Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 8,1998 PSA#2197

National Institute of Standards & Technology, Acquisition & Assistance Div., Bldg. 301, Rm B117, Gaithersburg, MD 20899

W -- UNIFORM RENTAL FOR NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY JANITORIAL SERVICES GROUP SOL 53SBNB967000 DUE 103098 POC David Nichols, Contract Specialist, Romena Moy, Contracting Officer, (301) 975-6333 FAX (301) 963-7732 WEB: NIST Contracts Homepage, http://www.nist.gov/admin/od/contract/contract.htm. E-MAIL: NIST Contracts Office, Contract@nist.gov. 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. DESCRIPTION: SOLICITATION NUMBER 53SBNB967000 IS BEING ISSUED AS A REQUEST FOR QUOTATIONS (RFQ) USING SIMPLIFIED PROCEDURES. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-06. This request is set aside 100% for small business under Standard Industrial Classification Code (SIC) 7213 and small business size limit $10.5 million. The contractor shall furnish the rental of new uniforms to the National Institute of Standards and Technology (NIST) Janitorial Services Group (JSG). The Contract Line Item Number (CLIN), quantity, and unit issue are as follows: CLIN 0001, Furnish the rental of new uniforms to the NIST JSG (as described in the technicalspecifications below), 35 to 45 ( as described in the technical specifications below) each. The following are the technical specifications of the services. The contracted services shall include weekly pick-up, delivery, laundry and maintenance of the uniforms. A uniform consists of one shirt and one pants. Eleven uniforms (eleven (11) shirts and eleven (11) pants) will be furnished to each employee. The total count of employees to be furnished with uniforms will be 35 to 45 (workforce size will remain flexible for contract duration). No jackets are required. One employee may elect to be fitted with dresses in lieu of pants and shirts. Pants shall be manufactured using 65/35 polyester /cotton twill, permanent press, soil and wrinkle resistant, dark blue 8-1/4 oz fabric. Pants shall have a heavy brass zipper, button closure at top, two pockets in back and in front, and shall have bartacks at all stress points for reinforcement. Shirts (long and short sleeve) shall be manufactured from 65/35 polyester /cotton, permanent press, soil and wrinkle resistant, light blue 4-1/4 oz comfort fabric. Shirts shall have all button closures, extended tails, two pockets, and shall have bartacks at all stress points for reinforcement. All initial deliveries and any additional garment replacements and/or rentals shall have all approved patches attached as specified. The contractor shall affix to each shirt (1) the division logo patch centered one inch above the left pocket and (2) the employee's name patch centered one inch above the right pocket. Laundry service and maintenance shall be by standard industry practices and procedures using environmentally safe chemicals and operations. Maintenance shall include repairing or replacing any rental garment in need of alterations, i.e., button replacements, seam stitching, tear mending, patch replacement, etc. Garments for maintenance shall be identified by either the contractor representative, the Contracting Officer's Technical Representative (COTR) or the individual user. Garment or replacement garment shall be returned the following delivery/pick-up visit. All rental uniforms must be replaced by the contractor every 18 months from the date of issuance. New employees uniform requirements size changes, or upgrades shall be provided by the contractor at the next delivery/pick-up visit following notification to the contractor's representative by the COTR or the individual user. In any case, new employees shall have new uniforms no later than two weeks after entrance on duty. Shirts shall be visually inspected for defects, stains, and wear by a trained technician during the laundry process. Delivered shirts shall have collars folded down and sleeves completely pulled out. Shirts shall be wrinkle free. Shirts that have unsightly ink or other stains, or have become worn, faded, or have suffered large rips and tears shall be replaced. All uniform pants shall be hung on the crease on protected hangers. Pants shall be visually inspected for defects, stains and wear by a trained technician during the laundry process. Pants that have become unsightly by ink, oil, or chemical stains or have become worn, faded, or have suffered large rips or tears shall be replaced. Pants shall be wrinkle free. All garments submitted for weekly maintenance shall be counted by the contractor's representative and the COTR and recorded for each individual employee at each specific delivery/pick-up location. A copy of the inventory sheet shall be left with a designated representative at each delivery/pick-up location. A compiled receipt detailing all quantities picked up and delivered at each location shall be presented to the COTR on a weekly basis. This receipt shall be the basis for establishing the monthly invoice for which the contractor will be reimbursed. Payment will be monthly in arrears.A wall locker shall be provided and maintained at the delivery/pick-up location by the contractor. The locker shall have a lock. The contractor shall provide the delivery/pick-up location with a lockable soil bin free of charge. The contractor shall provide the COTR with master keys for the soil bin and the wall locker. Within ten days following contract award, the COTR shall notify the contractor of the time and location in which to perform the initial sizing of employees. The contractor will also be provided with a list of the names of the employees. Once sizing of employees has been completed, the contractor shall have thirty (30) days in which to begin delivery/pick-up and laundry maintenance services. Setup fees are those fees charged for sizing and preparing garments for the individual employee. The setup fees for the initial sizing shall be waived. However, as new employees become covered under this contract, the contractor may be reimbursed for sizing. Employees shall be permitted to change their uniform issue once a year at no additional charge to the Government (i.e., changing long sleeve shirts for short sleeve shirts due to seasonal changes). The contractor shall not charge for size changes. A one-time set-up charge per uniform for each current employee and each new employee shall be authorized. The Period of Performance shall be from the award date through September 30, 2003. The Government will award a firm fixed price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors in descending order of importance shall be used to evaluate offers: 1) Technical Capability to Meet the Government's Needs; 2) Past Performance; and Price. Technical and past performance when combined, are significantly more important than price. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, including subparagraphs (6) 52.222-26, (7) 52.222-35, (8) 52.222-36, (9) 52.222-37, (10) 52.225-3, and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded from the NIST Web Page located at http://www.nist.gov/admin/od/contract/protest.htm. All offerors shall submit the following: 1) Three (3) copies of quotation which addresses CLIN 0001; 2) Technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recently published price list(s); 5) A list of three contracts completed during the past three years for similar services with the following information: name of contracting activity, contract number, contract type, total contract value, contracting office and telephone number, and program manager and telephone number; and 6) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded from http://www.nist.gov/admin/od/contract/repcert.htm. All offers should be sent to the National Institute of Standards and Technology, Acquisition and Assistance Division, Attn: Nick Nichols, Building 301, Room B117,Gaithersburg, MD 20899-0001. For information, call the POC identified above. Submission must be received by 3:00 p.m. Eastern Time on October 30, 1998. Faxed offers will not be accepted. See numbered Note 1. Posted 10/06/98 (W-SN259363). (0279)

Loren Data Corp. http://www.ld.com (SYN# 0109 19981008\W-0006.SOL)


W - Lease or Rental of Equipment Index Page