Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 20, 2019 SAM #6565
SOLICITATION NOTICE

S -- Laundry and Dry Cleaning Service

Notice Date
11/18/2019 10:27:33 PM
 
Notice Type
Presolicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
411TH CONTRACTING SUPORT BRIGAGE AU APO AP 96205 USA
 
ZIP Code
96205
 
Solicitation Number
W91QVN-20-R-0030
 
Response Due
12/2/2019 9:00:00 PM
 
Archive Date
12/18/2019
 
Point of Contact
Chin Ok Han, Phone: 822-0335-3360
 
E-Mail Address
chinok.han.ln@mail.mil
(chinok.han.ln@mail.mil)
 
Description
PERFORMANCE WORK STATEMENTLAUNDRY AND DRY CLEANING SERVICE FOROSAN ABSECTION 1: DESCRIPTION OF SERVICES1.1 SCOPE OF WORK: The contractor shall in accordance with (IAW) this Performance Work Statement (PWS), furnish all personnel, equipment, transportation, tools, materials, supervision, and other items and services necessary to perform laundry and dry cleaning service, to include pick-up and delivery at Osan AB, ROK. The contractor shall verify and provide the facility manager a count of all laundry and dry cleaning items picked up from the facilities. ”If the contractor prefers to count at his facility, the COR count takes precedence over contractors count”. The COR and contractor representative shall count and verify all items returned to the facility prior to acceptance. Acceptance shall be made by the government and contractor representative. The government and contractor representative shall sign the delivery ticket prior to acceptance. All services shall be provided IAW Appendix 4.1.1.1 Partnering: To successfully accomplish the mission and provide laundry and dry cleaning the government and the contractor will develop and maintain an open relationship. This open relationship and the recognition that each partner is an expert in its own right are the keys to a successful partnership. Based on the recognition that the contractor is an expert in laundry and dry cleaning, this PWS requires the contractor to comply with commercial laundry & dry cleaning practices and locally established laws with guidelines. As an expert, the contractor is expected to have a thorough understanding of the work required to meet the standards identified in this PWS in a manner that is consistent with the commercial industry and in accordance with all applicable Air Force instructions, specifications and guidelines. During the performance period, the government encourages the contractor to propose any innovations that may lead to increased efficiencies and/or performance.1.1.2. The Contractor shall manage all data created for Government use or legally controlled by the Government, in support of the functional activity or required by AF publication, IAW the AF records management procedures in Air Force Instruction (AFI) 33-322, Records Management Program, paragraph 10, Air Force Manual (AFMAN) 37-123, paragraph 7.4, Air Force Manual (AFMAN) 37-138, paragraph 2.13, and the Air Force Records Disposition schedule (AF RDS) located at https://afrims.amc.af.mil/rds series.cfm or http://www.amc.af.mil/shared/media/document/AFD-060803-003.pdf1.2 GENERAL INFORMATION1.2.1 Personnel: The Government will have the right to restrict the employment under the contract of any contractor employee, or prospective employee, who is identified as a potential threat to the health, safety, security, general well being, or operational mission of the installation and its population.1.2.1.1 Contract/Alternate Contract Manager: The contractor shall designate a contract manager and alternate in writing to the Contracting Officer (CO). The contract manager or alternate shall be the central point of contact for the government and shall have full authority to act for the contractor on contractual matters relating to the daily operation of this contract.1.2.1.1.2 Ability to Communicate: The contract manager and alternate(s) must be able to read, write, speak, and understand English.1.2.1.2.3 Professional Appearance: Contractor personnel shall present a neat appearance and be easily recognized as such therefore, contract personnel shall wear distinctive clothing/uniforms, i.e. shirts, pants, shorts or coveralls with embroidered markings that clearly depict the company and employee names. The contractor shall be responsible for furnishing to each employee and for requiring each employee engaged in performing work on this contract to wear an identification badge. Upon termination of an employee, the contractor shall collect the employee’s badge (including any Government issued badges). NOTE: Government issued ID and passes must be surrendered to pass and registration within 48 hours of termination of employment.1.2.2 Continuation of Essential DOD Contractor Services during Crisis: Services required shall be the same as stated in the PWS. Hours of operation shall be determined as appropriate during the crisis. The CO shall notify the contractor and negotiations shall be made at this time concerning increased costs to support the mission as required.1.2.3 Security Requirements: 1.2.3.1 Base Entry and Vehicle Control Requirements: Contractor shall comply with AFFARS Clause 5352.242-9000, “Contractor Access to Air Force Installations” which is hereby incorporated by reference if not otherwise included. Contractor personnel shall comply with all on-base traffic laws. 1.2.3.2 List of Employees: The contractor shall provide the Contracting Officer a current list of employees within 5 calendar days after receiving award or Notice of Award. The list shall include employee's name, and date of Provost Marshal investigation if applicable. Updated lists shall be provided when an employee's status or information changes. 1.2.3.3 Reporting Requirements. The contractor shall comply with AFI 71-101, Volume 1, Criminal Investigations and Volume-2, Protective Service Matters, (Paragraph 1.2). Contractor shall report to the 51 Security Forces any information or circumstances which may pose a threat to DOD or contractor personnel, resources, or DOD information. 1.2.3.4 Physical Security. The contractor shall comply with FPCON procedures, Random Antiterrorism Measures (RAMS) and local search/identification requirements. 1.2.3.5 Contractor Furnished Property. The contractor must have a minimum 5 commercial washers and 5 commercial dryers and also 2 commercial dry cleaning machines. The contractor shall have at least 2 delivery vehicles. Contractor will provide adequate sized commercial laundry carts and linen bags to buildings as follows:Linen Exchange building 772 - 12 carts. 1.3 QUALITY ASSURANCE: The Government will evaluate the contractor’s performance under this contract as necessary and IAW FAR 52.246-4, Inspection of Services. When an observation indicates defective performance, the COR will notify the contractor’s representative of the defect and may request that the contractor’s representative initial/sign the observation. Failure to initial/sign does not render the observation invalid.1.3.1 Performance Evaluation Meeting: The contract manager may be required to meet quarterly with the COR and the CO. The contractor’s manager, CO, and the QAP shall sign the written minutes of these meetings. Should the contractor not concur with the minutes, the contractor shall so state any areas of non-concurrence in writing to the CO within three (3) workdays of receipt of the signed documents. 1.3.1.1 Contractor Quality Control: The contractor should establish and maintain a complete Quality Control Plan (QCP) to ensure the requirements of the contract are provided as specified. 1.3.1.2 Defect Prevention: The quality control plan shall describe the method(s) for identifying and preventing defects in the quality of service performed before the level of performance becomes unacceptable.1.3.1.3 Payment Procedure: Payment Due date 30 days after receipt of invoice with prices and item count as indicated in PWS appendix V. Invoice will be addressed to:AFPC/SVTEA (ACCOUNTS PAYABLE)2261 HUGHES AVE. SUITE #156JBSA LACKLAND, TX 78236-9854EMAIL: AP.INVOICES@AFSV.NET VOICE: 210-395-7720FAX: 210-395-7493SECTION 2: SERVICES SUMMARY PERFORMANCE OBJECTIVE: The contractor shall furnish all personnel, supplies, equipment, tools, materials, supervision, other items, and services necessary to perform laundry and dry cleaning services as defined in this Performance Work Statement (PWS). Please see below sample PRS table as the current one is lacking information. Replace with PRS in Para 5Performance Objective PWS Reference Performance Threshold1. Pickup/delivery schedules are metAppendix 1, 5.1.1.299% of pickup/delivery schedules are met2 Two work day turn around on all laundry and dry cleaning linen items. One workday turn around for customer dry cleaning and laundry items.Appendix 1, 5.1.1.299% turn around on all laundry and dry cleaning items3. Pickup/delivery tickets are submittedParagraph 5.1.1.199% of pickup/delivery tickets are submitted on a daily basis4. Return of missing /lost articlesParagraph 5.2100% of missing/lost articles are reimbursed5. Unserviceable articlesParagraph 5.1.1.5100% return of unserviceable itemsSECTION 3: GOVERNMENT FURNISHED PROPERTY AND SERVICES Not applicable SECTION 4: CONTRACTOR FURNISHED PROPERTY: 4.1. Contractor Facility: The contractor must maintain facility and property insurance adequate to cover any losses of government property in its possession or at facility location. 4.2. Contractor Equipment: The contractor shall have appropriate delivery vehicles. The contractor shall provide adequate sized commercial laundry carts and linen bags to buildings as follows: Linen Exchange Bldg 772 - 12 The Government may inspect contractor equipment at any time. SECTION 5: SPECFIC TASKS: 5.1. STANDARDS FOR LAUNDRY AND DRY CLEANING: The contractor shall be responsible for the quality of the workmanship in accordance with standard industry procedures. Laundry and dry cleaning shall be re-accomplished on any garments, which are inspected by Contracting Officer’s Representative (COR) and if found to be improper, the contractor will re-perform the services at no additional cost to the government. The contracting officer (CO) shall make the final decision when there is a dispute between the COR and the contractor. 5.1.1. Standard Practices: All laundry and dry cleaning services shall be in conformance with standard industry practices. In order to minimize losses due to staining the contractor will presoak in strongest possible stain removal bath and rewash all stained items before returning any items still stained as damaged items.5.1.1.1. The contractor shall submit on a daily basis to Linen Exchange, Building 772, completed pickup and delivery tickets, and monthly invoice of services rendered no later than the third working day of the next month.5.1.1.2. Turn-around: All items laundered/dry cleaned must be returned within two working days. For example items picked up on Monday will returned/delivered on Wednesday. If delivery/pickup cannot be made as scheduled contractor shall notify COR immediately. Items picked up on Friday shall be delivered back on Monday. For customer dry cleaning & laundry items turn-around is 24hrs. Items picked up on Saturday will be returned on the following Monday.5.1.1.3. Dirty and clean linen will not be transported together. For example drop off all clean items then pick up all dirty items.5.1.1.4. Contamination of Articles: Some items may contain properties or chemicals considered to be bio-hazardous. Contractor shall follow for disposal according to local and Republic Of Korea laws and regulations including the environmental governing standards in USFK Pamphlet 200-1.5.1.1.5. Unserviceable/Non-repairable Articles: The contractor shall launder all unserviceable and non-repairable articles and return in separate bundles clearly marked as unserviceable, but returned with the rest of the delivery for accountability.5.1.1.6. The contractor will submit data showing quantities of each item processed at each pickup by building number cumulatively each month.5.1.1.7 Laundry and dry cleaning items will be processed in accordance with laundry and dry cleaning symbols as indicated in Appendix 3, and as required and designated by each item description.5.1.1.8. Contractor’s qualification: Contractor must have valid laundry operations license with three years minimum professional hotel laundry operations experience (documented satisfactory performance). Contractor must have facility located within 20 miles of Osan AB with a minimum of 2,000 sq. ft. of operational and storage space. Contractor must maintain facility and property insurance adequate to cover any losses of government property. 5.1.1.9. Blood and Body Fluid Contamination: Contractor will receive all known contaminated articles in marked contamination bags and will maintain separation until all items have been cleaned and inspected to verify all pathogens have been removed. All unserviceable items will be returned separately with information that was supplied on the original contaminated bag for tracking purposes.5.2. Missing/Lost /Damaged Articles: The contractor shall deliver any article missing from a delivery within 48 hours at no additional cost to the government. Articles not returned within required 48 hours will be classified as missing or lost. If any article is not replaced within 48 hours the replacement cost of the article will be paid to Turumi Lodge thru credit card or US dollars. The replacement specifications will be provided by the COR to the contractor. The replacement cost will be determined in accordance with DFAR 252.237-7014. Items damaged through negligence or through mishandling will be replaced by the contractor at his expense thru same procedures as the missing items. The delivery ticket will be used to document any missing/lost or damaged articles. The facility manager will complete The Air Force Form 714, Customer Complaint Record and forward it to the COR for validation. PERFORMANCE OBJECTIVEPWS PARA.PERF. THRESHOLDMETHOD OF SURVEILLANCEREMEDYPick-up and delivery schedules are met Appendix 1, 5.1.1.295% of the time; and no more than 3 customer complaints per monthPeriodic Surveillance/Customer ComplaintsI.e. Corrected within one hourCorrect quantities of laundry are delivered5.1.1.1, 5.1.1.6, 5.295% of the time; and no more than 3 customer complaints per monthPeriodic Surveillance/Customer ComplaintsLaundry is delivered free of all visible dirt, debris, dampness, odor, mildew, cleaning chemical residue, and has a uniform appearanceAppendix 4, 5.1.1.795% of the time; and no more than 3 customer complaints per monthPeriodic Surveillance/Customer ComplaintsItems are properly finished and packagedAppendix 3, 5.1.195% of the time; and no more than 3 customer complaints per month (95% of monthly meal periods)Periodic Surveillance/Customer ComplaintsStains are thoroughly removed if possible5.1.195% of the time; and no more than 3 customer complaints per month (95% of monthly meal periods)Periodic Surveillance/Customer Complaints.Appendix 1Pickup and Delivery SchedulePICK-UP SCHEDULE IN SEQUENCE FOR TWO (2) LOCATIONS BUILDINGORGANIZATIONDAYTIME ** 772Turumi Lodge.Monday through SaturdayTime Schedule for pick-up/delivery to be determined by contractor. IAW 5.1.1.2 Must be between 0730-1200 709Turumi Lodge TLFMonday through SaturdayTime Schedule for pick-up/delivery to be determined by contractor. IAW 5.1.1.2. Must be between 0730-1200 ** Contractor shall provide a pick-up schedule to COR DELIVERY SCHEDULE IN SEQUENCE FOR TWO(2) LOCATIONS BUILDINGORGANIZATIONDAYTIME** 772Turumi Lodge.Monday through SaturdayTime Schedule for pick-up/delivery to be determined by contractor. IAW 1.2.1.4. Must be between 0730-1200 709Turumi Lodge TLFMonday through SaturdayTime Schedule for pick-up/delivery to be determined by contractor. IAW 1.2.1.4. Must be between 0730-1200 ** Contractor shall provide a delivery schedule to COR APPENDIX 2 Map(s) - Laundry & Dry Cleaning Pick-up and Delivery Points Please refer to the .PDF attachment to this solicitation entitled “Osan AB - Map” APPENDIX 3Laundry & Dry Cleaning Symbols LegendP- PressedD- Dry CleanedCF-Clear Film SealedCFSC-Clear Filmed Sealed by Size/ColorFB-Folded and BundledOH- On Hanger (hangars shall be of a type that does not stain garments)LS-Light StarchHS- Heavy Starch(#)-Number of items in Bundle+-All items must be free from bacteria, fungi, and other microorganisms, including pathogens or disease producing organisms. Appendix 4 Serviceability Standards: 1. No hairs what so ever2. Static free/no lint3. Only minuscule stains after treatment are acceptable 4. No tears or cuts 5. Excess threads should be removed or trimmed
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dd6a3571398040c2b8fc6a9645f50ed6/view)
 
Place of Performance
Address: KOR
Country: KOR
 
Record
SN05497610-F 20191120/191120064110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.