SOURCES SOUGHT
99 -- Letterkenny seeking qualified contractors to provide Clothing rental, cleaning repair, meet strict safety requirements the provisions of the Berry Amendment 10 U.S.C. 25343a, DFARS 225-7002-1, DFARS Clause 252.225-7012.
- Notice Date
- 11/6/2014
- Notice Type
- Sources Sought
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- ACC-RSA-LEAD - (SPS), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152
- ZIP Code
- 17201-4152
- Solicitation Number
- W911N215R0007
- Response Due
- 11/14/2014
- Archive Date
- 1/5/2015
- Point of Contact
- ALLEMAN TRUDY, 717-267-5874
- E-Mail Address
-
ACC-RSA-LEAD - (SPS)
(trudy.o.alleman.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Sources Sought Notice for Information Only: This Request for Information (RFI)/Sources Sought Notice is issued for informational and planning purposes only. This is not a Request for a Quote (RFQ). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Letterkenny Army Depot is currently conducting market research to locate qualified, experienced, and interested potential sources. Negative replies are also sought. Letterkenny Army Depot is seeking information concerning the availability of qualified contractors to provide Letterkenny Army Depot with Clothing rental, cleaning, clothing repair, bath towels, washcloths, dump containers and laundry bag services. Contractor will be required to keep Hazardous Clothing separated from Standard Clothing. This specific type of clothing must be kept separated and then washed according to very stringent methods for Industrial Laundering of Flame, Thermal and Arc Flash Resistant Clothing to prevent the drop of protection values. Provisions of the Berry Amendment, 10 U.S.C. 25343a, DFARS 225-7002-1 Restrictions, apply to this requirement. Refer to DFARS, Clause 252.225-7012. Performance of Work Statement (PWS) For Clothing Rental & Laundering 1.0 General: 1.1 Scope: Contactor is responsible for furnishing all necessary Labor and Material to provide Letterkenny Army Depot with clothing rental, cleaning, clothing repair, bath towels and washcloths, dump containers, and laundry bag services. Contractor is responsible to keep Hazardous Clothing separated from Standard Clothing. This specific type of clothing must be kept separated and then washed according to very stringent methods for Industrial Laundering of Flame, Thermal, and Arc Flash Resistant Clothing to prevent the drop of protection values. Any other washing methods could result in clothing no longer protecting personnel from Hazardous Materials. Every effort should be made to mitigate any negative impact on productivity. 1.2 Background: Letterkenny Army Depot Employees who within an Industrial type environment are subject to being exposed to various types of hazardous materials and chemicals. Therefore, it is a requirement that the Government provides the necessary Personal Protective Equipment (PPE) to minimize or eliminate risks of exposure from daily hazards employees may encounter while performing their duties. 1.3 Period of Performance: 1.3.0 Period of Performance shall be one Base Year of 12 months and 4 additional years 1.4 General Information: 1.4.1 Quality Control (QC): The contractor shall develop and maintain an effective QC program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrences of defective services. The contractor's QC program is the means by which it assures itself that its work complies with requirements of the contract. As a minimum, the contractor shall develop QC procedures that address the areas identified in Technical Exhibit1 Performance Requirements Summary and Technical Exhibit 2 Service Area Chart. After acceptance of the QC Plan, the contractor shall obtain the Contracting Officer's (KO) acceptance in writing of any proposed changes in its QC system. 1.4.2 Quality Assurance (QA): The government shall evaluate the contractor's performance under this contract in accordance with Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and acceptable quality level(s) (defect rate(s)). 1.4.3 Recognized Holidays: The following are recognized US holidays. The contractor shall not perform services on these days: 1.4.3.1 New Year's Day: January 1st 1.4.3.2 Martin Luther King Jr.'s Birthday: Third Monday in January 1.4.3.3 President's Day: Third Monday in February 1.4.3.4 Memorial Day: Last Monday in May 1.4.3.5 Independence Day: July 4th 1.4.3.6 Labor Day: First Monday in September 1.4.3.7 Columbus Day: First Monday in October 1.4.3.8 Veteran's Day: November 11th 1.4.3.9 Thanksgiving Day: Third Thursday in November 1.4.3.10 Christmas Day: December 25th 1.4.4 Place and Performance of Services: The contractor shall provide services between the hours of 5:00AM to 3:30PM (i.e., Monday through Friday), except on recognized US holidays or when the Government facility/installation is closed due to local or national emergencies, administrative closings, or similar Government-directed facility/installation closings. Performance shall be at buildings 1North, 37, 52, 57, 320, 330, 350, 370, 389 and 3315/LEMC. The contractor shall at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this PWS when the Government facility/installation is not closed for the above reasons. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the work force are essential. (Pickup and Delivery shall be at buildings listed, see Exhibit 2.) 1.5 Specific Requirements: 1.5.1 Security Requirements: The contractor and all associated sub-contractor's employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Risk Management or Security Office. Contractor workforce shall comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. Should the Force Protection Condition (FPCON) change, the Government may require changes in contractor security matters or processes. 1.5.2 Physical Security: The contractor shall safeguard all Government property provided for contractor use. At the close of each work period, Government facilities, equipment and materials shall be secured. 1.5.3 Standards of Conduct: Contractors and Sub-Contractors must adhere to standards of conduct and security policies as established by the installation commander and civil law while aboard the installation. 1.5.4 Information Security: CELLULAR PHONES AND ELECTRONIC DEVICES, The Contractor shall comply with the Depot's policy regarding the use of Cellular Phones and Electronic Devices. The Contractor and Contractor employees shall not use electronic communication devices and accessories while on duty in safety sensitive areas. Electronic communication devices include cellular phones (including those with hands-free devices), scanner, walkie-talkie, tape recorder, Compact Disc (CD) player or cassette/walkman, radio, MP3 Player, boom-box, game-boy and other electronic device used to transmit, receive or record information. The safety sensitive areas will be identified by the Project Manager or COR at the Kick-off meeting. 1.5.5 iWATCH Training: The contractor and all associated sub-contractors with an area of performance within an Army-controlled installation, facilities or area shall brief all employees on the local iWATCH program. This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR or contracting officer. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance. The contractor shall report completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 15 calendar days after completion of training. iWATCH training is available on the Letterkenny Army Depot homepage - www.lead.army.mil. 1.5.6 OPSEC Training: Per AR 530-1, Operations Security, new contractor employees and associated sub-contractor employees shall complete Level I OPSEC training within 30 calendar days of their reporting for duty and annually thereafter. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 15 calendar days after completion of training. Level 1 OPSEC training is available on the Letterkenny Army Depot homepage - www.lead.army.mil. 1.5.7 Conservation of Utilities: The contractor shall instruct their employees in utilities conversation practices. The contractor shall operate under conditions that preclude the waste of supplies, materials, equipment and utilities which include turning off water faucets or valves after using the required amounts. 1.5.8 Recycling: The contractor shall instruct its employees to recycle items should the material(s) be reusable (Note: All recyclable clothing hangars shall be returned to the contractor during weekly pickup). 1.5.9 Special Qualifications: The contractor must possess current insurance, licenses, permits and other required documentation to legally perform the duties as prescribed. The contractor shall ensure all employees possess all required licenses for operating any equipment used in performance of this contract. The government does NOT provide training for contractor license or permits. The contractor must ensure that any personnel performing under this contract are fully trained, licensed, certified and qualified for the position which they will be serving. The contractor shall submit with the solicitation a certificate or license certifying that the vendor is licenses for the services they are to provide. 1.5.10 Post Award Conference/Periodic Progress Meetings: The contractor agrees to attend any post award conference convened by the KO in accordance with Federal Acquisition Regulations Subpart 42.5. The KO, Contracting Officer's Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contactor's performance. At these meetings, the Contacting Officer will apprise the contractor of how the Government views the contractor's performance and the contractor shall apprise the Government of problems, if any, being experienced The contractor shall resolve outstanding issues raised by the Government. Contractor attendance at these meetings shall be at no additional cost to the Government. 1.5.11 Contract Manager (CM): The contactor shall provide a CM who shall ensure performances under contract agreement are being met. The name of this person, and an alternate who shall act for the contractor when the CM is absent, shall be designated in writing to the KO. The CM or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. 1.5.12 Identification of Contractor Employees: All contact personnel attending meetings, answering Government telephones and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. The contractor shall also ensure that all documents or reports produced by contractor personnel are suitably marked as contractor products or that contractor participation is appropriately disclosed. 1.5.13 Organizational Conflicts of Interest (OCI): The contractor and sub-contractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent OCIs, as defined in FAR Subpart 9.5. The contractor shall notify the KO immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the KO to avoid or mitigate any such OCI. The contractor's mitigation plan will be determined to be acceptable solely at the discretion of the KO and in the event the KO unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the KO may affect other remedies as he or she deems necessary, including prohibiting the contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.5.14 Berry Amendment: Provisions of the Berry Amendment, 10 U.S.C. 2533a, DFARS 225.7002-1 Restrictions, will apply to this requirement. Refer to Clause 252.225-7012. 2.0 References, Definitions and Acronyms: 2.1 References: a.Flame Resistant and Arc-Rated for Hazard/Risk Category II b.F1506, NFPA 2112 for Electrical and Flame Resistant Protection. c.NFPA 70E Electrical Safety in Work Place. d.29 CFR 1910.94 (a) (5) PPE for Lead & Abrasive Blasting Operations. e.29 CFR 1910.1027 for Cadmium Hazards. f.29 CFR for Chemical and Acid Resistant. g.ASTM 1449 and NFPA 2113 Laundered Clothing (Washing Methods) Standards h.Selection, Care, Use and Maintenance of Flame Resistant Garments for Protection of Industrial Personnel against Flash Fire. 2.1.1 Acronyms: AFARSArmy Federal Acquisition Regulation Supplement ARArmy Regulation CFRCode of Federal Regulations CONUSContinental United States (excludes Alaska and Hawaii) CORContracting Officer Representative COTSCommercial-Off-the-Shelf DADepartment of the Army DD250Department of Defense Form 250 (Receiving Report) DD254Department of Defense Contract Security Requirement List DFARSDefense Federal Acquisition Regulation Supplement DODDepartment of Defense FARFederal Acquisition Regulation KOContracting Officer OCIOrganizational Conflict of Interest ODC Other Direct Costs PIPOPhase In/Phase Out POCPoint of Contact PRSPerformance Requirements Summary PWSPerformance Work Statement QAQuality Assurance QAPQuality Assurance Program QASPQuality Assurance Surveillance Plan QCQuality Control QCPQuality Control Program TETechnical Exhibit CLINContract Line Item Number 2.1.2 Definitions: 2.1.2.1 Contracting Officer (KO). A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.2.2 Contracting Officer Representative (COR). An employee of the U.S. Government designated by the KO to monitor contractor performance. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.2.3 Defective Service or Unserviceable. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.2.4 Deliverable. Anything that can be physically delivered and includes non-manufactured things such as meeting minutes or reports. 2.1.2.5 Key Personnel. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does NOT have a firm commitment from the persons that are listed in the proposal. 2.1.2.6 Physical Security. Actions that prevent the loss or damage of Government property. 2.1.2.7 Quality Assurance (QA). The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.2.8 Quality Assurance Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.2.9 Quality Control (QC). All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.2.10 Sub-Contractor. One that enters into a contract with a prime contractor. The Government does not have privities of contract with the subcontractor. 2.1.2.11 Work Day. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.2.12 WORK WEEK. Monday through Friday, unless specified otherwise. 3.0 Government Furnished Property, Material, Equipment and Services (GFP/M/E/S): 3.1 The Government will NOT provide transportation, fuel, equipment, utilities or materials, ONLY the space and services as listed below: a.Facilities: The Government will furnish the necessary workspace for the contractor staff to provide the support outlined in this PWS. b.Emergency Services: Should an emergency arise, only the necessary basic life safety and, life support measures shall be provided to the contractor. 4.0 Contractor Furnished Property, Material, Equipment (CFO/M/E): 4.1 General: Except for those items specifically stated to be Government-Furnished in Paragraph 3.0, the contractor shall furnish everything required to perform these services as indicated in Para 1.1. 5.0 Requirements: 5.1 The contractor shall provide the following services: 5.1.1.1 Billing/Invoicing Service 5.1.1.2 Uniform Rental Service 5.1.1.3 Uniform Laundering/Cleaning 5.1.1.4 Uniform Drying and Pressing Service 5.1.1.5 Uniform Alterations, Repairs and Replacement 5.1.1.6 Laundry Bags, Hangars and Dump Containers 5.1.1.7 Uniform Pickup & Delivery Services 5.2 Clothing Standards: 5.2.1 Protective Clothing shall be in new or like new condition and, all clothing shall meet or exceed the criteria set forth in the current edition of NFPA Standard 70E Electrical Safety in the Workplace. 5.2.2 The contractor shall ensure that each Letterkenny Army Depot employee who is exposed to the hazards of flames or electric arcs, do not wear clothing that when exposed to flames or electric arcs could increase the extent of injury that would be sustained by the employee. Clothing shall not be made from the following types of fabrics, either alone or in blends, unless the contractor can demonstrate that the fabric has been treated to withstand the conditions that may be encountered or that the clothing is worn in such a manner as to eliminate the hazard involved: acetate, nylon, polyester, or rayon. 5.2.3 This specific type of clothing must be washed according to very stringent methods (American Society of Testing and Materials (ASTM) F1449-08 quote mark Standard Guide for Industrial Laundering of Flame, Thermal, and Arc Resistant Clothing and NFPA 2113) to prevent drop in protection values. Any other washing methods could result in clothing no longer protecting personnel from Hazardous Materials. Every effort should be made to mitigate any negative impact on productivity. 5.2.4 All garments produced shall meet or exceed the criteria set forth in the current edition of the following standards: (a)Flame Resistant and Arc-Rated for Hazard/Risk Category II (b)F1506, NFPA 2112 for Electrical and Flame Resistant Protection. (c)NFPA 70E Electrical Safety in Work Place. (d)29 CFR 1910.94 (a) (5) PPE for Lead & Abrasive Blasting Operations. 5.2.5 The clothing must be laundered following stringent requirements set forth in current edition of the following standards: (a) ASTM 1449 Laundered Clothing (Washing Methods) Standards. (b) NFPA Standard 2113, Selection, Care, Use and Maintenance of Flame Resistant Garments for Protection of Industrial Personnel Against Flash Fire. (c)Thermal protective characteristics of the fabric must meet Hazard Category II (2). Preferred fabric option is Tecasafe Plus or equivalent. Tecasafe Plus is an engineered fabric designed to be inherently flame resistant, not chemically treated, and flame resistance cannot be washed out by laundering. 5.3 Execution of Work: 5.3.1 Clothing Requirements- All Rental Clothing shall be new or like new condition and shall be flame resistant (as designated in each line item). The contractor shall provide Samples of Fabric for each garment type to be Inspected for Safety Compliance by a Technical Advisor (TA) from Letterkenny Army Depot's Safety Office. Should the contractor deliver defective or damaged garments, the defective garments shall immediately be returned to the contractor at NO cost to the government and, the weekly invoice must reflect such occurrences. 5.3.2 Cleaning/Repair of Contractor (Rental) Clothing-Line items identified as quote mark Provide, Fit, Launder and Repair quote mark are Contractor furnished clothing. The contractor is required to provide cleaning services as specified within individual line items to restore clothing to clean condition. Clothing shall be returned free from dirt, stains and wrinkles in accordance with the standards of the industry. All pants, shirts, suits/coveralls shall be returned on hangars. The contractor is responsible during the cleaning process to effect routine repairs to clothing, i.e., replacement of buttons, repair of zippers, seams, etc. The repair of clothing shall be made at no additional cost to the government and shall be accomplished at time of laundering service. If deemed that the clothing is no longer repairable, then the contractor is to replace the clothing with new. At No time shall the contractor replace any garment without prior authorization or notification from the COR. 5.3.3 Work Shirt and Pant Uniform: 5.3.4 Work Shirt and Pant-The contractor shall supply Work Shirt and Pant uniform which consist of a long pant and a long sleeve shirt in new or like new condition. The entire uniform shall be designated as Flame Resistant (FR) and Arc-Rated for Hazard/Risk Category II which shall be in compliance with ASTM F1506, NFPA 2112, and NFPA 70E standards. 5.3.5 Work Shirt-The contractor shall supply long sleeve Shirts without pockets and must have button or snap front and wrist. The contractor shall launder and repair all rented shirts as specified. The contractor shall provide all labor, material, services, facilities and equipment to provide clothing rental, cleaning and repair in accordance with ASTM 1449, NFPA 2113, and the delivery order. 5.3.6 Work Pant-The contractor shall supply work Pants that are to be long legged, zipper fly and contain pockets. The contractor shall launder and repair rented pants as specified. The contractor shall provide all labor, material, services, facilities and equipment to provide clothing rental, cleaning and repair, in accordance with ASTM 1449, NFPA 2113, and the delivery order. 5.3.7 Work Coveralls- The contractor shall supply work Coveralls that are to be long legged, zipper fly and contain pockets. The coveralls shall be in new or like new condition and all clothing shall be Flame Resistant and Arc-Rated for Hazard/Risk Category II which shall meet and further be in compliance with ASTM F1506, NFPA 2112, and NFPA 70E Standards. The contractor shall provide all labor, material, services, facilities and equipment to provide clothing rental, cleaning and repair. Every effort should be made to mitigate any negative impact on employee's productivity. 5.4 Launder and Repair of Shirts, Pants and Coveralls: 5.4.1 Launder and Repair -The contractor shall Launder and Repair all rented Work Shirts, Pants and Coveralls as indicated in the delivery schedule. The contractor is responsible for furnishing all supplies and materials for laundering and repairing shirts, pants, coveralls and blast suits in each line item. The contractor shall ensure that each area maintains a sufficient number of garments be provided as specified. This is to accommodate the availability of garments for an estimated number of personnel to be serviced at the frequencies of Change as indicated. 5.4.2 Packing and Delivery-All garments shall be packaged and delivered in bundles or on hangars and, garments shall be returned to the respective work sites in accordance with the delivery order. 5.5 Blast Protection Suit/Coverall and Uniform: 5.5.1Blast Suit/Coverall and Uniform-The contractor shall provide uniforms and Blast Suits/Coveralls in new or like new condition and, consist of General Purpose, light duty long pants and short sleeve shirts to be worn under blast suits/coveralls designed specifically for heavy abrasive blasting operations. All blast uniforms, suits and coveralls must prevent or reduce dust particles penetration per OSHA and per 29 CFR 1910.134(a) specifications. Each employee must be provided with and instructed to wear suitable gauntlet gloves and coveralls that will prevent abrasive materials from contacting the skin from entry through breaks in clothing. This requirement is additional to the protection afforded from leather or rubberized capes associated with self-contained breathing helmets and protective leg chaps. The lower leg of such coveralls should be belted and buckled or taped closed around the workers safety boot to prevent the entry of abrasive. 5.5.2 Specifications- shall be all encompassing to include long sleeves and long pant legs, zipper front from the crotch to the neck, with snap, button or Velcro wrists. Pockets are not permitted. 5.5.3 Collection and Handling-Collection bins for dirty blaster's suits/coveralls will be equipped with a bin liner and closable lid so as to prevent potentially contaminated blast dust from becoming airborne. All dirty blasters suits/coveralls must be handled as if they were contaminated with lead cadmium, or chromium dust. 5.5.4 Fabric Design-Blaster suits/coveralls shall be specifically designed and manufactured for heavy abrasive blasting operations. Fabric of blast suits and coveralls shall be inspected for safety compliance by a Technical Advisor (TA) from Letterkenny Army Depot's Safety Office. 5.5.5 Blast Protection-All uniforms and blasting suits/coveralls shall be in accordance with 29 CFR 1910.94 (a) (5) PPE for Abrasive Blasting Operations. (Note: Potential exposure to dust and air contaminants is the primary health hazard associated with abrasive blasting. Abrasive blasting can generate large quantities of dust that can contain high levels of toxic air contaminants. This means that employees can have exposures to multiple air contaminants from both the abrasive and the surface being blasted.) The contractor must provide uniforms, blast suits/coveralls that prevent or reduce dust particle penetration per, OSHA and per 29 CFR 1910.134(a) specifications. 5.5.6 Laundering Blast Suits/Coverall- must be washed in accordance with ASTM 1449 and NFPA 2113 to prevent the drop of protection values. Any other washing method could result in the clothing no longer protecting personnel from hazards at the worksite. Every effort should be made to mitigate any negative impact on employee's productivity. 5.5.7 Service and Repair of Blast Suits/Coveralls-The contractor shall launder and repair blast coveralls. The contractor is responsible for providing these coveralls to the specified areas in each line item. Each area requires that a sufficient number of coveralls be provided to the area specified to accommodate the availability of coveralls for the estimated personnel serviced at the frequencies of Change indicated. Coveralls shall be packaged in bundles and bundles returned to the respective work sites in accordance with the delivery order. 5.5.8 Replacement of Blast Suit/Coverall - If the Blast Coverall is no longer in serviceable condition for repairs, then the contractor shall immediately notify the Contracting Officer's Representative (COR) or the Contracting Officer and replace as directed. At No time shall the contractor replace garments without prior authorization or notification from the COR. 5.6 Bath Towels & Wash Cloths: 5.6.1 Prevention-The contractor shall provide Bath Towels & Wash Cloths for employees to bathe after working with or around hazardous chemicals and materials. This is to prevent or reduce the effects hazardous chemical poisonings or injuries which may be caused by contamination or cross contamination of various substances. 5.6.2 Type and Condition-Bath Towels & Wash Cloths-shall be in new or like new condition in accordance with the provisions of the solicitation for the performance period shown. Bath Towels & Wash Cloths shall be the color quote mark white quote mark. They shall be cotton and of a standard bath size for bathing purposes and contains sufficient quantity for each individual and line item. 5.6.3 Availability and Quantity-Each designated area requires that a sufficient number of Wash Cloths and Bath Towels be provided to accommodate the availability of coveralls for the estimated personnel serviced at the frequencies of Change indicated. The contractor shall provide an adequate bath towel and washcloth inventory for each shift. Clean wash cloths and bath towels shall be packaged in bundles and bundles returned to the respective work sites in accordance with the delivery order. 5.7 Dump Containers: 5.7.1 Dump Containers-The Contractor has the responsibility of delivering dump containers to the work sites. The containers shall be sturdy enough for industrial manufacturing facility and shall comply with all applicable publications listed in Para. 5.7.2 and Para 5.10.17 of this SOW. The containers will be used to house the dirty clothing until the contractor picks it up to be laundered. It is the contractor's responsibility to furnish the dump containers and to remove them upon expiration of the contract term. It is the contractor's responsibility to provide a suitable size dump container for each work area. 5.7.2 Container Labels-Dump Containers which collect blaster coveralls will be labeled in accordance with 29 CFR 1910.1025, 29 CFR 1910.1026, and 29 CFR 1910.1027. The government will provide the required labels. 5.8 Laundry Bags: 5.8.1 Laundry Bags-The contractor shall provide laundry bags in accordance with the individual line items. The bags shall be made of a cloth material and have a draw string closure. It will be the contractor's responsibility to provide the correct size laundry bags to accommodate the work area designated on the line item. The bags will be used to hold individual's dirty laundry until the contractor picks it up for laundry service. 5.8.2 Replacement of Laundry Bags- The contractor will be responsible for replacement of worn laundry bags at no additional charge to the Government. 5.9 Government Owned Coveralls (Bulk): 5.9.1 Government Owned (GO) Coveralls-The contractor shall launder and repair Government Owned (GO) coveralls at the specified quantity. The contractor is also responsible for providing the GO Coveralls to the specified areas as listed in each line item. Each area requires that a sufficient number of coveralls be provided to the area specified to accommodate the availability of coveralls for the estimated personnel serviced at the frequencies of Change indicated. Coveralls shall be packaged in bundles and bundles returned to the respective work sites in accordance with the delivery order. 5.9.2 Unserviceable Coveralls- Government Owned clothing that is no longer in serviceable condition for repairs, then the contractor shall notify the Contracting Officer's Representative (COR) or the Contracting Officer to report their findings on a weekly basis. 5.10 Contract Service Requirements: 5.10.1 Sizing and Fit- Sizing and Fit-The sizing and fit of uniforms, coveralls and blast suits for personnel shall be the responsibility of the contractor. Sizing shall be accomplished in such a manner as to assure the availability of properly fitted clothing in accordance with the terms of the contract and each individual line item. Letterkenny will provide the information if an employee is on 2nd or 3rd shift that needs clothing. Site visit(s) may be required and subsequent visit(s) will be required as new employees are hired. It is anticipated that new employees will be hired as replacements for current employees and should not significantly impact the overall number of garments required during the life of the contract. 5.10.2 Launder/Repair of Government of Owned Clothing-Line Items identified as quote mark Launder, and Repair quote mark are Government Owned clothing and the contractor will be required to perform laundry and repair service as specified within individual line items to restore clothing to clean condition. Clothing shall be returned free from dirt, stains and wrinkles in accordance with the standards of the industry. 5.10.3 Replacement-The Contractor shall replace uniforms when they become worn out or unfit for use through normal wear and tear, shrinkage or when a size change is necessary for a safe and comfortable fit. Uniforms and coveralls which are lost or damaged outside the scope of wear and tear, will be replaced at government expense only with the prior approval of the COR. 5.10.4 Required Quantities-Uniforms and Coveralls (7 Shirts and 7 Pants, 2 Coveralls per employee, Blasters shall receive 7 Blast Suit/Coveralls) to be rented and laundered weekly. Upon request, additional Blast suits/coverall can be provided to prevent contamination or reduce chances of cross-contamination. quote mark Painters quote mark will be supplied with disposal Tyvex garments issued by the government and, 7 Coveralls to be provided by the contractor. 5.10.5 Decrease of Quantities-If the number of required protective garments should decrease due to an unforeseen reduction in personnel, the excess garments will be returned to the vendor's inventory system. The government will not assume payment for excess garments and no buy-out clause will be extended to the vendor. 5.10.6 Clothing Color-The color of the rented clothing shall be the manufacturers/supplier provided color unless otherwise indicated (Preferably, Dark Blue in Color). 5.10.7Name Tags-The contractor shall be responsible to neatly label each uniform with a Name Tag. The tag shall be of a cotton material patch sewn to the pocket of shirt containing the individual's first name with a thread stitch (preferably white or contrasting color to material). A name Tags shall be placed 5.10.8 Defective Items-The contractor is responsible for replacing all defective rental items. The COR will make the determination if the clothing is non-repairable and it will be the contractors responsibility to replace with new. The COR shall also decide with evidence how the garment became unserviceable (normal wear & tear, shrinkage, accidental or negligence). 5.10.9 Delivery and Pickup-The contractor is responsible for delivery of clean clothing and pickup of dirty clothing. Delivery and Pick up will be accomplished during normal duty hours as specified in 1.4.4. The contractor shall be responsible for ensuring that all quantities of clothing and deliveries are maintained to each building location and shall have all forms properly signed for and dated by the COR. Clothing and linen articles received by the contractor shall be individually inspected for condition of serviceability. 5.10.10 Serviced Locations-The contractor shall be responsible for ensuring that all quantities of clothing are delivered to each building location and shall have all forms properly signed for and dated by the Contracting Officer's Representative (COR) on pickup and delivery days. The contractor is required to deliver and retrieve all clothing from specified building pickup and drop locations (exact locations will be provided upon contract award). The contractor will retrieve and deliver clothing on a weekly schedule to launder clothing, bath towels & wash cloths according to the strict specifications established by the manufacturing of the clothing and OSHA guidelines. 5.10.11 Availability-The contractor must ensure employees maintain a total of at least (4 Pair/Sets) of clean and serviceable uniforms, coveralls and blast suits at all times. Shortages of uniforms or coveralls can result in reduced weekly payments for the quantities that were NOT provided and/or delivered by the contractor (Billing shall be made for the quantities received only!). 5.10.12 Invoicing & Delivery Orders-The contractor shall submit Weekly Invoices and Delivery Notes (In-Out Sheets) to the COR. The Weekly Invoice shall list the cost for each item number, (i.e., Shirts, Pants, Coveralls, Blast Suits, Wash Cloths & Bath Towels, Containers, etc.) with supervisor's name, shop name and building number and total cost for the week. The contractor shall also provide the COR with a Weekly Status Report (WSR) of all pending orders, closed or completed order and cancelled orders that were submitted by the COR by hand delivery, or via Internet; computer generated/automated system (preferred). Receipt for all deliveries shall be signed and dated by the COR and Contractor. The Contractor and the COR shall maintain a file for each Options Year Billing Invoices and Receipts. 5.10.13 Loss & Damage Claims-The contractor must submit all claims for quote mark rented quote mark lost and damage and replacement items (i.e., uniforms, coveralls, blast protection suits, wash cloths and bath towels) on the weekly invoice. A Contract Line Item Number (CLIN) for each type item which includes Loss, Damage, and Replacement items shall be listed on each invoice with the charge for each claim. The government shall only pay for claims that are listed on the weekly invoice. Claims shall only be paid per weekly invoice. Late claims will NOT be accepted the following week(s) or at the end of an Option Year. 5.10.14 Points of Contact (POC's)-The contractor shall make contact with Shop Supervisors and Leaders upon delivery and pickup of clothing. This will provide the contractor an opportunity to answer any questions or concerns about the services being provided 5.10.15 New Orders-At No time will the contractor take any New orders or New requests from Shop Supervisors, Leaders or their Employees without the COR's approval. All New orders or request for uniforms and coveralls will be approved, processed, and submitted by the COR to the Contractor. The Contractor shall deliver all New uniforms and coveralls directly to the COR for accountability. 5.10.16 Hazardous Material Notification-By accepting the terms of this PWS, the contractor is hereby notified that dirty and contaminated uniforms and coveralls have the potential to contain lead, chromium, and/or cadmium dust from blasting operations. This notification is required by 29 CFR 1910.1025, 29 CFR 1910.1026, and 29 CFR 1910.1027. 5.10.17 Material Handling Training-The contractor will provide lead, chromium, and cadmium training to affected contract employees in accordance with 29 CFR 1910.1025, 29 CFR 1910.1026, and 29 CFR 1910.1027. The training will also include the safe handling and laundering of potentially contaminated coveralls and a description of the point at which the coveralls are considered clean and no longer require special handling. 5.11 Contractor Manpower Reporting (CMR): 5.11.1 The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. 5.11.2 The contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. 5.11.3 The required information includes: (1) Contracting Office, KO, Contracting Officer's Technical Representative (COTR) or also known as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail 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-Contractors); (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 Identification 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 (specified 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-Contractor employees deployed in theater this reporting period (by country). 5.11.4 As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. 5.11.5 Reporting period shall be the period 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. 5.11.6 Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. Applicable Publications: Publications applicable to this PWS are listed below: Publication (Chapter / Page)Date of Publication Mandatory / AdvisoryWebsite NFPA Standard 70E, Electrical Safety in the WorkplaceVarious Mandatory NFPA Standard 2112, Flame Resistant Garments for Protection of Industrial Personnel Against Flash Fire Various Mandatory NFPA Standard 2113, Selection, Care, Use, and Maintenance of Flame Resistant Garments for Protection of Industrial Personnel Against Flash FireVarious Mandatory 29 C.F.R. 1910Various Mandatory www.OSHA.gov 29 CFR 1910.331, OSHA Electrical Safety RequirementsVarious Mandatory ASTM F1506-02, Standard Performance Specification for Flame Resistant Textile Materials for Wearing Apparel for Use by Electrical Workers Exposed to Momentary Electric Arc and Related Thermal Hazards Various Mandatory ASTM F1449-08 Standard Guide for Industrial Laundering of Flame, Thermal, and Arc Resistant ClothingVarious Mandatory TECHNICAL EXHIBIT 1 Performance Requirements Summary (The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of services required for each requirement. These thresholds are critical to mission success. Surveillance should be limited to those tasks critical to successful contractor performance. ) This Performance Requirements Summary includes performance standards. The Government will use these standards to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). PWS Paragraph Task Performance Standard Acceptable Quality Levels (AQL)Surveillance Method / By Whom 5.1.3The contractor shall perform restorative maintenance within the established timeframes. The contractor shall perform restorative maintenance within the established timeframes 98% of the time each month.2% failure to perform restorative maintenance within the established timeframes each month.Periodic Inspection - COR will review monthly work order logs. Step 1: Determine the important task of the contract to be monitored over the course of the performance period, ensure this task is captured in the PWS and reference the specific subparagraph in the PWS where the task can be found.Step 2: State the specific task to be monitored, as stated in the PWS. Step 3: Determine the performance standard for the task (NOTE: Be careful setting the standard of 100% or zero defects. This requires the Government to do 100% inspection as a surveillance method which is administratively burdensome and often unnecessary. This standard should only be used for areas related to security, safety/life support, force protection or other critical issues.)Step 4: Determine the AQL (or defect rate) for each task to be monitored. Step 5: Determine how this task will be monitored and by whom. The individual monitoring contractor performance should always be the COR unless otherwise indicated. TECHNICAL EXHIBIT 2 UNIFORM SERVICE AREA CHART See enclosure (1) for Uniform Service Chart. The period of performance will be for five years, a Base Year and Four Option Years. For the purposes of this RFI, the North American Industry Classification System (NAICS) Code is 812332 - Industrial Uniform Supply Services. The small business size standard is $38.5 Million. If your firm is capable of the requirements described in this RFI, please provide a Capability Statement to Ms. Trudy Alleman, trudy.o.alleman.civ@mail.mil, by 14 November 2014, 9:00 A.M. Eastern Daylight time, POC Telephone Number is (717)267-5874. Do not respond directly to ASFI. In addition, the following information is requested: (1) Company Cage Code, DUNS Number, Name and Address, Point of Contact, Telephone Number and email address. (2)Provide your business status small, women-owned, etc. (3)Please indicate which NAICS codes your company usually performs under for Government Contracts. (4)Please provide information regarding your company's capabilities and/or information concerning work your company is currently doing that is similar to what we are looking for. (5)Show if you currently have a Secret facility clearance or the last date you had a Secret facility clearance. In addition, past performance information and capability statement shall be submitted. Past performance information shall include recent and relevant contracts for the same or similar items and other references (including contract numbers and other relevant information. Offeror shall furnish this information for at least three (3) contracts, ongoing or completed within the last three years, for like or similar services, held with Department of Defense, other government agencies or private industry. Competition and set-aside decision may be based on the results of this market research. Interested parties must be registered in System for Award Management (SAM). SAM can be accessed at https://www.sam.gov/portal/public/SAM/or by calling 866-606-8220. The government plans to use the Internet and email as the primary means of disseminating and exchanging information. Hard copies of documents posted on FBO will not be made available.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8aa72a1c1415c3ce5707a34a7d1e018b)
- Place of Performance
- Address: ACC-RSA-LEAD - (SPS) ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2 Chambersburg PA
- Zip Code: 17201-4152
- Zip Code: 17201-4152
- Record
- SN03568709-W 20141108/141106235012-8aa72a1c1415c3ce5707a34a7d1e018b (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 |