SOLICITATION NOTICE
99 -- Laundry Services-Food Service Department
- Notice Date
- 8/17/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- BIA-Central Office Acquisitions - Reston 2051 Mercator Drive Reston VA 20191
- ZIP Code
- 20191
- Solicitation Number
- A11PS01271
- Response Due
- 8/29/2011
- Archive Date
- 8/16/2012
- Point of Contact
- Quiana Galloway Contract Specialist 7033096521 quiana.galloway@bia.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is A11PS01271 and this is a Request for Quotation (RFQ). This requirement is a 100% set-aside for Small Business. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the best value. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-50. The suggested North American Industry Classification System (NAICS) code is 812332. BACKGROUND: The Chemawa Indian School in Salem Oregon requests Laundry Services for the Food Service department. Laundry services must include the collection and delivery of various types of laundry, which include rough dry, flat work, finish work. REQUIREMENTS: Laundering will be done in accordance with accepted standards of the Chemawa Indian School Food Service Department. Contractors must have certifications as required by the State of Oregon and be available on file at the Contractor's place of business. Required articles to be serviced:1. White - button/snap up the front, collared cotton shirts with pocketMedium -5 eachLarge -25eachX-Large -35 eachXXL -10 each2. White - button up the front, cooks' coatMedium-5 eachLarge -5 eachX-Large-15each3. Black apron, long, no pocketOne size -120 each4. 4x6 black ready step mats -8 each5. 3x10 black ready step mat-3 each6. 3x5 black dynamat black-1 each7. 3x5 sturdy step black splash mat-10 each8. Synthetic blend mop-4 each9. Wet mop large nylon-4 each10. Bar mop ribbed white towels-100 each11. Oven pad/mitt white XL-40 each Collection and Deliveries: Collections and deliveries are required at least once per week for approximately 36 weeks. They shall be made every Monday of each week, unless previously arranged with the Food Service Supervisor. A. Collections shall be picked up at the designated pick up area, and shall be receipted for the contractor at the time of collection. The vehicle shall transport dirty laundry to the laundry facility and shall be cleaned and sterilized with a 50-ppm chlorine solution prior the placement of clean laundry into the vehicle for return transport. Clean laundry shall not be transferred at any time in the same vehicle with dirty laundry. B. Deliveries will be made directly to the school by the contractor in closed laundry vehicle. Deliveries by commercial conveyance are not acceptable. All rough and flat work shall be packed (by type of garment and wrapped with 6 items in each package) in clear plastic wrapping and sealed by heat or pressure methods and handled in such a manner as to prevent contamination. All uniforms, collared shirts and coats, shall be delivered on hangers. A representative of the school's Food Service Department will receipt for all articles delivered by the contractor, noting any damages or shortages at the time of delivery. Processing: School laundry shall be processed separately from other customer laundry as a separate lot, as well as other laundered articles requested by the school as stated in the items of servicing. All articles shall be washed separately. As the laundry progresses through the various stages it shall be kept separate from the preceding stage. Receiving and sorting, laundering, finishing and storing. Processing Laundry Procedures: The following procedures are outlined in processing commercial laundry. White formula to assure maximum sterilization. A separate linen processing should be provided. Processing equipment should be arranged so that linen flows from soiled to clean, i.e., sorting area- washing -extracting -drying -ironing -folding -storage -etc. Basic processing steps should include the following components: A. An Initial FlushA cool water flush, or split (half cold and half hot water), shall be utilized initially to prevent setting of certain stains B. Siding Stages (4 stages minimum) The principal washing action is achieved during the detergent siding stages. The maximum temperature range should be between 150 degrees Fahrenheit and 170 degrees Fahrenheit. (A water temperature above 71 degrees Centigrade (160 degrees Fahrenheit) for 25 minutes will destroy practically all microorganisms except spores). Bleach is commonly added after the last siding stage. Chlorine (approximately 100 pip) is most commonly used for this purpose. C. Rinsing Stages (4 stages minimum) High temperatures rinsing (165 degrees Fahrenheit to 170 degrees Fahrenheit) normally follow the siding stages. A sour shall be added after the final rinse to remove traces of detergent. The sour abruptly reduces the pH from about 10.0 to 5.0 and thus aids in reduction of Microorganism. D. Fluff Drying - Twenty minutes at 165 degrees FahrenheitE. Ironing Ironing shall be performed in a laundry press or a flatwork ironer of approximately 100 pounds of steam pressure or (130 degrees Fahrenheit) to significantly reduce the number of microorganism Clean Linen Storage: Final holding and storage should be accomplished in an area, which is separate from dirty laundry, which has been sanitized with a 50-ppm chlorine solution. Hand washing facilities should be provided in this area. Items stored should preferably be placed in enclosed carts or on closed or covered linen shelves. A sewing and repair operation may be included in this area. Contractors Facilities - Sanitary Inspection: Appropriate OSHA standards should be met by the laundry facilities. A. Award of items listed on this SOW shall be made only to a bidder whose facilities at which such items are to be processed have been inspected or otherwise meet the requirements of the Chemawa Indian School, Food Service Department. B. The Government reserves the right to have the contractor's facilities inspected at all reasonable times during the performance of this contract. If an inspection reveals the existence of unsanitary conditions, the contractor shall be requested in writing by the Contracting Officer to correct such conditions. C. Refusal to correct unsanitary conditions shall constitute sufficient cause of the Government to terminate this contract immediately in accordance with clause entitled (default) and without waiting ten (10) days for the correcting of the condition. Performance Schedule:Performance of services is tentatively set from: Date of Award to May 18, 2011, unless the Contracting Officer changes the period in writing. (Excludes 2 weeks December 25, 2011 thru January 7, 2012 when staff are off on vacation) Delivery Schedule: A. One delivery per week requested, to be arranged between the contractor and the Food Service Representative of the School, Contracting Officer's Representative (COR): Thomas Bean, Food Cafeteria SupervisorB. The delivery days of the week, which the contractor will make collections and deliveries, will be Mondays, at 10:00 am local time. INSTRUCTIONS FOR QUOTE: The Quoter shall prepare a firm fixed price quote that contains all information necessary to allow for a comprehensive evaluation of the costs proposed. The Government may award a contract without discussions with offeror's. Award will be made based on "best value" to the government via the trade-off process. "Best value" is defined as the offer that results in the most advantageous solution for the Government, in consideration of the evaluation criteria. Native American/Indian Owned Business-BIA encourages the participation of Native American/American Owned vendors in accordance with FAR 52.226-1; Utilization of Indian Organizations and Indian-Owned Economic Enterprises & DIAPR 1452.226-70/71; Indian Preference and Indian Preference Program. BIA 1452.280-3; Subcontracting limitations, A contractor shall not subcontract to other than Indian Firms more than 50 percent of the work under a prime contract award pursuant to the Buy Indian Act. For this purpose work to be performed does not include the provision of materials, supplies, or equipment. QUOTE SUBMISSION: Questions must be submitted no later than August 24, 2011 at 1PM ET. Submit via email only to: Contract Specialist, Quiana.Galloway@bia.gov. Phone calls will not be accepted. Quotes must be received no later than August 29, 2011 at 1PM ET. CLAUSES: This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the CO will make their full text available. The provisions at FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008); 52.212-2 Evaluation-Commercial Items (Jan 1999); and FAR 52.212-3 Offeror Representations of Certifications (Aug 2009) apply to this acquisition. Quoters must include a complete copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the Quoter does not have a copy of this provision, you may obtain a copy at www.arnet.gov or contact the CO to receive a copy. Provision FAR 52.252-1 Solicitation Provisions Incorporated by Reference...Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (April 2011), FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Mar 2007); FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.225-13 Restrictions on Certain Foreign Purchases (June 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003); FAR52.237-1 Site Visit; FAR 52.217-8 Option to Extend Services (Nov 1999); FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.246-4 Inspection of Service - Fixed Price; Department of the Interior Acquisition Regulation (DIAR): 1452.204-70 Release of Claims (Jul 1996).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A11PS01271/listing.html)
- Place of Performance
- Address: Salem, Oregon
- Zip Code: 97305
- Zip Code: 97305
- Record
- SN02538961-W 20110819/110818000414-fb1decc1bb860e1c2b6706bf8a36fbba (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 |