Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2007 FBO #1917
MODIFICATION

99 -- THIS IS AN AMENDMENT TO SOLICITATION W911SG-07-T-3000 ISSUED FOR REQUEST FOR PROPOSALS FOR DRY CLEANING, LAUNDRY, AND SEWING SERVICES FOR FORT BLISS.

Notice Date
2/23/2007
 
Notice Type
Modification
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-07-T-3000
 
Response Due
3/6/2007
 
Archive Date
5/5/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This amendment extends the DUE DATE for proposals to March 6, 2007, at 10:00 a.m. (MST); provides a revised Performance Work Statement, and announces a site visit of the current laundry facility. A revised Performance Work Statement (PWS) will be pr ovided upon request via email to: Jeanne Short, jeanne.short@us.army.mil. A site visit for all interested Contractors will be conducted on February 26, 2007, at 09:30 a.m. (MST). Contractors will be required to first meet at Bldg. 2021, the Directorate of Contracting office before proceeding to current laundry facility. Any questions will only be accepted in writing and answered in writing as an amendment to the combined synopsis/solicitation. The following supplemental information is being publicly pr ovided to all interested parties. Questions concerning Performance Work Statement (PWS) for W911SG-07-T-3000 are addressed as follows: 1. At section C.1 of the PWS, is the following statement, The Contractor shall provide all labor, supervision, transportation, supplies, vehicles, materials, facilities, and equipment as required and necessary for the performance of a Contractor-Owned, C ontractor-Operated (COCO) laundry service in support of the United States Army Air Defense Artillery Center Fort Bliss (USAADACENFB) and assigned activities. Question 1: For purposes of clarification, will this . . .Contractor-Owned, Contractor-Operated (COCO) laundry service . . ., serve to replace, in totality, all services and functions that are currently, and have historically been performed at the Fort B liss quartermaster/laundry facility? Answer 1: No, the services will not serve to replace, in totality, all services and functions that are currently, and have historically been performed at the Fort Bliss quartermaster/laundry facility. Specifically, the contractor will not be required to support personal individual clothing. Question 2: Please provide complete clarification of the statement, . . . and assigned activities . . . Answer 2: This contract will not support all of the organizations that historically were supported, specifically; neither William Beaumont Army Medical Center, any dental/troop clinics, nor the Veterans Administration will be supported. Assigned activiti es will include military units, the Central Issue Facility (CIF); Moral, Welfare and Recreation (MWR)s Officers Club and Centennial Club; Fort Bliss Lodging; Billeting-to include Bachelors and Enlisted Quarters; Conus Replacement Unit; the U.S. Army Air Defense Artillery School; high school Junior ROTC; various training courses; and any other Department of the Army organization that the CIF supports. Question 3: Considering the ongoing and anticipated build-up of forces at Fort Bliss as the result of BRAC actions, will the requirements for this . . .Contractor-Owned, Contractor-Operated (COCO) laundry service . . ., be such to include the additional requirements of the Fort Bliss mission consistent with the mission? Answer 3: Because this is a requirements contract, the Government can only estimate the amount of the supplies or services specified in the Schedule. For further information, refer to FAR 52.216-21, Requirements, included in the contract. 1. At Section C.1 of the PWS, is the following statement, This contract includes all functions, tasks and responsibilities normally performed by a Laundry Operator to include a tailor and patch service. Question 4: Are the requirements for these services limited to those clearly defined in the PWS, or in the alternative, are there other  . . . functions, tasks and responsibilities . . . anticipated by the terms and conditions of the solicitation that ar e merely implied and not clearly defined in the language of the solicitation? If so, please provide more specific data. Answer 4: Other  . . . functions, tasks and responsibilities . . . anticipated by the terms and conditions of the solicitation that are merely implied and not clearly defined in the language of the solicitation will include the normal repairing of items performed by a commercial laundry operator that are listed on the announcement, following the guidelines set in section C.9.1. 2. At Section C.4.1, is the following statement, The Contractor shall also establish and maintain a bench stock consisting of common materials and items of nominal value used in operating a tailor activity necessary to perform the requirement of this cont ract. QUESTION 5: Please provide a clear and unambiguous definition of  . . . a tailor activity . . ., and additionally, those  . . . materials and items . . . which would be anticipated by the terms and conditions of the solicitation that would be required. Answer 5: For the purposes of this contract, the definition of a tailor activity can include functions such as measuring, cutting, sewing, pinning, embroidery, etc., for the purpose of producing the result desired. In Sections C.8.7. Sewing Services and C.9., sewing requirements are described in more detail. Also, the materials and items required to maintain a bench stock to perform the sewing services must include thread, webbing/tape, embroidery thread, an embroidery machine, sewing machine, sewing pin s and needles, etc. 3. At Section C.4.2, is the following statement, The contractor shall provide a total of fourteen carts to prevent any clean/soiled items from being stored on the floor. QUESTION 6: Referencing the  . . . fourteen cars . . . made part of the solicitation, will said carts and the design and specifications of same be under the control of the contractor, the government, or as a joint agreement between the parties? Answer 6: See C.5.1., the specifications of the carts are 30W x 42 L x 32 Deep, made with heavy duty canvas. The contractor will provide the carts and the carts will be under the control of the contractor. 4. At Section C.4.2, is the following statement, These carts shall be delivered on or before the start date of the contract and in coordination with the COR to building 2031. QUESTION 7: What is the anticipated start date of the contract, and how much time prior to the start date of the contract will be available to perform the referenced requirements of the contract? Answer 7: The performance start date of the contract is 1 May 2007. Anticipated award date is 26 April 2007. 5. At Section C.5.1, is the following statement, Sewing services for mobilizing personnel with orders shall be completed within two (2) workdays. For non-mobilizing personnel, sewing services shall be completed within four (4) workdays. QUESTION 8: Please define the phrase  . . .sewing services . . . as is used in this part of the contract. Additionally, does this requirement of the contract anticipate pickup and delivery independent of the established pick-up and delivery schedule as s et forth in the contract? Answer 8: Sewing services are amended in the PWS, specifically section C. 8.7.1. to include repair of items. In addition, there will only be a 3-day completion requirement, that will follow the pick-up and delivery schedule that will not be independent of the established schedule set forth, see amended PWS. 6. At Section C.8.1, is the following statement, All items shall be plastic wrapped in bundles designated by label by customer. QUESTION 9: There are clear and apparent contradictions to this statement within the PWS, specifically Section/s C.9.5, C.8.5.9, C.8.5.9.1, C.8.5.9.2,C.8.5.9.3, thus, would you provide the controlling language as would apply this aspect of the contract? Answer 9: All sections should say plastic wrapped. The instructions are still applicable, however, the final product would require plastic wrapped. 7. At Section C.8.6.1, is the following statement, The Contractor shall operate a mobile laundry pick-up and delivery service to buildings listed in Section C.8.1. Items picked-up or delivered wi ll be loaded or off loaded by the Contractor to and from the service points. QUESTION 10: The language of the PWS in this area makes reference to . . .buildings . . ., though Section C.8.1 makes reference to only one building, and further reference is made to  . . . service points . . .. Simply, is this a grammatical error with in the PWS, or in the alternative, is it the intention of the government that more than one building or service point is contemplated under the terms and conditions of the contract? Answer 10: It is the intention of the government that more than one building or service point is contemplated under the terms and conditions of the contract, see Technical Exhibit 1 for explanation of additional locations to be added at a future date. 8. At Section C.9.1, is the following statement, The Contractor shall repair or patch holes, rips, tears, one inch (1) in diameter or less. QUESTION 11: Are the  . . . repair or patch . . . functions as described at this part of the PWS considered part of the Total of Sewing services per Year, as set forth in Technical Exhibit 2, or would this work be in addition to the referenced servi ces? If so, would there be any line item within the contract for compensation of the contractor for these services that are not within the scope of Laundering? Answer 11: The repair/patch functions are in addition to the sewing services required by the contract. Sewing services for repair are anticipated, however, an estimate cannot be determined. Other questions are answered as follows: Question A: Request for a standard form 1449 and a list of everything that needs to be included in the packet for submittal. Answer A: The combined synopsis/solicitation advertised in the Fed Biz Ops constitutes the solicitation. Everything that needs to be submitted is described therein. Question B: Reference the performance work statement number C.8.6.1., will the contractor be providing personnel on base full-time to collect the dirty items and also to collect the garments for patches and alterations. If so, what are the hours and da ys and how many employees should be needed to be there full time? Answer B: The last sentence in section C.8.6.1., The Contractor shall adequately staff the service vehicle so that customers will not be required to wait more than 20 minutes for pick-up and delivery service is removed in its entirety. Reference Techni cal Exhibit 1, pick-up and delivery will be 2 weekdays per week, Monday and Thursday. Question C: Request for estimated weight of blankets, towels, table linen, sleeping bags, and so forth. Answer C: Weights for various items will be provided upon request via email to: Jeanne Short, jeanne.short@us.army.mil.
 
Place of Performance
Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
Country: US
 
Record
SN01238031-W 20070225/070223221437 (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.