Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2016 FBO #5348
SOLICITATION NOTICE

84 -- Lab Coat and Towel Services - Complete Solicitation

Notice Date
7/13/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532299 — All Other Consumer Goods Rental
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services - Rockville, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001, United States
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-SOL-1167237
 
Archive Date
7/21/2016
 
Point of Contact
Alphonso M. Simmons, Phone: 3017965141
 
E-Mail Address
alphonso.simmons@fda.hhs.gov
(alphonso.simmons@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Complete Solicitation This is a Combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in FAR Subpart 12.6 and FAR Part 13 and as supplemented with additional information included in this notice. This Request for Quotation (RFQ) announcement constitutes the only solicitation that will be issued; a quote is being requested and a written solicitation will not be issued. The government contemplates a Firm-Fixed Price Purchase Order resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1 dated June 15, 2016. The associated North American Industrial Classification System (NAICS) code for this procurement is 532299 - All Other Consumer Goods Rental; the small business size standard is $7,500,000. PART 2 - Supplies or Services and Prices/Costs SPECIFICATIONS/WORK STATEMENT Laboratory Coat Rental/Service SCOPE The Food and Drug Administration, Southeast Regional Laboratory has a requirement for the rental and service of laboratory coats and are seeking to establish a firm fixed price contract for One Base Year to include Four (4) one year option periods. GENERAL REQUIREMENTS •The contractor shall furnish (F.O.B. Destination within consignee's premises), all supervision, labor, equipment, materials, supplies and transportation necessary to provide laboratory coats for employees located at the Food and Drug Administration (FDA), 60 8th Street NE, Atlanta, GA 30309. •Contractor shall provide each employee with a specific number of laboratory coat/s as outlined in the SOW. •The number of employees covered by this contract may increase or decrease at any time (i.e., new / temporary hires, dismissals, retirements, etc.). If employees are added to or deleted from the contract, the unit cost per employee shall remain the same. Accordingly, weekly costs shall be adjusted based on the number of uniforms provided at the unit cost per employee indicated in the Price Schedule. •Under this contract, the Lab shall have the option to purchase up to 50 lab coats without requiring recurring cleaning or rental fees. •Coats must provide for quick removal that does not require unbuttoning or unzipping, but does stay closed while otherwise in use •Snaps or other quick release closure mechanism is required •Coats must have pockets for pens, notes keys etc. •Coats must be white and present a clean neat professional appearance Coats must be of a washable fabric that will absorb, deflect splashes, and or spills so that harmful materials are kept off the skin or be able to absorb and or repel a substance long enough to give the user adequate time for removal of the lab coat prior to it reaching the skin. •Coats must have an attached FDA Logo to the left outside breast of the coat, preferably sewn on, but other options will be considered and must be approved before implementation •Minimum number of coats required : 435 with a potential growth of 90 more coats •Coats must come in the following Unisex Sizes: SizeChest a.Extra Small32-34 b. Small36-38 c.Medium40-42 d.Large44-46 e.Extra Large48-50 f.2 Extra Large 52-54 g.3 Extra Large56-58 h.4 Extra Large60-62 i.5 Extra Large64-66 •Coats shall have the individual name and discrete inventory number affixed to each coat (labeled inside coat collar or some other mutually agreeable location that allow for quick and easy identification of who the user is and which coat under the contract) •Contractor is responsible for the cleaning of coats and repairing them when damage results from "normal wear and tear". Contractor shall inspect all garments for minor tears, seam flaws, missing buttons, loose emblems, etc., prior to uniforms being returned. (Note: Normal wear and tear is defined as "the physical deterioration which occurs in the normal use for which the garment is intended, without negligence, carelessness, accident or abuse of the garment by the employee). •Contractor will provide weekly laundry services for laboratory: including cleaning of lab coats, towels, and service charge. •Contractor shall automatically replace uniforms when they become worn through use or when a size change is necessary. We prefer there be no additional charge for uniform replacement or changing from one size to another. •Contractor shall establish a uniform inventory listing by individual employee along with type, size and pieces issued. Contractor shall adjust uniform allocations based on employee turnover by removing uniforms when an employee leaves and outfitting new employees as they are hired. The outfitting of any new employee must be coordinated through the FDA COR. •Contractor shall deliver and pick up uniforms on an agreed upon day each week between the hours of 10 a.m. and 2 p.m. local time. Any deviation to this day, due to holiday, weather, etc. shall be coordinated and agreed upon with the Contracting Officer's Representative (COR) with at least 24 hours advanced notice prior to delivery of uniforms. •All work required under this contract shall be performed during normal business days and daylight hours as stated above excluding Federal holidays. Deviations from the work schedule provided under this contract shall require prior written permission from the COTR. •Upon arriving at the FDA, the contractor must report to Security. All uniforms must be separated by name of employee and will be hung on uniform rack provided by FDA. •Contractor shall provide a bin for placement of soiled uniforms. CONTRACT MANAGEMENT REPRESENTATIVES OF THE CONTRACTING OFFICER •The Contracting Officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally supervises the work to be performed under this contract. Such designation shall be in writing and shall define the scope and limitations of the designee's authority. A copy of the designation(s) shall be furnished to the Contractor at time of award. •The FDA Contracting Officer will delegate one (or more) representatives to serve as the Contracting Officer's Representative (COR). The COR may direct and arrange the Contractor's work schedule in specific areas of the FDA to coordinate with daily FDA activities and operations. Duties and responsibilities of the COR include, but are not limited to, the following: a)Provides contract oversight and technical guidance to the Contractor. b)Acts as technical liaison between the National Cemetery and the Contractor and between the cemetery and the Contracting Officer. (Note: The COR may not modify the intent or the terms and conditions of the contract.) c) Placing orders for services. d)Determining whether contract deliverables meet functional, technical and performance specifications. e)Verification / certification of payments to the Contractor for services rendered. f)Assuring that any changes effecting work involved, price, terms and/or conditions under the contract are not implemented before written authorization is issued by the Contracting Officer. PLACE OF PERFORMANCE Food and Drug Administration 60 8th Street NE Atlanta, GA 30309 Technical Acceptability Criteria The Government will evaluate the contractor's quote for technical acceptability based on the following: 1) Offers shall provide specifications confirming the company can provide the services described in the Statement of Work in accordance of this RFQ and Part 3 of this RFQ and 2) The offeror shall state their ability to "meet or exceed" scope of service requirements in accordance of this RFQ. SAM: All interested offerors shall be registered in the System for Award Management (SAM), if the offeror is not registered in SAM, please visit https://www.sam.gov. You will need your Tax ID, DUNS Number and banking information. Vendors who are not registered in SAM will not be eligible for award. The Government reserves the right not to negotiate and award without discussion. QUESTIONS are to be submitted via email to alphonso.simmons@fda.hhs.gov no later than July 14, 2016 3:00 PM ET. They will be addressed via an update to the solicitation by COB on July 14, 2016. QUOTATIONS shall be submitted via email to alphonso.simmons@fda.hhs.gov by July 20, 2016 by 3:00 PM ET. Responses received after this time will be considered nonresponsive and will not be eligible for award. Please see attachment for complete solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-1167237/listing.html)
 
Place of Performance
Address: Food and Drug Administration, 60 8th Street NE, Atlanta, GA 30309, United States
Zip Code: 30309
 
Record
SN04181463-W 20160715/160713235135-fb620cd662706dad20448a5765842200 (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.