|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 1,1998 PSA#2171Department of the Treasury (DY), Bureau of Engraving and Printing
Office of Procurement, 14th & C Sts., SW, Room 708-A, Washington, DC
20228 S -- UNIFORM RENTAL AND LAUNDRY SERVICES SOL BEP-98-32(TN) DUE 091498
POC Contract Specialist, Sharon Phillips (202-874-3255) (i) This is a
COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in
accordance with the format contained FAR subpart 12.6, as supplemented
with the additional information included in this notice. This
announcement constitutes the only solicitation; proposals are being
requested and a written solicitation will not be issued. In addition,
this acquisition utilizes the procedures contained in FAR Subpart 13.5
and Part 15. (ii) The solicitation number is BEP-98-32(TN) and is
issued as a request for proposal (RFP). (iii) This solicitation
documents and incorporates provisions and clauses in effect through
Federal Acquisition Circular 97-05. (iv) This procurement is Set-Aside
for Small Businesses. The Standard Industrial Classification (SIC)
code is 7218, with a small business size standard of $10.5 million. (v)
The BEP intends to award a Fixed-Price, Requirements contract for a
base period of 9 months and 4 one-year option periods. This procurement
is intended to fulfill the requirements of the BEP's Western Currency
Facility (WCF) in Fort Worth, Texas. The estimated requirement is as
follows: Lot 1 Base Period (Date of Contract Award through Sept 30,
1999), CLIN 001 cotton blend uniforms (pants & shirt) for 537 employees
requiring 5 changes per week, CLIN 001A cotton uniforms (pants & shirt)
for 5 employees requiring 5 changes per week, CLIN 001B cotton blend
coveralls for 6 employees requiring 3 changes per week, CLIN 001C
cotton coveralls for 5 employees requiring 3 changes per week, CLIN
001D light weight jacket for 250 employees requiring 1 change per week,
and CLIN 001E Uniform Replacement due to loss or damage; Lot II Option
Year One (October 1, 1999 through Sept. 30, 2000); Lot III Option Year
Two (October 1, 2000 through Sept. 30, 2001); Lot IV Option Year Three
(October 1, 2001 through Sept. 30, 2002); and Lot V Option Year Four
(October 1, 2002 through Sept. 30, 2003). The CLINs (requirements) for
options 1, 2, 3, and 4 are the same as the base period. Offerors shall
propose unit price per uniform (pant/shirt, coveralls, etc.) for each
employee for weekly service which shall include rental, laundry,
pick-up, and delivery. The total amount shall equal price for estimated
weekly quantity (changes) of uniforms and/or coveralls. The contractor
shall provide regularly scheduled deliveries of garments, freshly
processed, repaired, and finished in accordance with generally accepted
standards of the textile rental industry and shall replace uniforms
worn out through normal wear and tear at no additional charge. (vi) The
purpose of this effort is to provide uniforms for Bureau of Engraving
and Printing (BEP) production, production support, and maintenance
employees at the Fort Worth facility who regularly come into contact
with contaminants and/or irritants such as paints, industrial inks,
solvents and various types of acids and caustics. The contractor shall
furnish all facilities, labor, material and transportation to provide
weekly uniform rental and laundry services in accordance with the
terms and conditions herein. The uniforms must be laundered in such a
way as to remove any residue of hazardous material and irritants and
shall be pressed or ironed. A complete uniform shall consist of a long
sleeve shirt (short sleeve optional) and trousers, or a coverall, or
a jacket. Ten (10) days after contract award, in the first delivery
order, the Contractor will be provided with an employee list, with
uniform size, working area, uniform color and uniform style. The
Contractor shall provide each employee with new uniforms within 4 weeks
of receiving the employee list. The cost of providing new uniforms on
the initial issue shall be included in the weekly rental rate. In
addition, the cost of laundering shall be included in the weekly rental
fee. Currently, approximately 575 employees will require uniforms. The
Contractor shall provide each employee with a clean uniform every day,
with cleaning and alteration as required. The Fort Worth facility is
currently working five-day weeks. Therefore, each employee will submit
approximately five uniforms each week for cleaning and have one extra
for unforeseen circumstances. Approximate quantities by number of
employees and uniform style are contained in an Attachment (A) which
will be transmitted to offerors upon request. If the number of
employees requiring these services increases, the contractor will be
provided with the uniform size, working area, uniform color and uniform
style for any additional employees in the weekly delivery order. The
contractor shall provide uniforms within 10 calendar days of receipt of
delivery order. The Contractor shall allow for one service change order
per employee due to increase or decrease in size within a given
ordering period. Service changes shall be at no additional cost to the
BEP. Uniforms no longer needed because an employee has changed work
areas or leaves the BEP will be returned to Contractor and the weekly
total cost adjusted accordingly. The Contractor shall maintain exact
account of uniforms rented and laundered eachweek. Invoices will be
paid monthly based on the number of employees receiving the services
specified herein. Shirts shall be made from 4.5 ounce, 65%
polyester/35% cotton fabric, approximately 5 employees shall require
100% cotton shirts. Shirts shall have lined top stitched collar and
collar band, with long or short sleeves and two front pockets. Shirts
shall be available in both men's and women's sizes small through double
extra large. Women's shirts shall be specifically fit as needed at no
additional cost to the BEP. Shirts shall be available in dark blue,
light blue, white, dark brown, light blue with white stripe, light
gray, and light green colors. Trousers shall be made from 7.5 ounce,
65% polyester/35% cotton fabric, approximately 5 employees shall
require 100% cotton trousers. Trousers shall have a plain front with
two quarter-top pockets, and two back hip pockets. Trousers shall have
regular (not flared) bottoms. Men's trousers shall be available in
waist sizes 28 inches through 54 inches with inseam lengths 28 inches
through 36 inches. Women's trousers shall be available in sizes 4
through 24 with inseam lengths of 26 inches through 34 inches. Women's
trousers shall be altered to fit as needed at no additional cost to
the BEP. Trousers shall be available in dark blue, white, dark brown,
dark gray, and dark green colors. Coveralls shall be made of 7.5
ounces, 65% polyester/35% cotton fabric; approximately 5 employees
shall require 100% cotton coveralls. Coveralls shall be long sleeved,
have a sturdy two-way zipper, lined waistband and six sturdy, deep
pockets (two front hip, two back hip and two front breast pockets.
Coveralls shall be available in chest sizes 34 through 54, in short
through extra tall lengths. Coveralls shall be available in dark blue,
white, charcoal gray and dark green colors. Lightweight jackets shall
be made of 7.5 ounces, 65% polyester/35% cotton fabric. Jackets shall
be long sleeved, have sturdy zipper, or snaps. Jackets shall be
available in chest sizes of small through XXX large, and colors of dark
blue, white, charcoal gray, and dark green. All garments shall
initially be new, not previously worn. The fabric shall have permanent
press and soil release finishes. Shirts, coveralls, and jackets shall
have a patch indicating the employee's name sewn on the top right side
and a patch indicating the employees work area shall be sewn on the
left. For the jackets, the left patch shall read WCF. The patch shall
be in contrasting color. In addition, all garments shall have the
employee's name and unique identification number marked on the inside
for accountability purposes. All garments shall be free from any
defects such as holes, tears, misweaves, spots, uneven dyeing, loose or
missed stitches, or anything that would affect appearance, usefulness,
or serviceability. The Contractor shall be responsible for replacing
buttons and zippers and patching small rips or tears to the uniform, as
requested, at no additional charge to the BEP. The BEP shall notify the
contractor of the need for repairs. Unserviceable, torn beyond repair,
or uniforms unsafe to be worn around machinery shall be replaced by
the contractor. The COTR shall be responsible for determining what is
damaged beyond repair. Replacement uniforms supplied by the contractor
shall be new (Grade A), not previously worn. The contractor shall
provide the COTR with a monthly report identifying the number of
uniforms replaced, the reason why it was replaced, any problems
encountered and recommendations for changes. The Contractor shall
provide the COTR with a detailed monthly report of all charges to the
BEP for lost or ruined uniforms, coveralls, or jackets. The reports
shall include, but not be limited to the account number, employees'
name, employees' identification number, garment number, quantity, state
if lost or ruined, replacement charge. The contractor shall ensure that
the manufacturer utilizes recovered material to the maximum extent
practicable. Garments shall be labeled in accordance with the rules and
regulations under the Textile Fiber Products Identification Act, and
shall be labeled in accordance with trade regulation rules concerning
care labeling of textile wearing apparel. The contractor shall
establish a quality control program to assure the requirements of the
contract are provided as specified. One copy of the contractor's basic
quality control program shall be provided to the Contracting Officer
and COTR within 14 days of contract award. An updated copy shall be
provided to the Contracting Officer as changes occur. This program
shall include, but not be limited to, the following: (a) An inspection
system covering all the services stated in the specifications. It
shall specify areas to be inspected on either a scheduled or
unscheduled basis and the individuals who will perform the inspection,
(b) A method of identifying deficiencies in the quality of services
performed before the level of performance becomes unacceptable. (c) A
method of identifying duplicated transactions on the weekly invoice.
(d) A method of identifying uniforms, lab coats, or jackets that are
missing, lost or ruined. All uniforms shall be marked for each employee
by name, identification number, work area, garment number, contract
number, and delivery order number. Each employee shall have a unique
identification number for billing and modification purposes. Each
garment shall also be bar-coded with the aforementioned information for
accountability. All reports and invoices must, at a minimum, contain
the following information: (a) contract number, (b) delivery order
number, (c) package number (if applicable), (d) description of contents
(including quantity of uniforms), (e) Contractor's name and address,
and (f) point of destination. Upon delivery and pick-up of uniforms,
the Contractor shall count, using a barcoder, the groups of uniforms
delivered or picked-up to ensure proper accountability. The Contractor
shall further provide the COTR with an accountability report. (viii)
Clauses/provisions: Clause 52.212-1 Instructors to Offerors-Commercial,
is hereby incorporated by reference. The following are addenda to FAR
Clause 52.212-1: Paragraph (c) Period for acceptance of offers: The
offeror agrees to hold the prices in its offer firm for 120 calendar
days from the date specified for receipt of offers. Offerors are
advised that award may be made without discussions. Award will be made
to the responsible offeror whose proposal is responsive to the terms
of the RFP and is most advantageous to the government. (ix) FAR
provision 52.212-2 Evaluation-Commercial Items applies to this
solicitation and the following evaluation criteria (arranged in
descending order of importance) shall be used to evaluate offers: Past
Performance; Available Resource; and Experience. Each offeror shall
submit names, addresses, phone numbers, and points of contact
(references) of three (3) contracts not more than 3 years old. The BEP
reserves the right to contact all parties listed and any additional
parties it deems necessary. The BEP reserves the right to use all
information available to it. (x) FAR provision 52.212-3 Offeror
Representations and Certifications-Commercial Items is incorporated by
reference (offerors must complete and return this provision with their
proposal). Please contact Sharon Phillips for copy of Representations
and Certifications (to be completed). (xi) FAR clause 52.212-4,
Contract Terms and Conditions-Commercial Items, hereby applies to this
solicitation. (xii) FAR clause 52.212-5 Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items
applies to this acquisition with the following addenda: Paragraph (b)
the following FAR clauses are hereby incorporated by reference:
52.203-6, 52.219-14, 52.222-26, 52.222-35, 52.222-36, and 52.222-37.
Paragraph (c) the following clauses are incorporated by reference:
52.222-41 and 52.222-43. Wage Determination number 94-2513, revision
11, dated 06/01/98 is applicable to this solicitation. Please contact
Sharon Phillips for a copy of the wage determination. The following FAR
clauses apply to this solicitation and are included as addenda:
52.217-9 Option to Extend the Term of the Contract -- (a) The
Government may extend the term of this contract by written notice to
the Contractor within 30 days of contract expiration; provided . (b) If
the Government exercises this option, the extended contract . (c) The
total duration of this contract,, shall not exceed 60 months; and
52.232-18 Availability of Funds. Clauses and certifications can be
obtained in full text at the following web site:
//www.bep.treas.gov/procurement/index.cfm. (xvi) Proposal must be
received no later than Monday, September 14, 1998, 4:00 p.m. EST and
must be mailed to Department of the Treasury, Bureau of Engraving &
Printing, Office of Procurement, Room 705A, 14th & C Streets, SW,
Washington, DC 20228-0001, Attention: Sharon Phillips. (xvii) For
information regarding this solicitation contact Sharon Phillips in
writing at the above address, by fax at 202-874-2200 or e-mail at
sharon.phillips@bep.treas.gov no later than September 07, 1998. Posted
08/28/98 (W-SN243264). (0240) Loren Data Corp. http://www.ld.com (SYN# 0121 19980901\S-0006.SOL)
S - Utilities and Housekeeping Services Index Page
|
|