) Sighted stamp, which indicates that Pass & ID has sighted the criminal records check. Pass & ID will also annotate below the stamps the following statement: Valid until (expiration date) then they will initial it. This document will be issued to each worker and IS their authorization to be aboard the installation. This letter must be carried on their person or be readily accessible at all times while on Station. The Contractor shall instruct each of his employees that need access to MCAS Cherry Point to provide to Pass & ID the following items: 1. A picture ID from a state or federal agency (i.e. valid driver s license or state identification card) 2. A Social Security Card or any official document listing the SSN (letter from Social Security Administration listing the SSN, W-2 (tax form), DD-214, pay stub listing complete SSN). 3. Proof of Citizenship (if requested). Birth certificates and passports are used when necessary to verify citizenship and are never used as a means to verify social security numbers. 4. Proof of immigration status must be provided and carried on their person or be readily accessible at all times while on station if the employee is not a U. S. Citizen. 5. A copy of a CRC (National records check only) from any internet investigative service or any other investigative service company that provides a 50 state or national criminal records check and a check of the Sexual Offenders List. This records check must be a complete check covering the period from at a minimum their 18th birthday to present. The CRC must also have a statement in the records check that this is a national records check or the terminology the agency uses to indicate a national records check. The CRC cannot be more than 30 days old at the time it is presented to the Pass & ID personnel. Cost of a background check can vary anywhere from $13 to $60 based on the type or amount of services requested. CRCs may be obtained from, but not limited to the following sources (**): A)WWW.INTEGRASCAN.COM B)WWW.SENTRYLINK.COM C)WWW.INFOLINKSCREENING.COM D)WWW.PEOPLESCANNER.COM E)WWW.PUBLICRECORDS-SEARCH.COM F)WWW.SAFERPLACESINC.COM G)WWW.CASTLEBRANCH.COM H)WWW.CRIMINALCBS.COM I)WWW.INTELIUS.COM Note: In accordance with ASO 5500.14B (not an inclusive list), access will be denied if the individual: A)Is on the National Terrorist Watch List. B)Is illegally present in the United States. C)Is currently debarred or banned from military installations. D)Is a registered sex offender. E)Is a convicted felon within the past 5 years. F)Was convicted of any drug offense within the past 5 years. G)Is subject to an outstanding warrant. H)Has knowingly submitted a false/fraudulent employment questionnaire. Access may also be denied for any reason the Installation Commander deems reasonable for good order & discipline. Individuals convicted of a DUI/DWI within the past year will be allowed aboard but not be permitted to drive. Note the following: Due to recent changes with Privacy laws, security numbers shall NOT be included in the company letters being mailed, faxed or emailed to the Contracting Office and/or Pass & ID. Additionally, all criminal record checks must be hand carried by the individual worker or brought in by the supervisor. ID cards and vehicle passes issued to contractors at Camp LeJeune and New River are valid at Cherry Point. Likewise the contractor badges and vehicle decals issued at Cherry Point are valid at Camp LeJeune and New River. (**) The United States Government and the United States Marine Corps does not endorse nor are they affiliated with any of the screening services. However the Government must be able to verify/validate the information contained in the CRC via telephone or the clearance information may not be accepted. (b) The successful vendor shall be required to submit invoices electronically via the Wide Area Workflow (WAWF) system. Additional information and instructions relating to WAWF are available at https://wawf.eb.mil. (xiii) The Defense Priorities and Allocations Systems (DPAS) assigned rating is DO-S1. (xiv) Quotes submitted in response to the notice must be received no later than 3:00 p.m., EST on 19 Sep 2011. Quotes may be e-mail to angela.f.little@usmc.mil ; faxed to 252.466.4415, or delivered via FedEx, UPS, etc. to Cherry Point Satellite Contracting Office, Cunningham Street, Building 159, Door T1, MCAS, Cherry Point, NC 28533. Direct delivery of quote is only possible during weekdays, excluding federal holidays, between the hours of 8:00 a.m. and 4:00 p.m EST. (xv) Point of Contact for information regarding this solicitation: Angela Little, Contract Specialist, Phone 252.466.4415 Fax 252.466.8492, Email angela.f.little@usmc.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00146/M0014611QX940/listing.html)
 
Record
SN02605566-W 20111013/111011234624-3d08c3df297b92de1d56c38ed467dc84 (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.