SOLICITATION NOTICE
84 -- Cleanroom Garment Rental and Laundering - A02 - Provisions and Clause Full Text Attachment
- Notice Date
- 12/12/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-17-T-0026
- Archive Date
- 1/3/2017
- Point of Contact
- Jessica R. Camunez, Phone: 5756788283, ,
- E-Mail Address
-
jessica.r.camunez.civ@mail.mil,
(jessica.r.camunez.civ@mail.mil, /div)
- Small Business Set-Aside
- N/A
- Description
- A02 - Provisions and Clause Full Text Attachment (i) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-17-T-0026. This acquisition is issued as an Request for Quote (RFQ) (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92. (iv) This acquisition is set-aside for N/A The associated NAICS code is 812332. The small business size standard is $38.5 million. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 104 Weeks Cleanroom Garment Rental and Laundering FFP The Contractor shall provide cleanroom rental garments and laundering In accordance with the Salient Characteristics FOB: Destination PURCHASE REQUEST NUMBER: 0010915909 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 Garment Repair & Replacement FFP In the event that a garment is in need of repair the Contractor shall notifiy the Government in accordance with the Performance Work Statement (PWS), paragraph C.3.2.11.2. In the event that a garment is lost or destroyed at the fault of the Government (as demonstrated by the barcode tracking system), the Government will reimburse the Contractor for coveralls, hoods and boots in accordance with the PWS, paragraph C.3.2.12. OFFEROR IS TO COMPLETE THE TABLE LOCATE IN THE PERFORMANCE WORK STATEMENT, PARAGRAPH C.3.2.12, DURING THE SOLICITATION PHASE. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 52 Weeks OPTION Cleanroom Garment Rental and Laundering FFP The Contractor shall provide cleanroom rental garments and laundering In accordance with the Salient Characteristics FOB: Destination PURCHASE REQUEST NUMBER: NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 OPTION Garment Repair & Replacement FFP In the event that a garment is in need of repair the Contractor shall notifiy the Government in accordance with the Performance Work Statement (PWS), paragraph C.3.2.11.2. In the event that a garment is lost or destroyed at the fault of the Government (as demonstrated by the barcode tracking system), the Government will reimburse the Contractor for coveralls, hoods and boots in accordance with the PWS, paragraph C.3.2.12. OFFEROR IS TO COMPLETE THE TABLE LOCATE IN THE PERFORMANCE WORK STATEMENT, PARAGRAPH C.3.2.12, DURING THE SOLICITATION PHASE. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 52 Weeks OPTION Cleanroom Garment Rental and Laundering FFP The Contractor shall provide cleanroom rental garments and laundering In accordance with the Salient Characteristics FOB: Destination PURCHASE REQUEST NUMBER: 0010915909 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 OPTION Garment Repair & Replacement FFP In the event that a garment is in need of repair the Contractor shall notifiy the Government in accordance with the Performance Work Statement (PWS), paragraph C.3.2.11.2. In the event that a garment is lost or destroyed at the fault of the Government (as demonstrated by the barcode tracking system), the Government will reimburse the Contractor for coveralls, hoods and boots in accordance with the PWS, paragraph C.3.2.12. OFFEROR IS TO COMPLETE THE TABLE LOCATE IN THE PERFORMANCE WORK STATEMENT, PARAGRAPH C.3.2.12, DURING THE SOLICITATION PHASE. FOB: Destination NET AMT (vi) Description of requirements: C.1 Background: The United States Army Research Laboratory (ARL) has a 15,000 square foot Cleanroom in support of its mission to research and fabricate state of the art micro and nano-scale devices, made from new and existing electronic materials. In order to maintain the critical Cleanroom environment necessary to fabricate extremely small devices from extremely pure materials, users must wear Cleanroom garments. C.2 Objective: The objective of this contract is for the supply and periodic laundering of Cleanroom garments for use in the ARL Cleanroom to ensure that the critical environment remains in particle count specification. C.3 Requirement: The Contractor shall provide a cleanroom garment rental suits and weekly laundering that includes a total of 180 full garment sets, each consisting of a coverall (ref. C.3.1.3), a pair of boots (ref. C.3.1.4), and a hood (ref. C.3.1.5 ). No mask is required. C.3.1 The initial garment size and volume requirements are as follows: Size Coveralls Hoods Boots X-Small 0 0 4 Small 8 5 28 Medium 22 49 30 Large 74 83 106 1X-Large 47 38 34 2X-Large 21 5 0 3X-Large 8 0 0 MED/LG 158 Totals 180 180 360 (180 pairs) C.3.1.1 The Contractor shall ensure garments are fabricated out of Maxima ESD (see specifications in Table 2 below), equivalent, or better. Table 2 Maxima ESD Specifications Weight oz/yd² 2.53 Tensile Strength (lb) ASTM D2261 warp fill 169 93 Helmke Drum Test # particles ≥ 5 µm/sq. ft 5500 Mean Pore Size (PMI porometer) ASTM E1294 µm 5-6 Surface Resistivity Ohms/unit² 4.85 x 10 7 Static Decay 5000 - 50 volts FTMS 4046-101C secs 0.51 Flammability 16 CFR 1610 Class 1 C.3.1.2 If for any reason the Contractor intends to change garment material or garment design of its inventory during the performance of this contract; the Contractor must submit such alternative material or garment design to the Technical Point of Contact (TPOC) for prior approval before implementation. C.3.1.3 The Contractor shall ensure that the coveralls meet the following requirements: C.3.1.3.1 Front zipper closure with a snap at the top. C.3.1.3.2 Two ply (minimum) reinforced placket extending from crotch to neck. C.3.1.3.3 Raglan design sleeve with an antistatic knit cuff. C.3.1.3.4 Mandarin style collar. C.3.1.3.5 Three (minimum) vertical snaps on the back of the legs for adjustable boot attachments. C.3.1.3.6 Laser serge or fell seams that are a minimum of two layers of fabric folded and interlocked so that no raw edges are exposed. C.3.1.3.7 Back tags are color coded by size so that color coding is clearly visible when coveralls are bagged. C.3.1.3.8 White in color. C.3.1.4 The Contractor shall ensure that the boots meet the following requirements: C.3.1.4.1 Class 100 acceptable material soles with anti-static properties, to include body to ground resistance ~2e8 Ohms. C.3.1.4.2 Length of the boots extend to within one (1) inch of the knee. C.3.1.4.3 Partial elastic top with adjustable snaps and strap (made of a 5-loop webbing or equivalent design) or an equivalent design such that the boot attaches to the coverall. C.3.1.4.4 White in color. C.3.1.4.5 Color coded by size, utilizing the same coding as the coveralls. C.3.1.5 The Contractor shall ensure that hoods meet the following requirements: C.3.1.5.1 Open face style hood with a snap closure in the front. C.3.1.5.2 Snaps on the back of the hood for adjusting to the fit of the user's head. C.3.1.5.3 White in color. C.3.1.5.4 Color coded by size, utilizing the same coding as the coveralls and boots. C. 3.2 The Contractor shall launder the garments as follows: C.3.2.1 The Contractor shall separate the boots from the coveralls and hoods before washing. C.3.2.3 The Contractor shall clean the garments in an ISO 5/class 100 or better facility. C.3.2.4 The Contractor shall wash the garments provided under this contract only with other Class 100 garments. C.3.2.5 Prior to returning the cleaned garments to the Government, the Contractor shall package the garments in heat sealed bags in an ISO 5/class 100 or better Cleanroom facility. C.3.2.6 The Contractor shall barcode all garments and ensure that the barcodes are affixed or printed to prevent removal or illegibility through normal wear and laundry service. C.3.2.7 The Contractor shall perform a weekly pick-up/drop off of its garments (average garment pick up is 55 per week- no less than 30 items and no more than 180 items per week). If the scheduled pickup day is on a Government holiday or a day the Government is closed, the Contractor shall arrange an alternate pickup day within the same week with the TPOC. C.3.2.8 Aside from the initial drop off of the garments, the Contractor shall deliver the clean garments and pickup the garments for cleaning at the same time. Each time the cleaned garments are dropped-off the Contractor shall certify, in writing to the TPOC that the delivered garments meet the specifications described in this statement of work C.3.2.9 The Contractor shall continuously track all 180 garments by barcode. The Contractor shall provide a quarterly report to the TPOC including an inventory of all 180 garments by barcode and the current status of each garment (missing items, all repairs executed to each item, inventory changes, garments at the Government facility, and garments in cleaning process at Contractor facility). The Contractor shall also include the amount invoiced each month in the quarterly report. C.3.2.10 The Contractor shall provide a garment count barcode analysis report to the TPOC each week tracking the garments picked up and garments returned and all repairs or improvements made to each item. C.3.2.11 The Contractor shall perform repairs due to normal wear and tear at no cost to the Government. The Government defines normal wear and tear as damaged zippers, broken plastic clips, failed stitching, failed elastic, holes and tears less than one (1) inch in diameter, and stains less than two (2) inches in diameter. C.3.2.11.1 The Contractor shall replace suits after they have been laundered a maximum of 120 times at no cost to the Government. C.3.2.11.2 The Contractor shall perform repairs due to other than normal wear and tear. The Government defines other than normal wear and tear as stains greater than two (2) inches in diameter and holes and tears in excess of one (1) inch. If a garment is damaged through other than normal wear and tear and can be repaired for less than the replacement cost, the Contractor shall first notify the TPOC in writing prior to making repairs. If approved by the TPOC, the Contractor shall perform repairs due to other than normal wear and tear. C.3.2.11.3 The Contractor shall ensure that repair patches use the same material, are the same color, and are of the heat sealable type. C.3.2.11.4 The Contractor shall ensure that repairs requiring sewing use thread of the same material and color as the garments. C.3.2.11.5 The Contractor shall perform stain treatment as identified by the TPOC. C.3.2.12 In the event that a garment is lost or destroyed at Government fault (as demonstrated by the barcode tracking system), the Government will reimburse the Contractor for coveralls, hoods and boots at the following rates. The Contractor shall notify the Government of its intent to invoice for a replaced garment four (4) weeks prior to submittal: Garment Replacement Cost Item Replacement Cost Coveralls $ Hoods $ Boot (single) $ (vii) Delivery is required by : CLIN 0001: POP: Two (2) years CLIN 0002: POP: Two (2) years CLIN 0003 (option): POP: One (1) year CLIN 0004 (option): POP: One (1) year CLIN 0005 (option): POP: One (1) year CLIN 0006 (option) POP: One (1) year Delivery shall be made to: U.S. Army Research Laboratory W262 ARMY RESEARCH LABORATORY 2800 POWDER MILL ROAD ADELPHI MD 20783-1145 TEL: 301-394-1024 Acceptance shall be performed at: Army Research Lab Adelphi, MD, 20783 The FOB point is: Destination (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria (Lowest Price Technically Acceptable) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The Contracting Officer determines that past performance need not be evaluated because the supplies/service being purchased is of a low complexity that past performance information would not make a substantial difference. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Price will be evaluated based on the total proposed price, including options, (if any). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013) 52.209-6 -- PROTECTING THE GOVERNMENTS INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT 52.219-4 NOTICE OF PRICE EVALUATION PRFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUL 2013); 52.222-3 CONVICT LABOR (JUN 2003); 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014); 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999); 52.222-26 EQUAL OPPORTUNITY (MAR 2007); 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (OCT 2010); 52.222-50 COMBATTING TRAFFICKING IN PERSONS; 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011); 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008); 52.232-33 -- PAYMENT BY ELECTRONIC FUNDS TRANSFER-- SYSTEM FOR AWARD MANAGEMENT; 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011); 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011); 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015) 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011); 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION; 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014); 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2013) 252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PERFROMANCE INFORMATION RETRIEVAL SYSTEM-STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATION (JUN 2015) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011); 252.225-7000 BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2012) 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2012) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUNE 2012); 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006); 252.237-7010 PROHIBITION OF INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (NOV 2010) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2014); 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (JUN 2013) ; (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-7 System for Award Management 52.204-16 Commercial And Government Entity Code Reporting 52.204-18 Commercial And Government Entity Code Maintenance 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation 52.252-2 Clauses Incorporated By Reference 252.204-0001 Line Item Specific: Single Funding 252.204-7000 DISCLOSURE OF INFORMATION; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2013) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 52.004-4409 ACC - APG POINT OF CONTACT (APR 2011); 52.004-4411 TECHNICAL POINT OF CONTACT (DEC 2002); 52.016-4407 TYPE OF CONTRACT (SEP 1999); 52.032-4418 TAX EXEMPTION CERTIFICATE (SEP 1999) 52.046-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999); APG-ADL-H.5152.211-4401 RECEIVING ROOM REQUIREMENT - ALC (SEPT 1999) APG-ADL-G.5152.232-4423 PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) (SEP 2010); APG-ADL-L.5152.203-4440 AMC-LEVEL PROTEST PROGRAM (JUL 2011) APG-ADL-L.5152.215-4441 US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSIT (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on December 19. 2016, by 1:00 PM (EST), at jessica.r.camunez.civ@mail.mil (xvii) For information regarding this solicitation, please contact Jessica Camunez, jessica.r.camunez.civ@mail.mil, (575)678-8283.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a352834fdb08997a1b20ce628b11b26b)
- Place of Performance
- Address: U.S. Army Research Laboratory, W262 ARMY RESEARCH LABORATORY, 2800 POWDER MILL ROAD, Adelphi, Maryland, 20783, United States
- Zip Code: 20783
- Zip Code: 20783
- Record
- SN04348899-W 20161214/161212234058-a352834fdb08997a1b20ce628b11b26b (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 |