Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 11, 2014 FBO #4582
MODIFICATION

S -- North Carolina Army National Guard Laundry Services - Statement of Work

Notice Date
6/9/2014
 
Notice Type
Modification/Amendment
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
USPFO for North Carolina, 4201 Reedy Creek Road, Raleigh, NC 27607-6412
 
ZIP Code
27607-6412
 
Solicitation Number
W9124214T0005
 
Response Due
4/19/2014
 
Archive Date
5/19/2014
 
Point of Contact
Derek Meilinger, Phone: 9196646019, Derek Meilinger, Phone: 9196646019
 
E-Mail Address
derek.t.meilinger.mil@mail.mil, derek.t.meilinger.mil@mail.mil
(derek.t.meilinger.mil@mail.mil, derek.t.meilinger.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Historical Data and Addresses for each facility Quotation Sheet Statement of work 1. INTRODUCTION: The USPFO of North Carolina, intends to issue multiple Blanket Purchase Agreements (BPAs) for laundry pickup and delivery for various locations in North Carolina. 2. The USPFO safety and environmental policies shall be followed at all times by contractors while they are on the premises. A copy of each policy will be given to the Contractor's team leader at the commencement of the job. Each individual will require a safety and environmental brief at the beginning of the first visit before work commences. 3. GOVERNMENT FURNISHED EQUIPMENT (GFE) AND SERVICES: USPFO shall provide the following: • Coveralls, Mops, Rags, mats for cleaning • Quality Assurance 4. SERVICE REQUIREMENT: The Contractor shall pick-up weekly soiled laundry and deliver clean laundry to designated point (Locations are attached). The service provider may establish a weekly pick-up and delivery schedule to suit its own needs subject to Field Maintenance Shop (FMS), MATES and CSMS approval, provided that the intervals between visits to the required locations are consistent, are no longer than seven calendar days, and that each visit occurs during normal business core hours. Locations are as follows: Asheville, Butner, Charlotte, Concord, Fayetteville -2 sites, Goldsboro, Greensboro, High Point, Kinston, Lenoir, Raleigh, Red Springs, Wilmington, Windsor, and Winston Salem. Core hours are 0800- 1500 Monday thru Friday. Federal Holidays are New Year's Day, Martin L. King, Jr Day, President's Day, Memorial Day, Independence Day, Columbus Day, Labor Day, Thanksgiving Day, Veteran's Day, Christmas Day, and any other Command-directed base closures Contractor will provide storage bins/bags for collection of soiled items at each facility. •5.Laundry pickup and delivery service to be furnished: Interested parties are to quote a rate for coverall cleaning, rag cleaning, mop head service, and floor mat service including delivery and pickup charges. Companies who enter into a Blanket Purchase Agreement with the USPFO NC will be asked to provide a quote for each year following the initial one year period if the USPFO NC decides to continue the agreement. The initial year of performance is expected to be July 1, 2014 to June 30, 2015. Hourly Rates: Standard Hourly Rate shall apply to services required between the hours of 0800 - 1500 Monday - Friday excluding Federal Holidays. 6. SERVICE CONTRACT ACT Wage Determination: Interested parties are to be aware that calls made under the BPA will be subject to compliance with FAR Clause 52.222-41 Service Contract Act of 1965. Each service employee employed in the performance of this contract by the Contractor or any subcontractor shall be paid not less than the minimum monetary wages and shall be furnished fringe benefits in accordance with the wages and fringe benefits determined by the Secretary of Labor, or authorized representative, as specified in any wage determination attached to this contract. The wage determination applicable to BPA calls is WD 05-2401 (REV.-13) 7. BUSINESS TYPE: This opportunity is open to all business concerns; however, in accordance with FAR 19.501, the Government's intent is to establish BPAs with small businesses. In the event there are not enough responses from responsible, capable small businesses, then large business responses will be considered. 8. INDIVIDUAL AWARDS: Individual call numbers shall not exceed the Simplified Acquisition Threshold of $150,000. Simplified Acquisition Procedures in accordance with FAR Part 13 will be utilized. A BPA may be issued for a one-year period and renewed annually thereafter that the Government's discretion for up to a total period of 5 years. The Government reserves the right to add/delete vendors at any time throughout the life of the BPA. There is no minimum Government obligation. 9. Interested parties are requested to provide their DUNS numbers for verification of inclusion in the System for Award Management (https://www.sam.gov/) which now hosts the Government's Central Contractor Registry. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR 9.104. Interested parties are encouraged to address the seven standards of responsibility contained in FAR 9.104 and to complete FAR Clause 52.219-1. 10. PAST PERFORMANCE: Past performance will be considered in selecting BPA recipients to the extent that interested parties having relevant adverse past performance evaluations within the past three years will not be awarded a BPA. Interested vendors should provide a minimum of two (2) past performance references. These references should include name of business, address, phone number, point of contact, contract/purchase order number and item description. 11. DELIVERY: Delivery shall be FOB All BPA calls/orders shall be issued on a firm fixed price basis. 12. INSTRUCTIONS TO RESPONDENTS: 12.1. Responses or questions concerning this announcement should reference notice number W91242-14-T-0005 and should be directed to Derek Meilinger at 919-664-6019 or to: derek.t.meilinger.mil@mail.mil 12.2. Companies interested in receiving a BPA shall submit the requested documentation no later than June 25th 2014 11:00am to the attention of Derek Meilinger, Contracting Officer, via email to: derek.t.meilinger.mil@mail.mil 12.3.Responses are to include: A quotation is required to include rates for coverall cleaning, rag cleaning, mop head service, and floor mat service including delivery and pickup charges. See attached quotation sheet for submitting bids. To enter into a BPA, companies must be registered in the Government's Central Contractor Registry as discussed in Paragraph 9. Include your active DUNS number under which you are registered. Provide past performance information as discussed in Paragraph 10.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA31/W9124214T0005/listing.html)
 
Place of Performance
Address: Various Locations as determined by the SOW., United States
 
Record
SN03389522-W 20140611/140609234726-914f27fb3bdbc819648a2219b7f0aad2 (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.