SOLICITATION NOTICE
S -- INDUSTRIAL UNIFORM SERVICE - Package #1
- Notice Date
- 3/1/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135
- ZIP Code
- 20135
- Solicitation Number
- HSFEMW-11-Q-0013
- Archive Date
- 3/31/2011
- Point of Contact
- Lori Smith, Phone: 5405422307
- E-Mail Address
-
lori.smith@dhs.gov
(lori.smith@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- UNIFORM PRICE SHEET 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-11-Q-0013, issued as a Request For Quotation (RFQ) is to provide rental and laundry/maintenance service of uniforms for the Federal Emergency Management Agency, Mount Weather Emergency Operations Center (MWEOC) located at 19844 Blue Ridge Mountain Road, Bluemont, VA. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-48. This procurement is unrestricted. The NAICS code is 812332, small business size standard $35.5M. It is anticipated that only one award will result from the solicitation via the issuance of a firm fixed-price commercial services order. The anticipated period of performance will be a one year base period and four consecutive one year option periods. The resultant award document will contain Item No. 0001: Uniform Rental services, based on a monthly estimated not to exceed amount. Item No. 0002: Rental of (18) each eight compartment lockers (Mfg: Change-O-Matic, P/N: 14910) or approved equal. Item No. 0003: Rental of five (5) each Bulk Collectors (Mfg: Change-O-Matic, P/N: 10400) or approved equal. Item No. 0004: New Employee Set-Up Fee. The contractor shall provide weekly rental and laundry/maintenance of approximately 125 +/- regular uniforms, 50 +/- ARC rated work uniforms 15 +/- ARC rated coveralls only, 5 +/- jackets only with pick-up and delivery once a week. Uniforms shall include shirt, pants/jeans, coat, jacket and coveralls (lightweight and insulated). The Contractor shall furnish all necessary management, supervision, laborers, materials, and equipment required to perform and provide the services and products specified herein. Services and products shall be in accordance with the specifications described herein for providing the rental of uniforms pick up and delivery services, inventory control, billing procedures, and laundry and maintenance service. The contractor shall provide a full complement of the described weekly basic and ARC rated employee uniforms, per individual employee, within 30 days following the initial sizing and fittings of employees. The Contractor shall provide laundry and maintenance services on a weekly basis throughout the contract period. The delivery and pick up locations shall be set by the Contracting Officer's Technical Representative (COTR). Delivery and pick up time shall be on normal workdays between the hours of 7:00 a.m. and 1:30 p.m. Delivery and pick up of ARC rated uniforms shall be different than delivery of regular uniforms or placed in their own soiled clothing bin. This will ensure the ARC rated clothing will maintain its rating. Delivery and pick up time shall be on normal workdays between the hours of 7:00 a.m. and 1:30 p.m. The basic employee uniform unit for employees working a five (5) day week shall consist of eleven (11) uniform shirts (approximately six (6) short sleeve and five (5) long sleeve) or the contractor may elect to provide the employee 11 long sleeve and 11 short sleeve (only charging for the long sleeve or the short sleeve but not both), eleven (11) pants or jeans, one (1) light weight jacket with removable liner, one (1) arctic type parka with hood and two types of coveralls (lightweight and arctic type insulated), two (2) pair each. There will be approximately 50 - 70 employees with the basic uniforms that will require ARC rated coveralls only. The contractor shall provide these employees with two (2) pair of ARC rated coveralls. In accordance with the National Fire Protection Agency (NFPA) 70E, flame retardant/resistant uniforms with a minimum ARC rating of eight (8) shall be provided to employees who are in contact with electrical or chemical hazards that may cause burns. These uniforms shall consist of eleven (11) long sleeve uniform shirts, eleven (11) industrial pants or jeans, one arctic type parka, one (1) light weight jacket with removable liner and two (2) pair of coveralls with brass zippers up the sides of the legs and up the front with the appropriate flap covering the zipper. Colors of uniforms will be determined by individual shop offices. Contractor may elect to issue (at no additional cost) eleven (11) long sleeve shirts and eleven (11) short sleeve shirts to simplify seasonal change out requirements. Uniforms cut and fit for male and female are required. The required garments provided shall meet or exceed the basic and specific specifications as described herein. Each individual shop office will provide their color preference after contract award. Replacement Charges: During the course of the contract, rental uniform pieces may become lost at no fault of the Contractor. The Contractor, through their weekly inventory shall inform the COTR, on a monthly basis of any outstanding uniform pieces that have not been serviced for the past month. When it has been mutually agreed between the government and the Contractor that a garment(s) is determined to be lost, the Contractor shall invoice the Government at the established replacement unit price, less any depreciation. Uniform pieces due quality upgrades from normal wear shall be replaced with new garments, not worn and still serviceable garments. Replacement charges for lost or damaged items will be based on the length of time the employee has had possession. Replacement for items that have been in the employee's possession for one year or more will not be charged at new uniform prices. Regular Uniform Specifications: Uniform shirt (short/long sleeve) - Shall be 100% durable press cotton twill or 65/35 polyester/cotton, giving the employees a choice. Fabric shall also be soil and wrinkle resistant. Shirts shall have button closure with either snap or button closure at top, extended tails, and two pockets and bar tacks at all stress points for reinforcement. Uniform pants (full cut) - Shall be 65/35% polyester/cotton twill. Fabric shall also be soil and wrinkle resistant. Pants shall have a heavy duty brass zipper, button closure at the top, two pockets in front and in the back, and shall have bar tacks at all stress points for reinforcement. Approximately 20% of employees will wear this style. Uniform pants (jean style) - Shall be 100% preshrunk cotton twill or relaxed fit. Fabric shall also be soil and wrinkle resistant. Pants shall have front and back pockets, a heavy duty brass zipper, button closure at the top, and a jean-style waist band. Approximately 80% of employees will wear this style. Uniform lightweight jacket with removable liner - Shall be 65/35% polyester/cotton twill. Fabric shall be soil and wrinkle resistant. Jacket shall have a heavy duty brass zipper, adjustable side tabs, side pockets, and button cuffs. Jacket shall come with a removable liner. Uniform Arctic type parka with hood - Shall be 100% cotton and be a minimum of 12 oz in weight. Parkas shall have a hood and a heavy duty brass zipper. Fabric shall be soil, wrinkle, water and wind resistant. The fabric will also repel water. Coveralls - Shall be 65/35% polyester/cotton twill. Fabric shall be soil and wrinkle resistant. Summer weight set shall be the non-insulated type and brass zippered legs from ankle to waist for ease of getting them on and off. The winter weight set shall be the arctic type that is at a minimum quilted to liner. The legs shall be brass zippered legs for ease of getting them on and off. Flame Retardant/Resistant Uniform Specifications: Flame retardant/resistant uniform shirt - will have a minimum ARC Rating ATPV of eight (8) and the material will be flame retardant/ resistant and not chemically treated. Fabric shall also be soil and wrinkle resistant. Shirts shall have button closure with either brass snap or button closure at top, extended tails, and one or two pockets and bar tacks at all stress points for reinforcement. Flame retardant/resistant uniform pant/jean - will have a minimum ARC Rating ATPV of eight (8) and the material will be flame retardant/ resistant and not chemically treated. Fabric shall also be soil and wrinkle resistant. Pants shall have a heavy duty brass zipper, button closure at the top, two pockets in front and in the back, and shall have bar tacks at all stress points for reinforcement. Flame retardant/resistant uniform jacket - will have a minimum ARC Rating ATPV of 7.7 with a lining sewn with fire retardant thread and the material will be flame retardant/ resistant and not chemically treated. Jacket shall have a heavy duty brass zipper covered with a flap or other means by ARC rated material not chemically treated. Jacket must come with a removable liner. Flame retardant/resistant uniform coveralls (lightweight and insulated) -will have a minimum ARC Rating ATPV of eight (8) and the material will be flame retardant/ resistant and not chemically treated. The legs shall be brass zippered, covered with a flap or other means by ARC rated material not chemically treated and zips from ankle to waist. Logos and patches for regular uniforms: The Contractor shall affix to all employee shirts, jackets and coveralls embroidered patches showing DHS emblem and employee name. The Contractor shall use the logo design sample as provided at the initial sizing and fitting of employees. Shirts, pants, jackets and coveralls shall be individually identified with the employee's name or a number assigned to the employee-affixed patch, permanent ink, bar code/name, or other pre-approved acceptable method. Logos and patches for flame resistant/retardant clothing must be made of flame resistant/retardant material and sewn with flame resistant/retardant material. Chemically treated material is not acceptable. Any brass snaps, zippers, etc., must be layered (covered with a flap or other means) with ARC rated materials (not chemically treated). Laundry Service/Maintenance: Laundry service and maintenance shall be by standard industry practices and procedures using environmentally safe chemicals and operation procedures. Flame retardant/resistant uniforms shall be laundered in accordance NFPA regulations and with manufacturer recommended laundering practices. Maintenance shall include repairing or replacing any rental garment in need of, i.e., alterations, button replacements, seam stitching, tear mending, patch replacements, etc. Either the Contractor's representative, COTR or the individual user shall identify garments for maintenance. Garment or replacement garment shall be returned no later than the following delivery/pick up visit. The Contractor shall replace worn or unsightly uniform items on an as needed basis. The Contractor shall provide new employee uniforms no later than two weeks after fitting by the Contractor. The COTR and the Contractor will set fitting dates. Shirt maintenance: Shirts shall be visually inspected for defects, stains, and wear by a trained technician during the laundry process. Delivered shirts shall have collars folded down and sleeves completely pulled out. Shirts shall be wrinkle free. Shirts that have unsightly ink or other stains, or have become worn, faded, or have suffered large rips or tears shall be replaced as agreed herein. Pants/jeans maintenance: All uniform pants shall be hung on the creases on protected hangers. Pants shall be visually inspected for defects, stains, and wear by a trained technician during the laundry process. Pants that have become unsightly, or have ink or other stains, or have become worn, faded, or have suffered large rips or tears shall be replaced as agreed herein. Pants shall be wrinkle free. Parka/jacket maintenance: Parka/jackets shall be visually inspected for defects, stains, and wear by a trained technician during the laundry process. Parka/jackets that have become unsightly ink or other stains, or have become worn, faded, or have suffered large rips or tears shall be replaced as agreed herein. Parka/jackets shall be wrinkle free. Coverall maintenance: Coveralls shall be visually inspected for defects, stains, and wear by a trained technician during the laundry process. Coveralls that have become unsightly ink or other stains, or have become worn, faded, or have suffered large rips or tears shall be replaced as agreed herein. Coveralls shall be wrinkle free. Maintenance of all flame retardant/resistant uniform clothing shall be visually inspected for defects, stains and wear by a trained technician during the laundry process. Any flame retardant/resistant uniforms that have become unsightly due to ink or other stains, or have become worn, faded, or have suffered large rips or tears shall be replaced immediately. The ARC rating does not exist in damaged clothing. Testing of flame retardant/resistant uniforms is required based on NFPA standards. The Contractor will test the uniform once per quarter to comply with those standards. Results of all testing of flame retardant/resistant clothing shall be submitted in writing to the Contracting Officer or the Contracting Officer's Technical Representative. All flame retardant/resistant uniform clothing shall be wrinkle free. Inventory Control: All uniform items submitted for weekly maintenance, shall be counted by the Contractor's representative and the COTR and recorded for each employee at each specific location. A copy of the inventory sheet shall be left with a designated representative at each delivery location. Other Responsibilities of the Contractor: Within 10 days following contract award, the contractor shall be notified by the COTR of the time and location in which to perform the initial sizing of employees. The Contractor will also be provided with a list of the names of the employees to be included. Once sizing of employees has been completed, the Contractor shall have 30 days in which to begin delivery/pick up and laundry/maintenance services. Set up fees are those fees charged for sizing and preparing the garments for individual employees. These fees shall be waived for the initial group of employees. However, as new employees become covered under this contract, the Contractor may charge in accordance with the prices listed in the contract. Employees shall be allowed to change their weekly uniform shirts twice a year at no additional charge to the Government (i.e., changing long sleeves for short sleeves due to seasonal changes). The Contractor shall not charge for size changes. This includes charges for set-up, etc. The Contractor will not charge swing suit charges. All ARC rated uniforms must be kept separate from regular uniforms. Contractor must provide separate soil bins for ARC rated uniforms needing to be laundered. Quality Assurance: The COTR will meet with the contractor on an as needed basis. Spot inspections of the uniform lot will be done on a monthly basis. Contractor shall provide rental of lockers for each individual employee to place delivered uniforms and four bulk collectors. The bulk collectors will require two for regular uniforms: One for soiled uniforms and one for uniform pieces in need of repair. Two will be for the ARC uniforms; one for soiled uniforms and one for uniform pieces in need of repair. At no time can ARC uniforms come in contact with regular uniform pieces as this can compromise the ARC ratings for the clothing. The dimensions of the Bulk Collectors are 26 inches wide, 21-1/4 inches deep by 84-1/2 inches high. Lockers shall have one master door with a master key to access all compartments within each unit. Each compartment shall have a key. The color of the Bulk Collectors and Lockers shall be gray. EVALUATION INFORMATION: Award will be made on the lowest price technically acceptable offer. The provision at FAR 52.212-1, Instruction to Offers Commercial Items, applies to this acquisition. The following technical factors shall be used to evaluate offers in order to determine technical acceptability. (1) The ability (i.e., equipment and personnel) to provide the amount and type of uniforms specified in the Statement of Work. (2) The ability to pick-up and deliver the uniforms within the timeliness specified in the Statement of Work; and (3) the ability to launder uniforms. Offerors shall submit sufficient information in order to allow the Government to make a determination of technical acceptability for the aforementioned technical factors. Offerors must provide descriptive literature adequate enough for the Government to determine if the proposed locker products meet the Governments minimum requirements, as identified in the item descriptions above. Failure of an offeror to submit descriptive literature for a proposed locker product will result in their offer being rejected from further consideration. 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 uniform rental services. Past performance evaluations will assess the relative risks associated with a vendor's likelihood of success in performing the statement of work as indicated by that offeror's record of past performance. For the purpose of this evaluation, past performance means an offeror's record for satisfying its customers by delivering; (1) quality of work, (2) in a timely manner, and (3) overall commitment to customer satisfaction. All submissions for past performance on similar projects, must demonstrate a minimum of acceptable performance or higher to be rated as "acceptable." Offerors must receive an acceptable rating in all four factors to be considered for award. The pricing proposal shall contain costs for the base year and four option years for each line item (i.e., pricing proposal shall provide pricing for the base, option year 1, option year 2, option year 3, and option year 4). 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. Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commerical 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: FAR 52.217-9; Option To Extend the Term of the Contract; FAR 52.232-18, Subject to the Availability of Funds; HSAR 237-70, Qualifications of contractor Employees; HSAR 3052-242-72, Contracting officers Technical Representative. (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. FAR 52.212-5, Contractor Terms and Conditions Required to Implement Statutes or Executives Orders/Commercial items applies to this acquisition and the following FAR clauses apply: 52.203-6, 52.222-3, 52.222-19, 52.222021, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, and 52.232-33. The successful Contractor must be able to meet all responsibility standard outlined in 9.104-1. Contractor employees shall be paid in accordance with the Service contract Act Wage Determination, which is referenced as Notice No. 2005-2103, Rev 10, Dated June 15, 2010, at the following rates: order Clerk I - $15.12, Order Clerk II - $16.50, Counter Attendant-$9.88, Dry Cleaner-$12.94, Truckdriver, medium truck - $17.90. All categories shall include $3.50/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. Responses to this RFQ must be received no later than 4:00PM/EST, 3/16/2011, and shall be emailed to Lori Smith at lori.smith@dhs.gov. The subject line of your email shall clearly reference RFQ Number HSFEMW-11-Q-0013. The total size of the email shall not exceed 8MB due to DHS email restrictions. Prospective sources are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database @ www.bpn.gov. Technical and/or administrative questions are to be submitted via email, in MS Word format to lori.smith@dhs.gov no more than five (5) business days following publication of this notice. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFEMW-11-Q-0013/listing.html)
- Place of Performance
- Address: 19844 Blue Ridge Mountain Road, MT WEATHER, Virginia, 20135, United States
- Zip Code: 20135
- Zip Code: 20135
- Record
- SN02389894-W 20110303/110301234335-94d2b40b9532c27fa3523b701fe4cd79 (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 |