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