Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2012 FBO #3701
SOLICITATION NOTICE

X -- Provide materials, equipment, tools, labor & supervision for laundry dry cleaning, alteration services, including pickup and delivery for Forestville Military Academy, 7001 Beltz Drive, Forestville,MD 20747

Notice Date
1/10/2012
 
Notice Type
Presolicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
MICC Center - Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
 
ZIP Code
40121-5000
 
Solicitation Number
W9124D-12-T-0039
 
Response Due
1/23/2012
 
Archive Date
3/23/2012
 
Point of Contact
Amy Perkins, 502-624-8045
 
E-Mail Address
MICC Center - Fort Knox
(amy.m.perkins@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PERFORMANCE WORK STATEMENT FOR LAUNDRY AND DRY CLEANING FOR FORESTVILLE MILITARY ACADEMY FORESTVILLE, MD AUGUST 2010 *Contractor's place of business shall be located within a 15 mile radius of the school.* SECTION 1 GENERAL REQUIREMENTS l.l SCOPE OF WORK: The contractor shall provide materials, equipment, tools, labor and supervision for laundry, dry cleaning, and alterations services, including pickup and delivery for Forestville Military Academy, 7001 Beltz Dr., Forestville, MD, 20747-4635. Contractor's place of business shall be located within a 15 mile radius of the schools location as mapped on MapQuest. 1.2 HOURS OF OPERATION: The contractor shall pickup and deliver items to be laundered, dry cleaned, altered, and/or repaired in accordance with Section 5 during the hours of 8:00 AM to 3:00 PM, Monday through Friday, excluding legal public holidays, as ordered by the Contracting Officer or his authorized representative. 1.3 PERSONNEL: The contractor shall provide a project manager who is familiar with all aspects of a laundry, dry cleaning, and alteration and clothing repair service. The contractor shall designate in writing to the Contracting Officer the project manager's name and telephone number within ten calendar days of contract award. The contractor shall notify the Contracting Officer, in writing, of changes in the project manager ten working days before said change. 1.4 QUALITY CONTROL: The contractor shall establish a quality control program to ensure the requirements of the contract are provided as specified. The contractor shall furnish one copy of the basic quality control program to the Contracting Officer upon commencement of the contract. The program shall include, but not be limited to, the following: 1.4.1 An inspection system covering the services required by this Performance Work Statement (PWS). The contractor shall specify areas to be inspected on both a scheduled or unscheduled basis and the individuals who shall do the inspection. 1.4.2 A method of identifying deficiencies in the quality of services performed before the level of performance is unacceptable. l.4.3 A file of all inspections conducted by the contractor and any corrective action taken. The contractor shall make this documentation available to the government during the term of the contract. 1.5 QUALITY ASSURANCE: The government will monitor the contractor's performance under this contract in accordance to the performance work statement. 1.6 SAFETY: The contractor shall comply with the requirements of the occupational Safety and Health Administration Standards (OSHA 2206). 1.7 SECURITY: The contractor shall store, secure, and protect all articles of clothing while in the possession of the contractor. 1.8 CONTRACTOR MANPOWER REPORTING The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all required information using the following web address: https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contractor Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor, if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors 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 website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors 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 contractor's systems to the secure web site without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. SECTION 2 DEFINITIONS 2.1 Alterations: The hemming of trousers, female slacks, and skirts; male and female coat sleeves and sewing of AJROTC Shoulder Insignia patch, etc., as outlined in paragraph 5.3. 2.2 Clean: Finished articles are free from dirt, stain, soil, lint, objectionable odors, or impurities. Spots and stains are removed without damaging the fabric. 2.3 Contracting Officer: A person duly appointed with the authority to enter into and administer contracts on behalf of the government. The term also includes the authorized representative of the Contracting Officer acting within the limits of his written authority. 2.4 Dry Cleaning: Cleaning of clothing or fabrics by immersion in dry cleaning chemical solvents rather than water and use of mechanical actions. Dry cleaning may include pre-spotting and use of soaps and synthetic detergents as required to remove soil and stains. 2.5 Laundering: The process by which soiled fabric items are cleaned and treated. The term includes cleaning by mechanical action and by hand in water solutions of detergents and other additives. For the purpose of this contract, the term includes water repellent treating, bleaching, bluing, chemical rinsing (sour), starching, ironing, and pressing operations appropriate to the type of fabric and nature of soil. 2.6 Legal Public Holidays: The following days have been established as legal public holidays pursuant to 5 U.S.C. Section 6103(a): New Year's Day1 January Martin Luther King Jr.'s Birthday 3rd Monday in January President's Day 3rd Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December 2.7 Quality Assurance: Those actions taken by the government to check goods or services to determine that they meet the requirements of the contract. 2.8 Quality Assurance Evaluator: Representative of the government who performs quality surveillance of the contractor's performance. 2.9 Quality Control: Those actions taken by the contractor to control the production of goods or services so that they will meet the requirements of the contract. 2.10 Unserviceable: An item through normal fair wear and tear, misuse, mistreatment or neglect, which can no longer be used for its intended purpose. An item having other than minor rips and tears, and missing or broken buttons. For the purpose of this contract, minor means tears four (4) inches in length. SECTION 3 GOVERNMENT-FURNISHED PROPERTY AND SERVICES The government will provide appropriate insignia/ patches to the contractor for sewing repairs and application to new uniforms. The government will issue a clothing checklist at time of pick up indicating quantity and identification of articles picked up by the contractor for service. SECTION 4 CONTRACTOR- FURNISHED ITEMS The contractor shall furnish all labor, materials, supplies, equipment, facilities, and transportation, other than those specified in Section 3 as government-furnished, to perform the requirements of this contract. SECTION 5 SPECIFIC TASKS 5. GENERAL: The contractor shall provide laundry, dry cleaning, alteration and clothing repair services, to include pickup and delivery services, for Forestville Military Academy as ordered by the Contracting Officer. The contractor shall use a marking system to identify military clothing that belongs to each school to ensure proper processing and return of all items (example: matching coat and trousers). The contractor shall sign a government-furnished clothing checklist at the time of pick up indicating the quantity and identification of articles received for service. The contractor shall be liable for the return of the received for services. 5.l LAUNDRY AND DRY CLEANING SERVICE: 5.1.1 The contractor shall return all processed laundry and dry cleaning with an individually itemized price list (priced per item). 5.1.2 The contractor shall remove all soil, spots, and stains during the laundry or dry cleaning process. 5.1.3 The contractor shall clean, thoroughly dry and remove lint from each item. 5.1.4 The contractor shall process white fabrics leaving no trace of yellow or gray tints and colored fabrics shall be bright. 5.l.5 The contractor shall ensure that all items are free of objectionable odors such as harsh cleaning fluids. 5.1.6 The contractor shall remove all traces of wash supplies or dry cleaning fluids from the items. 5.l.7 The contractor shall ensure that all items are free of wrinkles, have no rough or dry spots, and retain their original shapes and sizes. 5.1.8 The contractor shall ensure that shrinkage is no more than what can be called natural shrinkage, based on cleaning or laundering instructions listed on the label as provided by the manufacturer. 5.1.9 The contractor shall employ wash, extracting, and drying formulas of his own derivation. The procedures used shall ensure the washed item is restored to its intended purpose. 5.1.10 The contractor shall dry clean, press, place on hangers or fold and place in boxes or bundles of 25 each those items so identified in the bid schedule. 5.2 PICK UP AND DELIVERY: 5.2.1 The contractor shall pick up all soiled laundry, dry cleaning, and clothing requiring alterations as ordered by the Government Point of Contact. Pickup and delivery schedule is normally two to three times weekly and Saturdays twice a month. 5.2.2 The contractor shall return all clean laundry, dry cleaning, and alterations, to location of pick up within two (2) work days after pick up. 5.2.3. The pickup and delivery schedules will be coordinated between the contractor and the Government Point of Contact after award of contract. 5.3 ALTERATIONS AND REPAIRS: 5.3.1 The contractor shall repair rips, tears, holes, open seams, and other damages; shall replace buttons, and shall repair or replace broken zippers to individual items as identified at time of pick up and those that occur while in the Contractor's custody using thread, materials, zippers and buttons, of the same type, texture, quality, color, and color fastness as that used in the manufacture of the article. The contractor shall repair or replace items which become unserviceable while in his care. The government will presume that items not identified as unserviceable at the time of contractor pick up have become unserviceable in the contractor's care. 5.3.2. The contractor shall hem men's trousers, female slacks and skirts, and sew insignia/patches onto uniforms as required using thread and materials of the same type, texture, quality, color, and color fastness as that used in the manufacture of the article 5.3.3. The contractor shall have an on-site tailor to provide alterations and repairs. TECHNICAL EXHIBIT 1 DELIVERABLES TitleRequiring ParagraphFormatDate RequiredFrequencyNumber of CopiesDistribution Identification of Project Manager1.3Written LetterNLT 5 work days after contract awardInitially and Upon change1Contracting Officer Quality Control Plan1.4WrittenNLT 10 work days after contract awardInitially and Upon change1Contracting Officer Contractor Manpower Reporting1.8Verification of Electronic SubmissionNLT 30 Days after end of contract periodAs required1Contracting Officer TECHNICAL EXHIBIT 3 QUALITY ASSURANCE EVALUATOR'S SURVEILLANCE PLAN LAUNDRY AND DRY CLEANING FOR FORESTVILLE MILITARY ACADEMY FORESTVILLE, MD FOR INFORMATIONAL PURPOSES ONLY: THIS QUALITY ASSURANCE SURVEILLANCE PLAN IS NEITHER A PART OF THE SOLICITATION NOR WILL IT BE MADE A PART OF ANY RESULTING CONTRACT Section 1 INTRODUCTION 1.1 This Quality Assurance Evaluator's Surveillance Plan has been developed and designed to aid the Government Quality Assurance Evaluator (QAE) in providing effective and systematic surveillance of all aspects of this contract. This plan provides for monitoring all contract requirements through checklist surveillance. 1.2 The objective of this surveillance plan is to evaluate how the contractor is performing in key areas. The government is primarily interested in the final product or service the contractor is providing and not in details of how he is doing it. Section 2 HOW TO USE THE SURVEILLANCE PLAN 2.1 The QAE is responsible for using the surveillance plan. 2.2 It is the QAE's responsibility to perform monthly surveillance to verify contract tasks are being satisfactorily performed in compliance with contract specifications. The checklist included at Section 4 of this plan will be used to record information pertaining to each inspection. The Contracting Officer must be able to observe the QAE's performance by review of these monthly inspection checklists. The government should be able to conduct a complete audit trail from the monthly inspection checklists and an auditor or inspector should be able to track from the above checklist to the contract administrator's actions, payment deductions or other actions as necessary, described on a Contract Discrepancy Report (CDR). 2.3 Checklists will be prepared for each inspection and will be used to record information on observation and defects. These documents will then become a formal government record for later reference. Discrepancies detected during the course of surveillance will require corrective action by the contractor. Specifics concerning any errors should be recorded on the back of the checklists. The QAE should verbally tell the contractor's representative when discrepancies are found and ask him to correct the problem. A notation will be made on the checklist of the date and time the deficiency was discovered and the date and time the contractor's representative was notified. The contractor's representative should be asked to initial this entry. 2.4 If at the conclusion of the month's inspection, the contractor's performance is judged unsatisfactory due to his failure to correct deficiencies and/or failure to comply with the contract specifications, the contractor will be given a CDR. The QAE will prepare the CDR for signature of and release by the Contracting Officer. When completed and signed, the CDR along with the monthly checklists become documentation supporting payment, reduced payment, nonpayment or other actions as necessary. At the end of each month the QAE shall notify the Contracting Officer in writing if contract performance was satisfactory or unsatisfactory. Unsatisfactory determination requires written documentation to include inspection checklists to support the unsatisfactory rating. Recommended deductions in payment will include the method used to compute the proposed amount. 2.5 During the course of the month, the QAE may receive customer complaints about the quality of service. Procedures for the use of the customer complaint record are at Section 3. Each complaint received shall be validated by the QAE. 2.6 Revisions to this surveillance plan are the joint responsibility of the QAE and the Contracting Officer. Section 3 CUSTOMER COMPLAINT GUIDE 3.1 Complaints will be used as additional evidence that performance was lacking. Complaints will not, in themselves, be counted against the contractor's performance standards for purposes of payment deductions. 3.2 When a complaint is received, the QAE will complete a customer complaint record (see 3.4) and investigate the complaint. If the QAE is satisfied the complaint is valid, he will notify the contractor of the defect. The contractor will be required to correct valid complaints of performance not in compliance with the contract. 3.3 The QAE will retain the complaint form in the QAE files. At the end of each month a copy of all validated complaints will be forwarded to the Contracting Officer. 3.4 Customer Complaint Record CUSTOMER COMPLAINT RECORD DATE AND TIME OF COMPLAINT: SOURCE OF COMPLAINT: NATURE OF COMPLAINT: VALID COMPLAINT: YES ( ) NO ( ) CONTRACT REFERENCE: DATE AND TIME CONTRACTOR NOTIFIED OF COMPLAINT: ACTION TAKEN BY CONTRACTOR: RECEIVED AND VALIDATED BY: Section 4 SURVEILLANCE ACTIVITY CHECKLIST 4.1 Surveillance of services will be conducted by use of surveillance activity checklist. A sample of the checklist is contained herein. 4.2 Monthly inspection checklists will be retained in the QAE's files and forwarded to the Contracting Officer at the end of the contract period for inclusion with the contract file. SURVEILLANCE ACTIVITY CHECKLIST Date _________________ Contract RequirementParagraph NumberMethod of SurveillanceDate AccomplishedWhere AccomplishedCompliance QAE'S SIGNATURE TECHNICAL EXHIBIT 4 CONTRACT ADMINISTRATOR'S SURVEILLANCE PLAN LAUNDRY AND DRY CLEANING FOR FORESTVILLE MILITARY ACADEMY FORESTVILLE, MD FOR INFORMATIONAL PURPOSES ONLY: THIS CONTRACT ADMINISTRATOR'S SURVEILLANCE PLAN IS NEITHER A PART OF THE SOLICITATION NOR WILL IT BE MADE A PART OF ANY RESULTING CONTRACT. THE GOVERNMENT RESERVES THE RIGHT TO CHANGE OR MODIFY INSPECTION METHODS AND FREQUENCIES. Section 1 INTRODUCTION 1.1 This Contract Administrator's Surveillance Plan has been developed to aid in providing effective and systematic surveillance of this contract. This plan is to be used in conjunction with the Quality Assurance Evaluator's Surveillance Plan. 1.2 While the QAE may inspect the contractor's performance and document noncompliance actions, only the Contracting Officer may take formal action against the contractor for unsatisfactory performance. Section 2 of this plan "Government Actions for Contractor Deficiencies" lists actions to be taken by the Contracting Officer when contractor deficiencies are discovered. Section 2 GOVERNMENT ACTIONS FOR CONTRACTOR DEFICIENCIES 2.1 The actions listed below are the normal steps to be taken when the contractor's performance is found deficient by the QAE. When the contractor's performance fails to conform to the requirements of the contract and formal action is contemplated, the QAE, the functional area chief and the Contracting Officer will meet to determine if the action is appropriate for the specific circumstances. If a decision is reached not to take the action listed, the reasons will be documented. The Contracting Officer must indicate agreement with the decision by signing the Contract Discrepancy Report or other decision documentation. 2.2 Normally, the QAE will verbally tell the contractor's project manager of discrepancies the first time and ask the contractor to correct the problem. A notation will be made on the tally checklist of the date and time the deficiency was discovered and the date, the time and the name of the contractor's project manager notified. 2.3 When the contractor is responsible for unsatisfactory performance, a contract discrepancy report (CDR) will be issued to the contractor. The seriousness of the problems should govern whether to issue the CDR at the end of the month or as soon as the problems are discovered. Any discrepancies caused by the government will not be counted against the contractor's performance. When the government has caused the contractor to perform in an unsatisfactory manner, a letter will be written to the responsible government organization requesting corrective action is taken. 2.4 When services to be performed by the contractor are of such a nature that the defect cannot be corrected by re-performance of the services, the government will have the right to require the contractor to take immediate steps to ensure future performance of services are in conformity with contractual requirements and to reduce the contract price to reflect the reduced value of the services performed. 2.5 If the contractor fails to achieve satisfactory performance by the end of the next month or agreed suspense date, another CDR will be issued and the appropriate amount deducted from the contractor's payment. A third CDR should be the cause for consideration of a cure notice. 2.6 Depending on the overall performance of the contractor, an unsatisfactory reply to a cure notice should require issuance of a show cause letter followed by consideration to terminate the contract. Section 3 SURVEILLANCE OF THE QUALITY ASSURANCE EVALUATOR (QAE) 3.1 The Contracting Officer's check of the QAE will be done by joint surveillance with the QAE. 3.2 Surveillance will be accomplished through periodic review of the QAE's checklist. Checklist items must be reviewed at least once a year with the QAE. A record of the surveillance will be made and the record will become a permanent part of the Contracting Officer's file. The contract administrator may make independent reviews of the contractor's performance. 3.3 The amount of surveillance specified will provide the Contracting Officer with sufficient "direct loss" knowledge of the contractor's performance to promote sound decisions if government actions are indicated. This surveillance should ensure the Contracting Officer of the QAE's performance. 3.4 During the surveillance checks, the Contracting Officer will verify that the QAE is performing inspections in accordance with the QAE's surveillance plan. Observations of one or two checks will be sufficient to verify the QAE's procedures. If defects are discovered in the QAE's performance, the Contracting Officer will notify the functional area chief and ensure the QAE receives the proper training.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7bcf6ba14e9f8a97aa8c1d6a43eb4621)
 
Place of Performance
Address: MICC Center - Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY
Zip Code: 40121-5000
 
Record
SN02652061-W 20120112/120110234757-7bcf6ba14e9f8a97aa8c1d6a43eb4621 (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.