Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 15,1997 PSA#1930

Phillips Laboratory/PKO, Directorate of Contracting, Operational Contracting Division, 2000 Wyoming Blvd SE, Kirtland AFB, NM 87117

S -- LAUNDRY AND DRY CLEANING SERVICE SOL F29650-97-B9001 DUE 092297 POC MARGARET HOWE, CONTRACT SPECIALIST, 505-846-4922; CONTRACTING OFFICER, SHERI G. PRESTIPINO, Capt, USAF, 505-846-4190 E-MAIL: Capt Sheri Prestipino, prestisg@smtpgw1.plk.af.mil. 17(i). Laundry and Dry Cleaning Service. The Operational Contracting Division, Services Contracting Branch, at Kirtland Air Force Base intends to award a contract for the purchase of laundry and dry cleaning services. This is a combined synopsis/sealed bid solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR Part 14, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a separate solicitation will not be issued. 17(ii).This solicitation number, F29650-97-B9001, is being issued as an Invitation For Bid (IFB). Interested offerors are reminded to monitor this Web Site for potential changes to this acquisition. IFB amendments will be posted exclusively on this Web Site. Offerors are reminded of the requirement to acknowledge all amendments in their bids!! 17(iii).This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46!! 17(iv).The proposed contract is 100% set aside for small business concerns. See Note 1. Interested offerors must indicate their size qualifications under SIC 7218, size standard $10.5M!! 17(v).The resultant contract is expected to consist of a basic year and four one year option periods. The basic period of performance will be 1 Oct 97 through 30 Sep 98. Option I's period of performance will be 1 Oct 98 through 30 Sep 99. Option II's period of performance will be 1 Oct 99 through 30 Sep 2000. Option III's period of performance will be 1 Oct 2000 through 30 Sep 2001. Option IV's period of performance will be 1 Oct 2001 through 30 Sep 2002. Interested offerors should submit bids containing separate firm-fixed prices for both Contract Line Item Numbers (CLINs) for the first year, the basic period of performance, as well as separate firm-fixed prices for both CLINs for each of the four option years. Each CLIN's unit is in months with a quantity of 12!! 17(vi).The proposed contract contains two CLINs. CLIN 0001consists of laundry. Monthly quantities are estimated, as follows: Mattress Covers, 5,100 each; Sheets, flat, 6,500 each; Sheets, fitted, 5,500 each; Pillowcases, 8,700 each; Bath Towels, 3,000 each; Hand Towels, 3,000 each; Wash Cloths, 3,000 each; Bath Mats, 3,000 each; Bed Spreads, 350 each; Blanket, wool, 200 each; Blanket, cotton, 1,000 each; Pillows, 83 each; Shirts, 18 each; Trousers, 18 each; Coveralls, 50 each; Sleeping Bags, 75 each; Sleeping Bag Liner, 75 each; Field Jacket Liner, 4 each; Gloves, 5 each; Cooks Hats, 2 each; Miscellaneous Items consisting of such items as aprons, bags, ascots, scarves, belts, ponchos, 7 each. The historical monthly average for the past five year period, for laundry only, is 16.5 tons. This tonnage figure is given for informational purposes, to assist interested offerors in arriving at realistic bids. CLIN 0002 consists of dry cleaning. Monthly quantities are estimated, as follows: Honor Guard Hats, 10 each; Bunny (Parka) Pants, 1 each; Flight Suits, 2 each; Parka, 27 each; Jacket, 7 each; Draperies, 4 each; Disaster Preparedness Suit, 2 each; Suit, two piece, 2 each; Suit, three piece, 1 each; Flags, 1 each; Shirts, military, 2 each; Trousers, military, 2 each; Drape Liners, 4 each. Contractor will provide all personnel, equipment, tools, materials, supervision, transportation, and other items necessary to complete all requested laundry and dry cleaning services for Kirtland Air Force Base. Offerors should also submit procedures for pickup and delivery, packaging, missing articles, unserviceable items, and returns in accordance with industry standards and subject to the following Government requirements: Regarding packaging, laundry is required to be segregated by type and color, folded, wrapped in plastic, and labeled as to type and count. Laundry must be picked up in bundles of 20 and returned in bundles of 10. Dry cleaned items must be returned on hangers, individually wrapped in plastic. Items identified as unserviceable are required to be laundered and returned in a separate bundle and clearly identified as unserviceable. Pickup tickets and delivery tickets must be supplied by the contractor. Delivery of items is required within three days of pick-up. Contractor must pay the Government exact replacement cost of items missing for 15 days or more. Replacement cost of items is listed, as follows, and will be listed in and be part of the proposed contract: Mattress Covers, $13.50 each; Sheets, flat, $10.68 each; Sheets, fitted, $9.55 each; Pillowcases, $2.46 each; Bath towels, $6.87 each; Hand towels, $1.79 each; Wash cloths, $1.03 each; Bathmats, $4.01each; Bedspreads, $45.00 each; Blanket, wool, $17.50 each; Blanket, cotton, $23.50 each; Pillow, $6.99 each; Shirt, $15.00 each; Trousers, $17.00 each; Coveralls, $31.00 each; Sleeping Bags, $119.20 each; SP Jacket, $124.80; Parka, $138.90 each; Flying Jacket, winter, $210.00; Flying Jacket, summer, $159.00 each; Gortex Jacket, $128.40 each; Field Jacket, $59.95 each; Field Jacket Liner,$17.60 each; Glove liners, $1.45 pair; Cook's Hat, $20.00 each; Bags, $24.95 each; Belts, $7.75 each; Ponchos, $42.90 each; Honor Guard Hat, $40.00 each; Parka Pants (bunny pants) $95.00 each; Flight Suit, $99.60 each; Parka, $124.80 each; Jacket, $210.00 each; Draperies, $73.00 pair; Disaster Preparedness Suit, $100.00 each; Suit, two-piece, $150.00 each; Suit, three-piece, $200.00 each; Flag, $50.00 each; Shirt, military, $25.00 each; Trousers, military, $25.00 each; Drape liners, $30.00 pair!! 17(vii).Place of delivery and acceptance is Base Linen Exchange, Kirtland AFB NM. 17(viii).Solicitation provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 1995) is hereby incorporated by reference!! 17(ix). The Government will evaluate bids in response to the solicitation without discussion and will award a contract to the responsible bidder whose bid, conforming to the solicitation, will be most advantageous to the Government considering only price. The determination of responsibility will include past performance and financial soundness verification from sources submitted by the contractor and from sources obtained by the Government!! 17(x). Offeror's are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer!! 17(xi). Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 1995), is hereby incorporated by reference. Clauses 52.217-8, Option to Extend Services (AUG 1989), and 52.217-9, Option to Extend the Term of the Contract, (MAR 1989), are hereby incorporated by reference!! 17(xii).Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items, is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract (a)(1)52.222-3, (a)(2)52.233-3, (b)(1)52.203-6, Alternate I, (b)(2)52.203-10, (b)(3)52.219-8, (b)(5)52.219.14, (b)(6)52.222-26, (b)(7)52.222-35, (b)(8)52.222-36, (b)(9)52.222-37, (b)(10)52.225-3, (c)(1)52.222-41, Service Contract Act of 1965 (Services Contract Act, Wage Determination Number 94-2361, (Rev 7), dated 07/01/1997 applies),(c)(2)52.222-42. Referenced FAR clauses and Wage Determination Number 94-2361, Rev 7 will be made available upon request!! 17(xiii).Type of Contract: A firm-fixed-price contract will be awarded. 17(xiv). The Defense Priorities and Allocations Systems assigned rating for this procurement is unrated!! 17(xv). N/A!! 17(xvi). Signed and dated sealed bids (one original/two copies) must be submitted no later than noon on 22 Sep 97 to the Operational Contracting Division Bid Box, 2000 Wyoming, Building 20604, Room B-2, Receptionist Room, KAFB NM 87117-6008. 17(xvii). Contact Margaret Howe at 505-846-4922 for information regarding this solicitation. (0253)

Loren Data Corp. http://www.ld.com (SYN# 0077 19970915\S-0004.SOL)


S - Utilities and Housekeeping Services Index Page