Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
DOCUMENT

W -- Uniform rental Dayton N.C. - Attachment

Notice Date
2/16/2017
 
Notice Type
Attachment
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
VA78617N0245
 
Response Due
2/22/2017
 
Archive Date
3/24/2017
 
Point of Contact
John M Carlock
 
E-Mail Address
6-3863<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Synopsis: This announcement constitutes a Sources Sought Synopsis for rental and cleaning of uniforms at Dayton National Cemetery, 4400 West Third Street, Dayton, OH 45428. This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the government, implied or otherwise, to issue a solicitation or award a contract. The Department of Veteran Affairs, National Cemetery Administration, is seeking qualified sources to furnish (F.O.B. Destination within consignee s premises), all labor, tools, and material to provide and clean WG workers uniforms. The purpose of this notice is to determine interest and capability of potential qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small-Businesses (VOSB), and Small Businesses relative to the North American Industry Classification code (NAICS) 812320. The Small Business Size Standard is $5.5 million. To make an appropriate acquisition decision for this requirement, the Government will use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement will also depend on the response to this sources sought synopsis. Submission requirements for responses to this sources sought synopsis: SDVOSB/VOSB offerors interested in submitting a quote for this project, if it is formally advertised, must be registered and be verified in the www.vip.vetbiz.gov website and must provide the correct NAICS code to include the Data Universal Numbering System (DUNS) commercial and Government Entity (CAGE) number, name of the firm, address, phone and point of contact. In order for the resulting solicitation to be set-aside for SDVOSB or VOSB the Rule of Two must be met. This means at least 2 SDVOSB or VOSB contractors must respond with intent to submit an offer and clearly show they possess the capabilities to perform the required service without being a pass through or requiring more than 50% of the work to be sub-contracted out. REQUIREMENTS: All serious SDVOSB, VOSB and SB companies interested in this requirement MUST submit a capability statement along with verifiable past performance showing experience in uniform rental and cleaning. The contractor shall furnish (F.O.B. Destination within consignee s premises), all supervision, labor, equipment, materials, supplies and transportation necessary to provide uniforms for wage employees and wipers (shop towels) to the Dayton National Cemetery 4400 West 3rd Street, Dayton, Ohio 45428 UNIFORMS & WIPERS The contractor shall be responsible for providing pants, shirts, and jackets for each employee. Rental charges for all uniforms shall be the same amount regardless of size (e.g., no extra charges for tall or XXL sizes). There shall be no additional charge for changing from one size uniform to another (i.e., an employee having to switch to a smaller or larger size due to diet). Material for pants and shirts to be 65% polyester 35% cotton blend. Jackets shall be of heavy duck material with quilted lining. All uniforms shall be freshly cleaned and repaired. Contractor shall provide each wage grade employee with 5 changes of uniforms per week and will replace items worn out or worn in appearance at no charge. The COR will determine when the worn out items are to be replaced. All uniforms will have name emblem (FIRST NAME) above right pocket. Name tags are sewn on patch with name in white sewn on. Patch is then sewn onto the uniform. All uniforms will have the American Flag sewn on to right sleeve. Blue Union facing forward. (Contractor to provide the patch). The contractor shall provide name patch. Dayton National Cemetery emblem patch (supplied by cemetery) shall be sewn on upper left sleeve. Twelve (12) wage employees are required to wear pants and shirts, jackets and coveralls. Each Wage Grade employee shall receive the following uniform garments: 22 shirts (11 short sleeves, 11 long sleeves) 11 pants 2 jackets One (1) wage employee (Foreman) is required to have white shirts and tan pants. The Foreman shall receive the following uniform garments: 22 shirts (11 short sleeve, 11 long sleeve) different color from employees 11 pants 2 jackets Four (4) Summer temporary employees are required to wear shirts, pants and jackets. Each temporary employee shall receive the following uniform garments: 11 shirts (short sleeve) 11 pants NUMBER OF EMPLOYEES MAY INCREASE OR DECREASE AT ANY TIME. IF ADDITIONAL EMPLOYEES ARE ADDED DUE TO NEW HIRES OR SUMMER HELP, COST PER EMPLOYEE WILL REMAIN THE SAME. Uniforms shall be delivered and picked up on each week between the hours of 8:00 a.m. and 3:00 p.m. local time. Any deviation to this day, due to holiday, weather, etc. shall be coordinated with the COR with at least 24 hours advanced notice prior to arriving at the cemetery to make delivery. Upon arriving at the cemetery, the contractor will report to the maintenance building. All uniforms must be separated by name of employee and will be hung on uniform rack provided by cemetery. Contractor shall provide a bin for placement of soiled uniforms. WIPERS: Wipers (shop towels) are used in the maintenance shop to clean and maintain vehicles and shall be delivered in conjunction with uniforms. Wipers shall be 18 x 18 in size. MISCELLANEOUS The Contracting Officer s Technical Representative (COR) is Mr. Mark Wilson, Foreman, Dayton National Cemetery. Mr. Wilson can be reached at (937) 268-2221. The COR is not authorized to add, modify, delete or otherwise change any of the costs, specification, provisions, requirements, terms or conditions of any purchase order(s) issued. The contractor agrees to phase all work in such a manner as not to impact on or interfere with cemetery operations. The COR, at his discretion, may direct and arrange the contractor s performance in specific areas of the cemetery to ensure cemetery operations. In the event climate or weather conditions become unsuitable for work or may induce an environmental hazard, the entire work shall be performed at the first available opportunity. Postponement due to climate or weather conditions will not be cause for penalties to the Contractor or additional cost to the Government. National cemeteries are National shrines; contractor personnel appearance and conduct shall be professional and unobtrusive at all times. Questions from cemetery visitors shall be politely referred or directed to cemetery personnel. All employees will be dressed in proper attire, which includes sleeved shirt, long pants, and shoes. Tee shirts, tank tops and sandals are not acceptable. If caps are worn they must be free of any questionable message or design. The contractor will observe all traffic, parking, directional sign and regulations when on cemetery s roadways. Vehicles shall not be driven off of the paved roadways onto non-paved areas without first securing permission from COR. The contractor agrees to leave all work areas free of debris and in the same condition as before the work commenced. The contractor agrees to take all necessary precautions in the immediate work area(s). (End of Work Statement) Responses shall be emailed ONLY to: John.Carlock@va.gov Response Deadline: Wednesday February 22, 2017, 1:00 PM, EDT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78617N0245/listing.html)
 
Document(s)
Attachment
 
File Name: VA786-17-N-0245 VA786-17-N-0245.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3281725&FileName=VA786-17-N-0245-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3281725&FileName=VA786-17-N-0245-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Dayton National Cemetery;4400 West Third Street;Dayton, OH
Zip Code: 45428
 
Record
SN04405989-W 20170218/170216235309-7086936de06e95196cbf8a2e5ca9115d (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  © 1994-2020, Loren Data Corp.