SOLICITATION NOTICE
81 -- RAGS
- Notice Date
- 9/4/2015
- Notice Type
- Presolicitation
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- Department of the Navy, United States Marine Corps, MCAS Cherry Point, Cherry Point Satellite Contracting Office, PSC Box 8018 MCAS, Cherry Point, North Carolina, 28533-0018, United States
- ZIP Code
- 28533-0018
- Solicitation Number
- M00146-15-T-X540
- Archive Date
- 9/30/2015
- Point of Contact
- Stacie M. Bell, Phone: 2524662843, Joseph A Schwarz, Phone: 2524667726
- E-Mail Address
-
stacie.bell@usmc.mil, joseph.schwarz@usmc.mil
(stacie.bell@usmc.mil, joseph.schwarz@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 0001 721,578 Each SHOP RAGS FFP Shop Rags for various Marine Corps Air Station Cherry Point activities. Up to 2775 per week for laundering. ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE 0002 72,158 Each Shop Rags Loss/Replacement FFP Replacement of Lost or Damaged Shop Rags. Up to 10% of total quantity. ESTIMATED NET AMT Section C - Descriptions and Specifications PERFORMANCE WORK STATEMENT •1.0 GENERAL INTENTION: The contractor shall furnish all personnel, equipment, transportation, and supplies necessary to provide laundry rental services of shop towels and speedsuits/coveralls, including pick up and delivery, for Marine Corps Air Station Cherry Point, North Carolina. •2.0 PERFORMANCE WORK STATEMENT: Provide the Marine Corps Air Station (MCAS) Cherry Point, North Carolina a weekly supply of shop towels. Vendor to supply all towels. Initial supply of towels to be total quatity for one week (as stated on individual delivery orders). Speedsuits/Coveralls to be supplied by individual unit. Red Rags/Towels to be furnished under the terms of the contract shall be laundered, made of cotton and the type commonly furnished by commercial laundries on a rental basis. The Red Rags/Towels shall be laundered and dried by the best commercial practices, and shall be free of paint, oil, grease, metal, plastics or other foreign materials and shall have no objectionable odor. Red Rags/Towels shall be free of holes and torn, frayed or tattered edges. The replacement quantities are estimated amounts, not to exceed 10% of the total quantity without prior authorzation of the Contracting Officer. These estimates do not obligate the Government to buy the total amount of replacements. PERIOD OF PERFORMANCE IS 18 SEPTEMBER 2015 TO 17 SEPTEMBER 2020. •3.0 HAZARDOUS WASTE: Any Red Rags/Towels which may be classified as Hazardous waste or contain hazardous materials which has been generated by the Government shall be the responsibility of the Contractor for storage, disposals, and/or cleaning. The contractor shall handle all hazardous waste in accordance with all legal and regulatory requirements; including, but not limited to, the Resource Conservation and Recovery Act (R.C.R.A., 40 C.F.R. 240-299). •4.0 PICK UP AND DELIVERY SCHEDULE: The contractor shall deliver weekly to each location specified. The contractor shall also pick up the soiled items from each location on a weekly basis. All pick up and deliveries shall be accomplished between the hours of 7:30 am and 4:00 pm. Changes in the quantities of towels or locations may be required during the period of this contract. If changes are required, they will be incorporated via a bilateral modification issued by the Contracting Office, MCAS Cherry Point. •5.0 DELIVERY INSTRUCTIONS: The contractor shall deliver the required number of Red Rags/Towels to the locations indicated on the individual delivery orders. Upon each delivery, the contractor shall obtain the printed name and a signature of on-site Government personnel at each location. If there are no on-site Government personnel available, the contractor shall notify the Contracting Officer. Unit Building No. Qty Per POP 15 Sep 2015 - 14 Sep 2020 POP Total MOTOR T Heavy 157 250 Week (x260) 13000 MOTOR T General shop 160 250 Week (x260) 13000 EAD-CENTRAL HEATING PLANT 152 247 Week (x260) 12846 EAD-FMD (WC-45) 85 124 Week (x260) 6423 EAD-RECOVERY 4293 185 Week (x260) 9634 EAD-CFR 4631 124 Week (x260) 6423 EAD-NAVY BOAT DOCKS 1009 371 Week (x260) 19269 EAD-ARMORY 3909 618 Week (x260) 32113 EAD-FIRE DEPT 193 62 Week (x260) 3212 EAD-SAFETY DEPT 294 62 Week (x260) 3212 TECHNICAL POINT OF CONTACT WILL BE DESIGNATED ON INDIVIDUAL DELIVERY ORDERS CONTRACT ADMINISTRATOR 1.0 CONTRACT ADMINISTRATOR FOR THE GOVERNMENT a) The following representative of the Contracting Officer shall be contacted for contract administration purposes: NAME: Stacie Bell CODE: SUL04 TELEPHONE: (252) 466-2843 DSN: 582-2843 e-mail: Stacie.Bell@usmc.mil 2.0 COMMUNICATIONS a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicate with contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. b) The contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and is signed by the Contracting Officer or is pursuant to specific authority otherwise included as a part of this contract. c) A Contracting Officer for the Marine Corps Air Station, Cherry Point, NC is the only person authorized to approve changes in any of the requirements of this contract and, notwithstanding, provisions contained elsewhere in this contract, the said authority remains solely the Contracting Officer's. In the event the contractor effects any change at the direction of any person other than a designated Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made. d) The contact information for the Contracting Officer is: Name: Joseph Schwarz Address: Contracting Department Supply MCAS PSC Box 8018 Cherry Point, NC 28533-0018 Phone: (252)466-7726 or (DSN) 582-7726 e-mail: Joseph.Schwarz@usmc.mil CERTIFICATE OF INSURANCE REQUIRED In accordance with the clause entitled "Insurance - Work on a Government Installation" (FAR 52.228-5), the Contractor shall furnish to the Contracting Officer, a certificate or written statement of insurance prior to commencement of work under the contract. The contract number shall be cited on the certificate. The information shall be updated annually. The contractor shall comply with provisions and requirements as contained herein: (a) Required Insurance (IAW FAR 28.306 (b)): The contractor shall maintain insurance in the minimum amounts specified below and as required by FAR 52.228-5, Insurance - Work on a Government Installation", at its own expense, procure and thereafter maintain the following kinds of insurance with respect to performance under this contract. (i) Workmen's Compensation and Employers Liability Insurance as required by law except that if this contract is to be performed in a state, which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such state will be satisfactory. The required Workmen's Compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability limit of $100,000. (ii) General Liability Insurance. Bodily injury liability insurance, in the minimum limits of $100,000 per person and $500,000 per occurrence shall be required on the comprehensive form of the policy. (iii) Automobile Liability Insurance. This insurance shall be required on the comprehensive form of the policy and shall provide injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. SAFETY REQUIREMENTS The contractor and his employees shall become acquainted with and obey all Government regulations as posted. In addition to any other provision or clause relating to safety included elsewhere in this contract, the contractor's performance will be subject to the following: (a) Occupational Safety Health Act of 1970, Public Law 91-595 (84 stat. 1590) (OSHA), included herein by operation of law; and (b) All rules and regulations of the Marine Corps Air Station as administered by the respective safety director. (c) The contractor shall contact the Station Safety Director, Building 198, Telephone (252) 466-2730, prior to commencing any services hereunder which are to be performed on Government property at the Marine Corps Air Station, Cherry Point, NC. PERMITS The Contractor shall, without additional expense to the Government, obtain all appointments, licenses, and permits required to perform work under this contract. The Contractor shall comply with all applicable federal, state, and local laws. Evidence of such permits and licenses shall be provided to the Contracting Officer before work commences and at other times as requested by the Contracting Officer. EMPLOYMENT OF NAVY PERSONNEL RESTRICTED In performing this contract, the Contractor shall not use as a consultant or employ (on either a full or part time basis) any active duty Navy personnel (civilian or military) without the prior approval of the Contracting Officer. Such approval may be given only in circumstances where it is clear that no laws and no DOD or Navy instructions, regulations or policies might possibly be contravened and no appearance of a conflict of interest will result. NOTICE TO CONTRACTOR OF CERTAIN DRUG DETECTION PROCEDURES (a) Pursuant to Navy policy applicable to both government and contract personnel, measures will be taken to prevent the introduction and utilization of illegal drugs and related paraphernalia into government work areas. In furtherance of the Navy's Drug control Program, unannounced periodic inspections of the following nature may be conducted by installation security authorities: (i) Routine inspection of contractor occupied workspaces. (ii) Random inspections of vehicles on entry or exit, with drug detection dog teams available to eliminate them as a safe haven for storage of or trafficking in illegal drugs. (iii) Random inspections of personal possessions on entry or exit from the installation. (b) When there is probable cause to believe that a contractor employee on board a naval installation has been engaged in use, possession, or trafficking of drugs, the installation authorities may detain said employee until the employee can be removed from the installation, or can be released to the local authorities having jurisdiction. Trafficking in illegal drug and drug paraphernalia by contract employees while on a military vessel/installation may lead to possible withdrawal or downgrading of security clearance, and/or referral for prosecution by appropriate law enforcement authorities. The contractor is responsible for the conduct of employees performing work under this contract and is, therefore, responsible to assure that employees are notified of these provisions prior to assignment. The removal of contractor personnel from a government vessel or installation as a result of the drug offenses shall not be cause for excusable delay, nor shall such action be deemed a basis for an equitable adjustment to price, delivery, or other provisions of this contract. CONTRACTOR ACCESS Within thirty (30) days of contract award or at least 10 days prior to any contractor personnel visiting Cherry Point, the contractor shall provide the following information on all personnel that will be providing services aboard the Marine Corps Air Station, Cherry Point, NC. (1) A list of all employees including name, date of birth and mailing address should be emailed to Ann Sanford (ann.sanford@usmc.mil). A letter will be prepared by the Contracting Office and sent to the Pass and Identification Office where it will be kept on file and used as a check list when the contractor employees report to obtain their identification badges. (2) In order to perform services aboard the Marine Corps Air Station, Cherry Point, NC, each contractor employee shall be required to present the following information to the Pass and Identification Office: a. Documentation of a criminal records check from the state or county covering the previous two years. Criminal records checks may be obtained from, but is not limited to the following sources: County Courthouse, Defense Security Service ( www.dss.mil ) and/or Infolink Screening Services, Inc. ( www.infolinkscreening.com ). Infolink Screening Services is listed as another possible source to obtain a criminal background check. The Government does not endorse nor is it affiliated with Infolink Screening Services. b. Proof of immigration status. Acceptable documents include birth certificate, Immigration and Naturalization Service (INS) forms, and passports. c. Proof of employment d. Letter from contractor reflecting the contract number and term of the contract. (3) If an employee is terminated prior to end of the contract, the contractor shall return the base identification card to the Contracting Officer. (4) In no event will a contractor employee be permitted access to the Marine Corps Air Station for the purpose of on-site performance without the documentation listed above. Failure to obtain this information will not result in extensions to contract start, delivery, or completion dates. LABOR HOUR REPORTING Labor Hour Reporting: In accordance with the Navy Marine Corps Acquistion Regulation Supplement (NMCARS) Part 5237.102-90 relating to Enterprise-wide Contractor Manpower Reporting Application (ECMRA): X.1 The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract the Fleet Readiness Center East, MCAS Cherry Point, NC 28533 via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are: (1) W, Lease/Rental of Equipment; (2) X, Lease/Rental of Facilities; (3) Y, Construction of Structures and Facilities; (4) S, Utilities ONLY; (5) V, Freight and Shipping ONLY. X.2 The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mi l. X.3 Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00146/M00146-15-T-X540/listing.html)
- Place of Performance
- Address: Cherry Point, North Carolina, 28533, United States
- Zip Code: 28533
- Zip Code: 28533
- Record
- SN03872978-W 20150906/150904235205-be2326231c982e8c59d7305c7fd12989 (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 |