Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
SOLICITATION NOTICE

W -- TREASURY UNIFORM LEASE AND LAUNDRY SERVICES - RFQ Additional Documents

Notice Date
6/29/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
 
ZIP Code
20745
 
Solicitation Number
A16105
 
Archive Date
7/27/2016
 
Point of Contact
Christian A. Fowler, Phone: 2406137326
 
E-Mail Address
christian.a.fowler@irs.gov
(christian.a.fowler@irs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Price/Cost Schedule for RFQ Agency provisions for filling out. Request for Quote: A16105 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. This solicitation is issued as a Request for Quotation (RFQ) No, A16105. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2005-88, effective 15 June 2016. This is a 100% Small Business Set-Aside. Period of Performance is twelve (12) months from Date of Award with three (3) 12 month option years. The North American Industry Classification System code is 812332 and small business standard is $14.0 million. Product Service Code is S209: Laundry & Dry Cleaning Services and W084: Lease or Rental of Clothing, Individual Equipment. CONTRACT LINE ITEMS: 0001: BASE YEAR - Work Uniform Lease and Laundry Services in accordance with (IAW) the Statement of Work; 0002: OPTION YEAR ONE - Work Uniform Lease and Laundry Services IAW the Statement of Work; 0003: OPTION YEAR TWO - Work Uniform Lease and Laundry Services IAW the Statement of Work; 0004: OPTION YEAR THREE - Work Uniform Lease and Laundry Services IAW the Statement of Work. See attached price/cost list for estimated breakdown for quoting purposes only. STATEMENT OF WORK This Statement of Work (SOW) requirement is for a firm fixed price contract to furnish all labor, materials, equipment, transportation, and supervision necessary to provide and maintain work uniform leasing and laundry services for the US Department of the Treasury, Departmental Offices Real Estate and Facilities Management Division. The Contractor will also be responsible for servicing (e.g. cleaning, laundering, repairing, and replacing) all items. The Contractor shall create and maintain an electronic price list of all contract line items to facilitate with billing and reconciliation of monthly invoices. The invoice structure established is: vendor will invoice only once per month. 1. Uniform Services The Contractor shall provide eleven (11) new Uniform Sets (shirt and pants) for twenty five (25) employees for a total of two hundred seventy five (275) sets over the life of the contract (base and option years). Uniforms are the same for men and women. Uniforms are to be delivered to the designated location for the duration of the contract on a weekly basis. A.) The lease shall include, but not limited to the following: a. Perform on-site visits to (a) obtain employee measurements for Uniform Sets. Based on the information gathered during the on-site visit(s), the Contractor shall build a client profile and create a standard order. b. Provide eleven (11) sets of "New" uniforms for each for twenty five (25) employees within thirty (30) days of award of this contract c. Provide approved three inch (3") embroidered or sewed Department of the Treasury emblem on each shirt, installed above the left shirt pocket. A sample patch will be provided. d. Provide laundry/cleaning for soiled uniforms once a week. Apply light starch on shirts and pants and crease in pants. e. Provide repair and alterations service for all uniforms on an as needed basis. f. Provide a Change-as-Needed System for automatic replacement of garments before they become so worn as to impact either appearance or function. g. Upon delivery, uniforms should be free of frays in fabric, loose strings, tears or blemish in colors. No visibly loose or missing buttons. Shirt and pants must remain no less than 5% difference in original "new" color. B.) Uniform (Garment) Specification a. Colors: 1. Pants: Navy - Twenty Five (25) sets of eleven (11) each. 2. Shirts: Navy - Twenty One (21) sets of eleven (11) each. 3. Shirts: Steel Grey - Four (4) sets of eleven (11) each b. Flammability: All garments provided under this contract shall meet or exceed all state and federal requirements. C). Uniform Material 1. Pants: SoftWill Cargo style with non-roll, dress style waistband with button closure, heavy -duty brass zipper, and quarter -top front and set-in back pockets (left with button closure). 8" x 7 1/2" cargo pocket on each leg and cell phone pocket (inside right). Pockets flaps are to have concealed snap closures. 2. Shirts: Micro Pique Sport -Teck - Polos -Short Sleeve with Pocket - Sport- wick moisture management technology. Double-needle stitching throughout. Set in, hemmed sleeves, tag-free taped neck, side vents, flat knit color with 3-button placket and dyed to match buttons. 3. Uniform shall be a blended fabric which provides a fluid resistant safety measure: The preferred fabric for the pants should consist of a 65% cotton and 35% polyester blend. The preferred fabric for shirts should be 3.8-oz snag resistant polyester tricot. 4. All uniforms shall exhibit high standards of construction, consistent dies, no loose threads, tears, holes, no stitching errors, no runs or fabric imperfections. 5. Each uniform item shall be marked in an inconspicuous location with a bar code or some other method to identify each employee's first and last name (e.g., inside shirt collar, inside waistband of pants). D.) Pick-Up and Delivery 1. The Contractor shall pick up soiled uniforms and deliver clean uniforms on a weekly basis. Laundered uniforms delivered shall have a uniform appearance of colorfastness and be of same quality and texture. Laundered uniforms shall be free of dirt, contaminates, debris, dampness, odors, mildew and cleansing chemicals residue. All laundered uniforms will be delivered on metal hangers and covered with a plastic wrap and stored in lockable storage lockers/bins specifically set aside for each employee. Storage lockers/bins are to be provided by the contractor and stored on site at a location determined by the POC. The contractor shall provide laundry bags or storage bins for dirty uniforms. 2. Laundered items are to be delivered during normal business hours. Normal business hours are defined as the hours between 7:00 a.m. and 5:00 p.m., local time, Monday through Friday. In the event of a cancellation the POC will notify the Contractor at least 12 hours before the scheduled pick-up. In the event of a delivery cancellation the Contractor shall notify the POC at least 12 hours before the scheduled delivery. When a holiday occurs on a scheduled pickup or delivery day, the scheduled pickup or delivery will be performed on the first work day following the holiday (Monday through Friday). 3. A delivery ticket must accompany each order, identifying the items delivered and any deviations (e.g., shortages, substitutions) from the original order. In addition, the delivery invoice must contain an order number, quantity ordered, quantity delivered, price for quantity delivered, unit of measure, item number, product description, item substitution notification and backorder disposition. The required fill rate for all orders is 100%. Delivery tickets will be compared to the monthly invoice for certification prior to payment. E.) Unserviceable/Non-repairable Items 1. All unserviceable/non-repairable items shall be replaced by the Contractor at no cost to the Government. Replacement articles shall be the same as the original article in size, color, quality, etc. Replacement articles shall be returned at the next delivery. 2. Except for unserviceable/non-repairable items, the Contractor shall repair, at no additional cost to the Government, all minor rips, tears, open seams and holes using thread and materials of the same quality, comparable color, colorfastness and texture as that used in the manufacture of the item. Minor is defined as less than five (5) inches. In addition, the Contractor shall replace all broken or missing hardware (e.g., buttons, zippers) with hardware of matching color and similar appearance and quality. Alterations shall be performed at no charge to the government. F.) Re-wash/Re-clean of Laundered Items 1. Any items found to have been unsatisfactorily laundered shall be re-cleaned at no additional cost to the Government. The POC will notify the Contractor's POC as soon as the unsatisfactory condition is discovered. The item(s) shall be rewashed and returned at the next delivery. Contractor shall ensure rewash items are separated from other laundry articles when returned. Contractor shall also ensure that items are readily identifiable upon return to the Government as rewash items. For example, items may be labeled with a tag stating "Re- washed." G.) Missing/Lost Items 1. The Contractor shall assume full liability for all lost, damaged or destroyed items after pickup at the Department of the Treasury. The Contractor shall replace all lost, damaged or destroyed items at no cost to the Government. PPE will be exchanged on a one for one basis; soiled for cleaned and total quantity will be documented on the delivery ticket. H.) Normal Wear and Tear 1. Upon any of the above conditions, Treasury will not be responsible for costs associated with normal wear and tear of leased uniforms. Normal wear and tear consists of clothing stained by solvents, oil, or any other fluids that occur during the performance of the typical duties of Treasury personnel in use of leased uniforms. Additional wear and tear also includes faded, frayed, or worn uniforms. Additionally, Treasury will not be responsible for the costs of making the uniform serviceable at the end of the contract period or any of the above conditions. I.) Uniform Sets 1. There are to be eleven (11) pairs of Shirts/Pants provided to each employee to provide for adequate uniform changes between deliveries. The total number of uniforms needed is contingent and subject to change, depending on the number of employees. J.) Period of Performance 1. The contractual base period will be 12 months from the date of award with three (3) 12 month option years. Recognized Holidays: The contractor is not required to perform services on holidays. New Year's Day January 1 Independence Day July 4 Veterans Day November 11 Christmas Day December 25 The following six Federal holidays are set by a day of the week and month: Martin Luther King's Birthday Third Monday in January Washington's Birthday Third Monday in February Memorial Day Last Monday in May Labor Day First Monday in September Columbus Day Second Monday in October Thanksgiving Fourth Thursday in November 1. Technical Support The contractor shall provide support as indicated in item B above. 2. Inspection and Acceptance The delivery POC is responsible for inspection and acceptance of all items, incoming shipments, documents, and services. 3. Acceptance Criteria Certification by the government of satisfactory goods or services provided is contingent upon the Contractor performing in accordance with the terms and conditions of the referenced agreement, this order, and all amendments. 4. Invoice Review The delivery POC may reject or require correction of any deficiencies found in the invoice or receiving report. In the event of a rejection invoice or receiving report, the Contractor must be notified in writing by the Delivery POC of the specific reason for rejection. 5. Delivery Address Delivery shall be to the following address unless specified; a minimum of 24 hours' notice is required prior to delivery: TBD All delivery vehicles must first be inspected at the Federal Protective Service Inspection Station at: 12 & C Street SW, 300 Block Washington, DC 20407 6. Shipping The contractor shall make use of commercial best practices in the packing and shipment of packages, unless otherwise stated. Deliveries are FOB Destination. Technical Point of Contact The COR Point of Contact for this order is listed below: TBD 7. CONTRACT TYPE FOR THIS ORDER The government anticipates that this RFQ will result in a firm fixed price order. 8. ADDITIONAL NOTES: - Uniform fit should be Utility Style - Shirt length: Short Sleeve - No belts to be included FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors - Commercial Items (Addendum to FAR Clause 52.212-1 does not apply to this acquisition). FAR 52.212-2, Evaluation - Commercial Items applies to this acquisition. EVALUATION PROCEDURES: The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforms to the solicitation and price is determined most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the technical requirements stated in this solicitation will be considered for award, lowest price technically acceptable. If additional information is required to support price reasonableness, each offeror may be required to provide a hard copy of their price break-down. Non-conformance with this requirement may result in the offeror's quote being determined unacceptable. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil/vffara.htm or from https://www.sam.gov/portal/SAM/#1 if registered in SAM (System for Award Management). An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at SAM. If an offeror has not completed the annual representations and certifications at the SAM website, the offeror shall complete only paragraphs (b) through (i) of this provision. DTAR PROVISIONS: See attachment titled "Agency Provisions," for review and filling out. This MUST be returned with the offeror's quote. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated (Addendum to FAR Clause 52.212-4 does not apply to this acquisition). The following FAR Clauses also apply: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2016), including the following sub-clauses: (b4) (b8) (b14) (b25) (b26) (b27) (b28) (b30) (b33) (b40) (b41) (b44) (b50). DTAR CLAUSES: The following DTAR (Agency Supplemental) clauses are hereby incorporated: 1052.201-70 Contracting Officer's Representative (COR) Appointment and Authority (APR 2015); 1052.210-70 Contractor Publicity (APR 2015); 1052.232-7003 Electronic Submission of Payment Requests (APR 2015) WAGE DETERMINATION: Wage Determination WD 15-4281 (Rev.-3) applies to this solicitation. And can be found at http://www.wdol.gov. This Wage Determination was first posted on www.wdol.gov on 04/19/2016. To be eligible for an award, all offerors must be registered in SAM database. An offeror can contact the SAM by calling 1-888-227-2423 or e-mail at http://www.ccr.gov, NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Workflow (WAWF). You can register at https://wawf.eb.mil/index.html. All quotes must be received by 12 July 2016, 4:30 P.M. Eastern Standard Time (EST). Quotes can be emailed to chrisitian.a.fowler@irs.gov. An official authorized to bind your company shall sign and date the quote. Questions concerning this solicitation should be addressed to Mr. Christian Fowler, Contract Specialist at chrisitian.a.fowler@irs.gov by July 5, 2016; 5:00 PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/A16105/listing.html)
 
Place of Performance
Address: Federal Protective Service Inspection Station at:, 12 & C Street SW, 300 Block, Washington, District of Columbia, 20407, United States
Zip Code: 20407
 
Record
SN04166997-W 20160701/160629235758-e6b5deaa7bf8d5b69c9071dd639e2bc6 (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.