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 Processing Services

Notice Date
6/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, MD, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
CC-05-14
 
Response Due
7/1/2005
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation Number RFQ Cc-05-14 applies and is issued as a request for Quotation. This procurement is an Unrestricted Full and Open Competition for all qualified offerors. Attachments shall be forwarded to offeror by request. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-03 dated 4/11/2005 and NIH Policy Manual Issuance 6012-26012-1 Offerors are required to request attachments from the Contracting Officer, aargaman@cc.nih.gov. The North American Industrial Classification System (NAICS) code is 812332 and the business size standard is 10.5. The Warren Grant Magnuson Clinical Center at the National Institutes of Health intends to purchase on a full and open competition basis Industrial Laundry and Garment Services for a period of twenty six weeks-from August 1, 2005 through January 29, 2006, with one unilateral option to extend the services for an additional three month period of performance.. This acquisition is for a fixed price requirements purchase order for laundry services in accordance with the following attachments: RFQ C-05-14-Statement of Work and Provisions; Attach 1-Linen Specs & Finishing Methods; Attach 2-Pickup/Delivery Locations; Attach 3-Marking/Stenciling Instructions; Attach 4-Laundry & Linen Contract Standards; Attach 5-Security Measures for the National Institutes of Health (located at http://security.nih.gov/) ; Attachment 6-Clinical Center Housekeeping & Fabric Care Department Universal Precautions and Other Isolation Precautions; Attach-7-Lab Coat Delivery and Receipt Forms; Attach 8-Service Contract Act Wage Determination; Attachment 9--Infectious Disease Compliance; Attachment 10- ACH Vendor/Miscellaneous Payment Enrollment Form-http://forms.cit.nih.gov-Click on PDF Forms. Click on Procurement & NIH Services. Click on Form SF3881.PDF.- Attachment 11-Invoice Instructions; Attachment 12-Subcontracting Plan. Deliverable Items and estimated quantities will include Base Period- Bulk Linen 369,694 lbs ; Animal Linen -5330 lbs ; Children?s Inn Linen 42,224 lbs; Family Lodge Linen-15,600 lbs; Lab Coats 19,058 ea; OR Scrub Shirts 6,292 ea ; OR Scrub Pants 6,084 ea; OR Linen 15,652 lbs.; Light Jackets 2,210 ea ; Surgical Gowns 156 ea ; Laundry Bags 22,620 ea ; Tablecloths-130 ea; Uniform pants 2,444 ea; Uniform shirts 2,210 ea; Stenciling-2,236 ea; Tailoring Services 26 weeks ; Inventory services-26 weeks. Option Period 1- Bulk Linen 369,694 lbs ; Animal Linen -5330 lbs ; Children?s Inn Linen 42,224 lbs; Family Lodge Linen-15,600 lbs; Lab Coats 19,058 ea; OR Scrub Shirts 6,292 ea ; OR Scrub Pants 6,084 ea; OR Linen 15,652 lbs.; Light Jackets 2,210 ea ; Surgical Gowns 156 ea ; Laundry Bags 22,620 ea ; Tablecloths-130 ea; Uniform pants 2,444 ea; Uniform shirts 2,210 ea; Stenciling-2,236 ea; Tailoring Services 12 weeks ; Inventory services-12 weeks. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provisions52.212-1-Instructions to Offerors/Commercial; 52.212-2-Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and conditions; 52.212-5-Contract Terms and Conditions Required to Implement Statutes and Executive Orders/Commercial Items (to include 52.216-18 Ordering;52.216-21 Requirements; 52.216-22 Indefinite delivery; 52.222-26 (EO 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.223-6 Drug Free Workplace, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.222-41, Service Contract Act of 1965, as amended (41 U.S.C. 351, et seq). The Full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www..arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc) but must include the following information: 1) company?s complete mailing and remittance addresses 2) discounts for prompt payment if applicable; 3) Dun & Bradstreet number; 4) Taxpayer ID number; 5) Response to the Technical Evaluation Criteria in Section E.2 of Attachment 1. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering Technical Price and Past Performance. The major evaluation factors for this solicitation include technical (which encompasses experience and past performance factors) and cost/price factors. Although technical factors are of paramount consideration in the award of the contract, cost/price is also important to the overall contract award decision. All evaluation factors other than cost or price when combined are significantly more important than cost or price. In any case, the Government reserves the right to make an award to that offeror whose quotation provides the best overall value to the Government. Please see attachments for specific evaluation elements. All quotations must be received no later than 1:00 p.m. on July 1, 2005. To receive attachments email Ann Argaman @aargaman@cc.nih.gov. No further questions will be accepted after June 28, 2005 1:00 p.m. Eastern Time, Quotations must be in writing and mailed to the following, Attn: Ann Argaman, National Institutes of Health, Office of Purchasing and Contracts, CC, 6707 Democracy Boulevard, Suite 106K, MSC 5480, Bethesda, Maryland 20892-5480
 
Place of Performance
Address: Bethesda, Maryland
 
Record
SN00833344-W 20050623/050621211833 (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.