Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2005 FBO #1305
SOLICITATION NOTICE

S -- Laundry Services

Notice Date
6/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
DHS - Emergency Preparedness and Response, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, VA, 20135
 
ZIP Code
20135
 
Solicitation Number
HSFEMW-05-Q-0034
 
Response Due
7/19/2005
 
Archive Date
8/3/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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; offers are being requested and a written solicitation will not be issued. HSFEMW-05-Q-0034, issued as a Request For Quotation (RFQ) is for the purchase of laundry/dry cleaning services for the Federal Emergency Management Agency, Mount Weather Emergency Operations Center (MWEOC) located at 19844 Blue Ridge Mountain Road, Bluemont, VA 20135. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. This procurement is a small business set-aside. The NAICS code is 812320, small business size standard $4.0M. It is anticipated that only one award will result from this solicitation via the issuance of a firm-fixed price simplified acquisition/commercial services order. The anticipated period of performance will be a base year from 08/01/2005 through 07/31/2006, to include four consecutive option years, subject to the availability of current fiscal year funds. The resultant award document will contain Item No. 0001: Laundry/Dry cleaning services, based on a monthly estimated not to exceed cleaning charge. Statement of Work: The contractor shall provide weekly laundering/dry cleaning of government-owned linens/clothing/miscellaneous items with pick-up and delivery at least once a week, but more often if needed. This service will consist of the following: The government-owned linens to be laundered are separated into three different groupings: (a) Food Service; (b) FEMA and (c) Health Unit or Clinic. The Contractor shall furnish all necessary management, supervision, laborers, materials and equipment required to perform and provide the service specified herein. Services shall be in accordance with the specifications described herein for providing laundering/dry cleaning, pick-up and delivery services, inventory control and billing procedures. Laundry/dry cleaning service and maintenance shall be by standard industry practices and procedures using environmentally safe chemicals and operation procedures. The outgoing linens/clothing/miscellaneous items will be sent out as separated in laundry bags (government-owned) and noted on the itemized laundry list. The listings will indicate items that may be laundered from time to time. Some of the items indicated on the list may not be laundered on a regular basis. There may be other items not indicated on the listings that will be identified in the miscellaneous (FEMA) column and laundered in accordance with mutually agreed pricing between government and Contractor prior to pickup. The combined total number of pieces per pickup will be denoted on the itemized laundry listing. The Contractor picking up the linens/clothing/miscellaneous items will attach the laundry list to each bag and the Mt. Weather warehouse will retain a copy for their records. Any disputes regarding the amount of linen will be corrected at time of pickup and delivery. Linens/clothing/miscellaneous picked up by the Contractor will be separated and returned according to packaging when picked up. Days for pick-up and delivery can be determined by the Contractor. The preferred hours of pickup and delivery are between 8:00 a.m. and 11:30 a.m. On Government holidays, there will be no pickup and delivery of linens. During inclement weather, it is requested the Contractor call before making pickups or deliveries. Aprons, food coats, napkins, table clothes, all hospital coats, and gowns are to be pressed. All lab coats will be returned on hangers and covered with plastic wrap. Laundry service prices are in accordance with Contractor?s price list, Contractor shall invoice once monthly. All laundry deemed unacceptably cleaned will be re-cleaned at no additional cost to the Government. During the course of the contract, government-owned linen/clothing/miscellaneous items may become lost. The Contractor will be responsible for the replacement of any lost government-owned pieces. The Contractor shall have 30 days in which to begin delivery/pick up and laundry/dry cleaning services. Spot inspections of government-owned linens/clothing/miscellaneous items will be done on a monthly basis. FOOD SERVICE LINENS: Aprons, Laundry Bag, Food Coat, Table Napkins, Trouser Pants, Table Cloth XLG up to 20 inches, Small Table Cloth, Dish Towel. FEMA LINENS: Laundry Bag, Bedspread, Cotton Blanket, Sheet Blanket, Wool Blanket, Drop Cloth, Wash Cloth, Coveralls, Heavy Coveralls with Zipper, Light Coveralls with Zipper, Curtains (up to 36 inches), Large White Curtains, Shower Curtain (up to 98 inches), Bath Mat, Mattress Pads, Standard Pillowcases, Pillow Top with Zipper, 3x10 Rugs, 4x8 Rugs, 4x6 Rugs, 3x5 Rugs, Cotton Standard Sheets, Bath Towel, Dish Towel, Face Towel, Hand Towel. HEALTH UNIT LINENS: Laundry Bag, Bedspread, Cotton Blanket, Wool Blanket, Wash Cloth, Short Lab Coat, Long Lab Coat, White Gown, Scrub Gown, Surgical Gown, Green Dress, Mattress Pad, Pants, Green Pants, P.J. Pants, Surgical Pants, Cotton Pillowcases, Robes, 3x5 Rug, 4x6 Rug ,4x8 Rug, 3x10 Rug, standard Cotton Sheet, Green Sheet, Lap Sheet, Surgical Sheet, Green Shirt, Yellow Suits, Surgical Wrapper, Bath Towel , Face Towel, Hand Towel, Contour Sheet, King Sheet, Queen Sheet. EVALUATION INFORMATION: Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The following technical factors shall be used to evaluate offers in order to determine technical acceptability. The ability (i.e., equipment and personnel) to accommodate the amount of laundry specified in the Statement Of Work. The ability to pick-up and deliver the laundry within the timelines specified in the Statement Of Work. Offerors shall submit sufficient information in order to allow the Government to make a determination of technical acceptability for the aforementioned technical factors. Past performance information shall be submitted with a minimum of three references/maximum of five, to include a current point of contact and telephone number, for similar laundry services. Past performance evaluations will examine how the offerors past performance validates expected performance and customer satisfaction for the Government. The pricing proposal shall contain costs for the base year and four option years, broken down into one line item for each year. Proposed prices will be evaluated not only to determine if the price is reasonable and realistic, but also to determine the offeror?s understanding of the requirement. Technical and past performance when combined, are of equal importance when compared to price. Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications/Commercial Items with their response. The clause at 52.212-4, Contract Terms and Conditions/Commercial Items, applies to this acquisition and the following clauses are incorporated as an addendum: A, FAR 52.217-9, B, Option to Extend the Term of the Contract. C, Availability of Funds APR 1984. D, HSAR 237-70, Qualifications of Contractor Employees DEC 2003. E, HSAR 3052-242-72, Contracting Officers Technical Representative DEC 2003. (Note: All referenced FAR provisions and clauses may be accessed electronically at http://www.arnet.gov/far and HSAR provisions and clauses may be accessed electronically at http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_With_Notice_04-01.pdf. FAR 52.212-5, Contractor Terms and Conditions Required to Implement Statutes or Executives orders/Commercial Items applies to this acquisition and the following additional FAR clauses apply: 52.203-6, 52.219-6, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33. The successful Contractor must be able to meet all responsibility standard outlined in FAR 9.104-1. Contractor?s employees shall be paid in accordance with the Service Contract Act Wage Determinations, which is referenced as Notice No. 1994-2104, Rev 24, Dated March 10, 2005 at the following rates; Laundry assembler, Counter Attendant, Finisher, Flatwork, Machine, Hand Presser, Machine Drycleaning Presser, Machine Shirt Presser, Machine Wearing Apparel, Laundry Presser -$8.71/hr; Dry Cleaner-$10.94/hr.; All categories shall include $2.59/hr for health and welfare benefits. A written notice of award or acceptance of proposal, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Written responses to this RFQ must be received no later than 4:00 PM/EST, 07/19/2005 and shall be addressed to FEMA, Mt Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Bluemont, VA 20135; Attn: Ms. Lori Smith ? Bldg. 413. Technical and/or administrative questions must be received no later than five business days following publication of this notice and emailed to Ms. Smith at lori.smith@dhs.gov or faxed to 540/542-2632. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation.
 
Place of Performance
Address: 19844 Blue Ridge Mountain Road, Bluemont, VA
Zip Code: 20135
Country: U.S.
 
Record
SN00833157-W 20050623/050621211555 (fbodaily.com)
 
Source
FedBizOpps.gov 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.