Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 18, 2009 FBO #2610
SOLICITATION NOTICE

S -- Laundry Services

Notice Date
1/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
RML-RFQ-9004
 
Archive Date
2/14/2009
 
Point of Contact
Julienne Keiser,, Phone: 406-363-9370, Lynda Kieres,, Phone: 406-363-9210
 
E-Mail Address
jkeiser@niaid.nih.gov, lkieres@niaid.nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with format in Subpart 12.6, in conjunction with FAR 13.5, as applicable, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested & a written solicitation will not be issued. Submit offers on RML-RFQ-9004. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-28 dated 12/12/08. This acquisition will be processed under FAR Part 12 - Acquisition of Commercial Items and is a Total Small Business Set-Aside. The North American Industry Classification Systems (NAICS) code for this procurement is 812320 and the size standard is $4.5. The period of performance for this contract will consist of 1(one) twelve month base period and 4 (four) twelve month option years. SCHEDULE: BASE YEAR PLUS 4(FOUR) OPTION YEARS: The Rocky Mountain Laboratories (RML) has a requirement for commercial laundry services. The Contractor shall furnish all labor, management, supervision, materials, equipment and transportation necessary to provide commercial laundry services. Commercial services shall include laundering of laboratory and animal unit clothing and other items utilized at the National Institutes of Health (NIH), National Institute of Allergy and Infectious Diseases (NIAID) located at the Rocky Mountain Laboratories (RML) 903 South 4th Street, Hamilton, Montana. The contractor shall provide commercial laundering services that utilize controlled and monitored chemical dispensing systems. Washing equipment shall be of the programmable type to allow for commercial formulas to be set according to type of garment and fabric being laundered. Formulas and chemical injection systems shall be checked and calibrated on a monthly basis, and records kept, showing accuracy of each system. All laundering services shall be in accordance with standard industry practices, to include washing and pressing of laboratory coats, laboratory scrub tops and bottoms, and washing of coveralls, sports bras, laundry bags, and hand and bath towels etc. The contractor shall also provide various colors and sizes of Nitrile rubber matting rugs for all entry areas of the following buildings: 1, 3, 5, 6, A, 12, 13, 13B, 22, 28, 29, 30, 31, and 32. Rugs shall not be vinyl rubber matting. Rugs shall be changed on a bi-weekly basis. Colors shall be approved by the government Project Officer. The contractor shall also replace and/or repair missing or loose laboratory coat buttons. All dirty laundry items are normally autoclaved in laundry bags at buildings 13 and 25 loading dock, and are stored there prior to pick-up. Each laundry bag is tagged with the name and/or building from which they came from. After laundry services are completed, all laundered items are to be returned to their designated area in sealed bundles and tagged with the name and/or building for which they are designated for with the exception of laboratory coats and uniforms which shall be pressed and returned on hangers. Laundered items shall be delivered at the following designated areas: Building 13 and building 25 loading dock. The contractor shall be liable for the return of the number and kind of articles furnished for laundering. Upon completion of each commercial laundering, the contractor shall provide a listing of all items laundered and the quantities of each item to Shipping/Receiving, building 29. Pick-up of soiled items and delivery of clean items shall be provided once per week during normal working hours (deliveries scheduled on a Federal holiday should be made on the adjoining work day). Normal hours of operation: 8:00 a.m. to 4:00 p.m. Monday through Friday. The following FAR provisions and clauses apply to this acquisition: (B)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation; 52.212-1 Instructions to Offerors Commercial; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3 Offerors Representations and Certifications Commercial Items at website http://orca.bpn.gov. FAR 52.237-3 Continuity of Services. FAR 52.217-5 Evaluation of Options. FAR 52.217-8 Option to Extend Services. 52.217-9 Option to Extend the Term of the Contract. 52.204-9 Personal Identity Verification of Contractor Personnel. Award will be based on the capability of the service offered to meet the above stated salient characteristics, including delivery, price, inclusive of all options, past performance, and the best value to the government. Offers may be mailed to Julienne Keiser at Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, Mt 59840, faxed to the POC indicated above (Fax - 406-363-9288), or e-mailed at (JKeiser@niaid.nih.gov). Offers must be submitted not later than 4:30 PM (MST), 1/30/09. Copies of the above-referenced clauses are available from http://www.arnet.gov/far/current/html/52_000_107.html or upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=41c4fb50777504c51e1d0c8d39835db8&tab=core&_cview=1)
 
Place of Performance
Address: ROCKY MOUNTAIN LABS, 903 S. 4TH STREET, HAMILTON, Montana, 59840, United States
Zip Code: 59840
 
Record
SN01733790-W 20090118/090116215017-41c4fb50777504c51e1d0c8d39835db8 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.