Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15,1998 PSA#2242

Department 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-98-31 DUE 010599 POC Contract Specialist, Sharon Phillips (202) 874-3255 (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format contained in FAR subpart 12.6 and FAR 14, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. In addition, this acquisition utilizes the procedures contained in FAR Subpart 13.5. (ii) The solicitation number is BEP-98-31 and is issued as an invitation for bids (IFB). (iii) This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 97-06. (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, Indefinite Delivery Indefinite Quantity (IDIQ) contract for a base period of 8 months and 2 one-year option periods. This procurement is intended to fulfill the requirements of the BEP's Washington, D.C. facility. The requirement is as follows: Lot 1 Base Period (Date of Contract Award through Sept 30, 1999), CLIN 001 pants & shirt for an estimated 870 employees (a minimum of 87 employees and a maximum of 957 employees), CLIN 002 smocks for 244 employees (a minimum of 24 employees and a maximum of 268 employees), CLIN 003 coveralls for 18 employees (a minimum of 2 employees and a maximum of 20 employees), and CLIN 004 Uniform Replacement Charge (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). The CLINs (requirements) for options 1 and 2 are the same as the base period. Bidders shall propose unit price per uniform (pant/shirt, coverall, etc.) for each employee for weekly service which shall include rental, pick-up, laundry, and delivery. 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 other employees who, during the performance of their work, regularly come into contact with contaminants and/or irritants such as paints, industrial inks, ultraviolet (UV) curable coatings and 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 service in accordance with the terms and conditions herein. The uniforms must be laundered in such a way as to remove any chemical residue classified as a contaminant and/or irritant. The uniform or portion thereof, i.e., pant, shirt, jump suit, smock must be pressed or ironed after proper cleaning. Ten (10) calendar days after contract award the Contractor will be provided with an employee listing of uniform size, working area, uniform color, and uniform style. The Contractor must provide each employee listed with ten new, not previously worn, uniforms of the proper size and type within 4 weeks of receiving the employee listing. It is estimated that 1,132 employees will require uniforms. Employees will return those uniforms that have been used to the Contractor for cleaning at least once each week. The laundering services provided by the Contractor shall include alterations, as required. Approximate quantities and types of uniforms by the number of employees are contained in Attachment A which will be transmitted to bidders upon requests. If the number of employees requiring uniform services increases, the Contractor shall be provided with the required uniform size and type. The Contractor shall allow for changes in color, quantity, size, and identification tags on uniforms because of changes in personnel at the BEP. The Contractor will provide new uniforms within 10 days of notification of changes. Uniforms no longer needed because an employee has changed work area or leaves the BEP will be returned to the Contractor and the rental fee reduced accordingly. The Contractor shall maintain an accurate log of the number of uniforms initially provided to the BEP as well as the number of items picked up and laundered. Copies of the logs shall be made available to the COTR. The Contractor shall pick-up and deliver uniforms to the BEP at the Washington, D.C. location on a weekly basis. Shirts shall be made from 4.5 ounce, 65 percent polyester and 35 percent cotton fabric. The fabric shall be permanent press and soil release finishes. Shirts shall have lined top stitched collar and collar band, with long sleeves and two front pockets. A patch indicating the employee's name or specified identification number shall be sewn above the right pocket and patch indicating the employee's work area shall be sewn above the left pocket. The patch shall be in a contrastingcolor. Shirts shall be available in both men's and women's sizes small through double extra large. Women's shirts shall be specifically altered to fit, as needed, at no additional cost to the BEP. Shirts shall be available in the following colors; light blue, light blue with white stripes, dark blue, light gray, and white. Trousers shall be made from 7.5 ounces, 65 percent polyester and 35 percent cotton fabric. The fabric shall have permanent press and soil release finishes. Trousers shall have a plain front with two quarter top pockets and two back hip pockets. Trousers shall have regular (not flared) leg bottoms. Men's trousers shall be available in waist sizes 28 inches through 54 inches with an inseam length of 28 inches through 36 inches. Women's trousers shall be available in sizes 4 through 24 with an inseam length of 26 inches through 34 inches. Trousers shall be available in the following colors; light blue, light blue with white stripes, dark blue, dark gray, and white. Trousers shall be double stitched with no cuff at the end of the legs. Men's and women's trousers shall be altered to fit, as needed, at no additional charge. Coveralls shall be made of 7.5 ounce, 65 percent polyester/35 percent cotton fabric. The fabric 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 breast pockets). A patch indicating the employee's name and/or identifying number shall be sewn above the left pocket. The patch shall be in contrasting color to the coverall color. Coveralls shall be available in chest sizes 34 through 54 and in short through extra tall lengths. Coveralls shall be available in dark blue and white. Smocks shall be made of approximately 50 percent cotton and 50 percent polyester. The smocks shall cover the individual by containing an inside and outside tie string. Smocks shall fold from left to right when being worn by an individual and cover and lock by tying the outside tie string with the inside string. Smocks should have three pockets (two lower pockets and one upper left breast pocket). A patch indicating the employee's name and/or identifying number shall be sewn above the left pocket. The patch shall be in contrasting color to the smock color. Smocks shall come in colors of dark blue and light blue. All garments shall have the employee's name and unique identification number marked on the inside for accountability purposes. Sizing of employee uniforms shall is required of the Contractor. The Contractor shall be required to come to the BEP (Washington, D.C. facility) to obtain the sizes of the employees requiring a uniform or other garment (coveralls) as needed. The BEP operates on the following shifts: 6:30 am to 3:30 pm for the day shift, 3:30 pm to 11:00 pm for the evening shift, and 11:00 pm to 7:00 am for the midnight shift. The Contractor shall make arrangements with the COTR to schedule specific times to come to the BEP and measure the employees to ensure proper fit of garments. Maintenance of uniforms shall be required of the Contractor. All garments shall be free from any defects such as holes, tears, fabric defects, spots, uneven dyeing, loose or missed stitches, or anything else that would affect its appearance, its usefulness or serviceability. The Contractor shall be responsible for replacing buttons, zippers, and patching small rips or tears to a uniform, as requested, at no charge to the BEP. The COTR shall notify the Contractor of the need for repairs by affixing a tag to the item (shirt, trouser, etc.) specifying what needs to be repaired. Unserviceable uniforms torn beyond repair or deemed 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 provided by the Contractor shall be new, 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. In addition, the Contractor shall include in the report details of all charges to the BEP for any lost or ruined garment. 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. 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, 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 bidder agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. (ix) The Government will evaluate bids in response to this solicitation without discussion and will award a contract to the responsible bidder whose bid, conforming to the solicitation, will be most advantageous to the Government considering only price. 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 (bidders 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, is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract: Paragraph (c)(1) 52.222-41, (c)(3) 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; 52.219-6 Notice of Total Small Business Set-Aside and 52.232-18 Availability of Funds. Clauses and certifications can be obtained in full text at the following web site: http://www/arnet.gov/far/. (xvi) Signed and dated offers (1 original and 2 copies) must be submitted to Department of the Treasury, Bureau of Engraving & Printing, Office of Procurement, 14th & C Streets, SW, Washington, DC 20228-0001, Attention: Sharon Phillips, Room 705A at or before 3 p.m. (local time) on January 5, 1999. If a company representative wishes to attend bid opening on January 5, 1999, please contact Sharon Phillips at 202-874-3255 at least 24 hours before the bid opening to allow for access to the BEP. Fax or e-mail requests to attend bid opening will be considered. Bidders must confirm receipt of their requests at the phone number provided above. (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 December 23, 1998. Posted 12/11/98 (W-SN279730). (0345)

Loren Data Corp. http://www.ld.com (SYN# 0073 19981215\S-0004.SOL)


S - Utilities and Housekeeping Services Index Page