Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2006 FBO #1648
MODIFICATION

S -- Laundry Service/Linen Rental

Notice Date
5/30/2006
 
Notice Type
Modification
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 341CONS, 7015 Goddard Drive, Malmstrom AFB, MT, 59402-6863
 
ZIP Code
59402-6863
 
Solicitation Number
Reference-Number-FA4626-06-A-0007
 
Response Due
6/1/2006
 
Point of Contact
Berchan Torrejon, Contract Specialist, Phone 406-731-4608, Fax 406-731-4005, - James Wyatt, Contract Administrator, Phone 406-731-4555, Fax 406-731-4005,
 
E-Mail Address
berchan.torrejon@malmstrom.af.mil, james.wyatt@malmstrom.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THIS SOLICITATION IS AMENDED TO CHANGE THE REQUIREMENT IN PARAGRAPHS (vi)1.3 AND (vi)1.4.4. COMBINED SYNOPSIS/SOLICITATION Linen Rental/Laundry Services (i) This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ) for implementation of a Blanket Purchase Agreement (BPA) as defined in FAR Part 13.303-1(a). Submit written quotes (oral quotes will not be accepted) on RFQ reference number FA4626-06-A-0007. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. (iv) This solicitation is 100% set-aside for small business. The North American Industry Classification System (NAICS) code is 812332 and the size standard is $13M. (v) The purpose of this combined synopsis is for the purchase of linen rental and laundry services at the Grizzly Bend Club at Malmstrom AFB, MT. (vi) 1. DESCRIPTION OF SERVICES/GENERAL INFORMATION 1.1. SCOPE OF WORK. The contractor shall furnish all personnel, equipment, transportation, and supplies necessary to provide laundry rental services, including pick up and delivery, for the items listed in paragraph 2, Estimated Annual Workload Data. Performance shall be in accordance with the scope of this Statement of Work (SOW) and other specifications or provisions of the agreement. 1.2. CALLS: A call is defined as a request for services. The Government shall place calls only on items identified under paragraph 2, Estimated Annual Workload Data, for monthly services to be provided under this agreement. Authorized personnel will generally make calls against this agreement orally. Authorized personnel will be identified in writing by the Contracting Officer and provided to the contractor upon award. Calls placed by individuals other than those authorized shall not obligate the Government. 1.2.1. CONTINGENCY CALLS: The Government may require increased services to meet requirements for special events that may arise after calls for monthly services have been requested. Authorization to place contingency calls are the same as those identified in paragraph 1.2. 1.3. PICK UP AND DELIVERY SCHEDULE. A call will be placed each month five (5) days prior to the first of the month for scheduled pick up and delivery services to be accomplished between the hours of 7:30 a.m. and 1:00 p.m. The following specifies pick up and delivery points. Same quantity of items picked up and laundered will be returned, at a minimum, within 3 workdays of pickup. Facility Location Schedule Grizzly Bend Club Bldg 1600 Mon, Wed, Fri 1.3.1. HOLIDAYS: When a holiday occurs on a scheduled pick up or delivery day, the scheduled pick up and delivery will be performed on the first workday following the holiday. 1.4. SPECIFIC TASKS 1.4.1. REQUIREMENTS. The requirements specified in this SOW are subject to periods of fluctuation as mission and personnel requirements change. 1.4.2. CART EXCHANGE SERVICE. Contractor must ensure that there are clean and serviceable laundry carts available for use within pickup facilities at all times to hold laundry. 1.4.3. PERFORMANCE DURING CRISIS. Services required in this SOW are essential and shall continue uninterrupted according to the Department of Defense Instruction (DoDI) 3020.37, Continuation of Essential Department of Defense Contractor Service During Crisis. As such, the contractor will be required to perform during a crisis declared by the National Command Authority or Overseas Combatant Commander. The Contracting Officer or designated representative will verbally advise the contractor of the effort required during such a crisis. 1.4.4 HAZARDOUS WASTE. A. No materials which can be classified as hazardous waste should be provided to the contractor by the government under this contract, however, if the contractor receives rags or other materials which they determine to be hazardous waste they shall notify the government immediately and the government shall be responsible for managing the hazardous waste. B. The Contractor shall manage all hazardous waste in accordance with all legal and regulatory requirements; including, but not limited to, the Resource Conservation and Recovery Act (R.C.R.A., 40 C.F.R. ?240-299). In addition, the Contractor shall: 1. Provide quarterly report showing quantities of hazardous waste managed as well as copies of all paperwork generated in relation to the waste. C. Contractor responsibilities: 1. Will ensure that the management of hazardous materials until proper pickup from the government is in accordance with the applicable laws and regulations. 2. Post hazardous signs if required. 1.5. DEFINITIONS 1.5.1. LAUNDERING. The process by which soiled fabric items are cleaned and treated. The term includes cleaning by mechanical action in appropriate temperature water with solutions of detergents and other additives. These additives include repellent treating, bleaching, blueing, rinsing, chemical rinse, (sour, fabric softener, and any other agent for controlling the growth of microorganisms, such as molds and bacteria), starching, ironing, and pressing. The appropriate products and procedures are to be determined by the contractor for the various types of fabric and nature of soil. 1.5.2. CLEAN. Finished articles are dry and free of visible soil, lint, and objectionable odors. Spots and stains are removed without damaging fabric and have been treated as defined in paragraph 2.1. 1.5.3. METHOD OF FINISH L Launder according to label P Press on commercial pressing equip OH Return finished work on hangers WP Wrap finished work in plastic 1.6. GENERAL INFORMATION 1.6.1. PASS AND IDENTIFICATION. Contractor shall complete an Entry Authorization List (EAL), listing all contractor personnel who require access to the base in order to obtain a base pass. An EAL is required to be updated annually or as a result of changes in personnel. 1.6.2. DELIVERY VEHICLE. Delivery vehicles are subject to search by Security Forces personnel. All personnel accessing Malmstrom AFB will be held to safety/security rules of engagement when entering and while on base. 1.6.3. MOTOR VEHICLE OPERATION ON BASE. Contractor personnel are advised that seat belt usage is mandatory at all times while operating a motor vehicle on base. Montana state law requires the use of restraints in a vehicle. Air Force Instruction 31.204, Air Force Motor Traffic Supervision, prescribes that installation commanders must ensure drivers comply with state and local traffic laws both on and off base. Accordingly, while on Malmstrom AFB, operators and passengers must wear restraints and may be ticketed by Security Forces personnel for failure to comply. Any persons found not using seatbelts, as required by Montana law, while operating or riding in a motor vehicle on Malmstrom Air Force Base shall be subject to established base policy suspensions. In addition, all vehicle operators, both military and civilian, driving personal or government-owned vehicles on Malmstrom AFB are prohibited from using a cell phone unless the vehicle is safely parked or unless they are using a hands-free device. Also, the wearing of any other portable headphones, earphones, or other listening devices (except for hands-free cellular phones) while operating a motor vehicle on Malmstrom AFB is prohibited. Violation of this policy may affect your driving privileges, as each violation will result in the loss of three (3) points. Additionally, any persons found speeding while operating a motor vehicle on Malmstrom AFB shall be subject to the same suspensions. Repeated offenses will result in the loss of on-base driving privileges and could have an adverse affect on the Contractor?s ability to perform agreement requirements. 1.7. INVOICES AND PAYMENTS. The Contractor shall submit invoices by the 10th of each month for services rendered the previous month. Invoices will be paid by Electronic Funds Transfer. 1.8. PERSONNEL REQUIREMENTS. The contractor must identify a Project Manager and alternate who is able to address issues and concerns that may arise during the performance of this agreement. 2. ESTIMATED ANNUAL WORKLOAD DATA Item# Description Annual Est Qty Unit Price AnnualTotal 1 Table cloth, 54"x54" 2,500 EA 2 Table cloth, 54"x54", lost by Government 10 EA 3 Table cloth, 72"x72" 2,500 EA 4 Table cloth, 72"x72", lost by Government 10 EA 5 Table cloth, 54"x120" 2,500 EA 6 Table cloth, 54"x120", lost by Government 10 EA 7 Table cloth 90"x90" 2,500 EA 8 Table cloth, 90"x90", lost by Government 10 EA 9 Napkins, 200 ea color, 6 colors available 20,000 EA 10 Napkins, various colors, lost by Government 100 EA 11 Napkins, white 10,000 EA 12 Napkins, white, lost by Government 50 EA 13 Laundry bags 60 EA 14 Laundry bags, lost by Government 2 EA 15 Bar towels 5,000 EA 16 Bar towels, lost by Government 150 EA 17 Grill cloths 500 EA 18 Grill cloths, lost by Government 25 EA 19 Bib aprons, white 2,000 EA 20 Bib aprons, white, lost by Government 104 EA 21 Large wet mop, 48" 250 EA 22 Large wet mop, 48", lost by Government 50 EA 23 Chef hat 50 EA 24 Chef hat, lost by Government 5 EA 25 Chef coat 50 EA 26 Chef coat, lost by Government 5 EA 27 Shirt, cook, white (various sizes; i.e. S,M,L) 2,000 EA 28 Shirts, lost by Government 20 EA 29 Table skirts, 22 feet (Government Owned) (L,P,WP) 20 FT 30 Shirts (Government Owned) (L,P,OH,WP) 2,000 EA (vii) The following clauses apply to this solicitation and are included by reference: 52.204-7 Central Contractor Registration (Oct 2003) 52.212-1 Instruction to Offerors ? Commercial Items (Jan 2006) 52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2005) 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) 252.204-7004 Alternate A(Nov 2003) to Central Contractor Registration (52.204-7) (Nov 2003) 252.237-7012 Instruction to Offerors (Count of Articles) (Dec 1991) 252.237-7014 Loss or Damage (Count of Articles) (Dec 1991) 252.237-7016 Delivery Tickets (Dec 1991) 252.237-7018 Special Definitions of Government Property (Dec 1991) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODSs) (Apr 2003) (viii) The following provision applies to this solicitation and is included in full text: 52.252-3 ALTERATIONS IN SOLICITATION (APR 1984) Portions of this solicitation are altered as follows: None_____________________________________ ___________________________________________ ___________________________________________ (End of Provision) (ix) The following clauses apply to this solicitation and are included in full text: 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS?COMMERCIAL ITEMS (APR 2006) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause. (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUNE 2003) (a) Definition. ?Small business concern,? as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. (b) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. (2) Any award resulting from this solicitation will be made to a small business concern. (c) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts. (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://ww.arnet.gov/far/ http://www.acq.osd.mil/dp/dars/dfars/html (End of clause) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004) (a) Definitions. As used in this clause-- (1) Contract financing payment and invoice payment have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) Electronic form means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using one of the electronic forms provided for in paragraph (b) of this clause. (3) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests using one of the following electronic forms: (1) Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA). Information regarding WAWF-RA is available on the Internet at https://wawf.eb.mil. (2) Web Invoicing System (WInS). Information regarding WInS is available on the Internet at https://ecweb.dfas.mil. (3) American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats. (i) Information regarding EDI formats is available on the Internet at http://www.X12.org. (ii) EDI implementation guides are available on the Internet at http://www.dfas.mil/ecedi. (4) Another electronic form authorized by the Contracting Officer. (c) If the Contractor is unable to submit a payment request in electronic form, or DoD is unable to receive a payment request in electronic form, the Contractor shall submit the payment request using a method mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. (d) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payments requests. (End of clause) 5352.237-9001 REQUIREMENTS AFFECTING CONTRACTOR PERSONNEL PERFORMING MISSION ESSENTIAL SERVICES (OCT 2004) (a) The Contracting Officer has identified all or a portion of the services performed under this contract as ?Essential DoD Contractor Services? as defined and described in DoD Instruction (DoDI) 3020.37, ?Continuation of Essential DoD Contractor Services During Crises.? Hereafter, the personnel identified by the contractor to perform these services shall be referred to as ?Mission Essential Contractor Personnel.? (b) Within 5 days after contract award or incorporation of this clause into a contract by modification, the Contractor shall provide a written list of all ?Mission Essential Contractor Personnel? to the Contracting Officer or designee. The list shall identify names and country(ies) where each employee will perform work under this contract. (c) As required to comply with or perform pursuant to DoD or Air Force requirements, the contracting officer shall direct the contractor to comply with requirements intended to safeguard the safety and health of Mission Essential Contractor Personnel. The Contracting Officer may communicate the requirements through a letter of notification or other means, and subsequently modify the contract to incorporate the requirements via full text or by reference. The Contractor may file a proposal for cost or other impacts under the Changes clause or a Request for Equitable Adjustment. (d) This clause shall be inserted in all subcontracts meeting the criteria in paragraph (a) of this clause. (End of clause) 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUN 2002) (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver?s license, current vehicle registration, valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) (x) Provide quote information for items listed in paragraph 2. Quotes will be evaluated on price, price related factors and ability to meet requirements. (xi) All firms or individuals responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/. The Government reserves the right to award on a multiple award or an all or none basis. (xii) Quotes are required to be received no later than 12:00 noon MST, 1 Jun 2006. All quotes must be faxed to (406) 731-3748 to the attention of Lt Stacey Billiel or e-mailed to stacey.billiel@malmstrom.af.mil. Please call to ensure quote is received. (xiii) Direct any questions to Lt Stacey Billiel at (406) 731-3625, e-mail address stacey.billiel@malmstrom.af.mil or Linda Redding at (406) 731-4015, e-mail address linda.redding@malmstrom.af.mil or James Wyatt at (406) 731-4554, e-mail address james.wyatt@malmstrom.af.mil. A performance evaluation questionnaire is required to be filled out by interested parties. A copy of the questionnare may be requested from our office. Please contact A1C Berchan Torrejon at 406-731-4608.
 
Place of Performance
Address: Malmstrom AFB, MT
Zip Code: 59402-6863
Country: USA
 
Record
SN01059103-W 20060601/060530220611 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.