Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2006 FBO #1740
SOLICITATION NOTICE

S -- Fort Carson will be awarding a Firm Fixed Price Contract for uniform laundry and linen supply service.

Notice Date
8/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ06ULS
 
Response Due
9/14/2006
 
Archive Date
11/13/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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. Fort Car son will be awarding a Firm Fixed Price Contract for uniform laundry and linen supply service. The award is a 100% set-aside for small business. The North American Industrial Classification System (NAICS) code for this procurement is 812320 with a small business size standard of $4.5 Million. This solicitation will end on September 14, 2006, 4:00 p.m. Mountain Time. Proposals shall reference solicitation #W911RZ06ULS and include pricing as follows: CLIN 0001 Doctor/Lab Coats, CLIN 0002 Shirts/Smocks, CLIN 0003 Trousers/Pants, CLIN 0004 Aprons, CLIN 0005 Tablecloths, and CLIN 0006 Contractor Manpower Requirement (CMR) (if there is a charge for this service). Please see below for information on CMR. Period of performance will be 1 October 2006 through 30 September 2007. Please include pricing for four additional 1 year option periods. For this solicitation, Fort Carson will be awarding the contract based upon price and past performance. PERFORMANCE WORK STATEMENT 1. GENERAL REQUIREMENTS 1.1. The Contractor shall provide, necessary management, personnel materials, transportation, supplies, equipment, physical plant facilities except as specified herein as Government furnished, to provide all laundry services for hospital uniforms in accord ance with commercial business standards and regulations. 1.2. All uniforms received from the hospital have the potential to be contaminated. The Contractor shall take appropriate precautions when handling hospital items. 2. HOSPITAL UNIFORM SERVICE: 2.1. YEARLY ESTIMATE: On a year average Evans Army Community Hospital (E.A.C.H.) utilizes 4,500 Pants, 5,000 Shirts, 650 aprons, 5,500 Lab Coats and 4,000 Tablecloths. 2.1.1. All items except tablecloths are the property of the hospital or its personnel. 2.1.2. Tablecloths will be provided by the Contractor. 2.2. DELIVERY/PICK-UP SERVICE: The Contractor shall deliver clean, processed laundry and pick-up dirty, unprocessed laundry Monday through Friday in Room 0400A on the east side of building 7500, between 7:30AM to 8:30AM Monday through Friday except on Fe deral Holidays. 2.2.1. The Contractor and the E.A.C.H. point of contact person shall record returned and picked up items on DA Form 1974. 2.2.2. In case of a Post closure due to weather, the Contractor is not required to make deliveries or pick up laundry. Post closures are posted on local news channels and at www.carson.army.mil. 2.3. PROCESSING: The Contractor shall process all items in accordance with the standard commercial practices for hospital laundry services. 2.3.1. The Contractor shall clean soiled and dirty items in a process that ensures washed items are restored to their intended appearance. This includes the items being clean and free of spots, soil, lint, objectionable odors, and traces of laundry deterge nt on or in the fabric and be thoroughly dry. 2.3.2. Items shall be starched and ironed. 2.3.3. Each item shall be returned on a hanger and with a plastic laundry cover. 2.4. REWASHES/DAMAGES/LOSSES: 2.4.1. If any item needs to be rewashed it will be removed and reprocessed at no additional charge. Item will be accepted and paid for when returned clean. 2.4.2. The Contractor shall, at their expense, repair or replace all uniforms damaged or lost. 2.4.3. Items found not to belong to E.A.C.H. will be removed and returned to the Contractor. 3. CONTRACTOR FURNISHED ITEMS: 3.1. VEHICLES: The Contractor shall provide and maintain sufficient vehicles required to fulfill the terms of this contract. All vehicles shall comply with local and state laws. All vehicles shall be operated in accordance with Fort Carson traffic regulati ons and procedures. 3.2. TABLECLOTHS: Tablecloths wi ll be leased from the Contractor. 3.3. EMPLOYEE INDETIFICATION: All employees shall wear an identifying badge provided by the Contractor. It shall contain the Contractors business name and employees name and must be visibly worn while at Evans Army Community Hospital. 4. ADDITIONAL INFORMATION: 4.1. TOBACCO CONTROL: The Contractor and his employees shall observe the Tobacco Control Requirements contained in AR 600-63 chapter 4-2, whenever performing services at Fort Carson. Regulation will be provided by Evans Army Hospital. 4.2. POST ACCESS: 4.2.1. Entry to the Installation requires the following: Current vehicle registration, proof of insurance, valid driver's license for the vehicle driver, and picture identification for other personnel. Contractors/Subcontractors and their employees requir ing access to the Installation will be required to comply with the Installation access control policy/procedures. The Government will not be responsible for damages due to delay/stoppages caused by failure to comply. 4.2.2. All vehicles and personnel are subject to search and seizure of contraband and/or unauthorized Government property. Contractor vehicles (Contractor-owned and personal), Contractor employees, and their personal property shall be subject to searches upon entering or leaving the Installation. 4.3. VEHICLE REGISTRATION: The Contractor may register their vehicle(s) requiring access to the Installation. Proper state registration, proof of insurance, a valid drivers license, and a vehicle registration letter signed by the Contracting Officer are required in order to register a vehicle. The Contracting Officer will provide the vehicle registration letter upon request by the Contractor. When employees no longer work at the facility on Fort Carson, the Contractor shall insure that Installation sti ckers are removed from the vehicle and returned to the Provost Marshal Operations (PMO) Division. 4.4. CONTRACT MANPOWER REPORTING: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor ma npower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address Https://contractormanpower.army.pentagon.mil. The required information includes: (1) Cont racting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-ma il address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractor s); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identifica tion Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (spe cified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contr actor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the per iod of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the websi te. The XML direct transfer is a format for transferring files from a contractors system to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. The following provisions and clauses will be in the contract and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation  Commercial Items), 52.212-3 (Offeror Representations and Certifications  Commercial Items), 52.217-5 (Evaluation of Options) Clauses: 52.212-4 (Contract Terms and Conditions  Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders  Commercial Items), 52.217-8 (Option to Extend Services), 52.217-9 (Option to Extend the Term of the Contract), 52.222-3 (Convict Labor), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-41 (Service Contract Act), 52.222-42 (Equivalent Rate of Feder al Hire), 52.222-43 (Fair Labor Standards Act), 52.232-18 (Availability of Funds), 52.232-33 (Payment by Electronic Funds Transfer  Central Contractor Registration) or 52.232-36 (Payment by Third Party), 52.237-2 (Protection of Government Buildings, Equip ment and Vegetation), 52.252-2 (Clauses Incorporated by Reference), 252.201-7000 (Contracting Officers Representative), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.232-7003 (Electronic Submission of Payment Requests), 252.232-7007 (Limitation of Governments Obligation) Addendum to 52.222-41  Department of Labor wage determination #94-2079 (rev 30), dated 5/23/06 is incorporated in to this award and is available at http://www.wdol.gov. Please specify how payment will be made, either by electronic funds transfer via DFAS or by credit card. Proposals shall include: 1. A cover letter signed by an individual authorized to bind the organization. 2. Indication that online representations and certifications have been completed via the following website https://orca.bpn.gov. 3. A complete pricing proposal for the base period (1 Oct 06  30 Sep 07) plus 4 option periods. 4. Three past performance references, to include name, company name, telephone, period of performance and service provided. Proposals must be submitted to Amy Franklin, Contract Specialist via e-mail: amy.w.franklin@us.army.mil or fax: 719-526-5333, by September 14, 2006, 4:00 pm. Mountain Time.
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
Country: US
 
Record
SN01130039-W 20060901/060830221159 (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.