Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2011 FBO #3569
SOLICITATION NOTICE

84 -- Uniform Rental , Cleaning and Purchase

Notice Date
8/31/2011
 
Notice Type
Presolicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
BOEMRE-SASC Procurement Office1201 Elmwood Park BoulevardProcurement SectionNew OrleansLA70123US
 
ZIP Code
00000
 
Solicitation Number
M11PS00098
 
Response Due
9/15/2011
 
Archive Date
10/15/2011
 
Point of Contact
Olivia F. Adrian
 
E-Mail Address
keith.smith@boemre.gov
(olivia.adrian@mms.gov)
 
Small Business Set-Aside
N/A
 
Description
PLEASE READ CAREFULLY: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, in conjunction with FAR 13.5 as applicable and 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 United States Department of the Interior (DOI) Bureau of Ocean Energy Management, Regulation and Enforcement (BOEMRE), has a requirement for uniform purchase, rental and cleaning services to be awarded to the offeror whose quote gives evidence of the greatest value to the Government as outlined in this synopsis. The anticipated period of performance will be a Base Period of 12 months and four (4) Option Periods with 12 months each, a total of 60 months. Solicitation number M11PS00098 is being issued as a Request for Proposal (RFP) using FAR 12.6. This solicitation document and incorporated provisions and clauses which are those in effect through Federal Acquisition Circular 2005-52 and the Department of Interior Acquisition Regulation (DIAR). It is the contractor's responsibility to be familiar with applicable clauses and provisions. The North American Industrial Classification System (NAICS) Code is 812322 entitled industrial Launders. PROPOSAL/QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of proposals, Offeror must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this Solicitation. The response shall consist of a technical and a cost/price proposal. The Government anticipates awarding a Firm Fixed Price contract as a result of this Solicitation. The Offeror shall prepare their quote in accordance with the specifications and requirements stated in this solicitation. OBJECTIVES: The uniforms are to be provided to Bureau of Ocean Energy Management, Regulation and Enforcement (BOEMRE) inspectors and employees that travel to offshore infrastructures to conduct safety inspections. These employees are located in New Orleans, Bourg, Lafayette and Lake Charles Louisiana, and Clute, Texas. A list of specific addresses and number of employee are contained herein. During the life of the resultant contract, the BOEMRE will be hiring new inspectors/employees. The total number of newly hired employees and dates on when these employees will be hired is unknown. SCOPE: The DOI/BOEMRE anticipates awarding a contract to provide complete uniform service to include the following requirements: 1. Purchase of uniforms and accessories.2. Renting of uniforms 3. Cleaning of uniforms that are rented to include pick and delivery service4. Delivery and pick up of rented uniforms at each location5. Inspection and replacement of worn and tattered rented uniforms The uniforms shall be provided to Bureau of Ocean Energy Management, Regulation and Enforcement (BOEMRE) inspectors and employees that travel to offshore infrastructures to conduct safety inspections. These employees are located in New Orleans, Bourg, Lafayette and Lake Charles Louisiana, and Clute, Texas. A list of specific addresses and number of employee are contained herein. SPECIFICATIONS: ATTACHMENT 1 IS THE SPECIFICATIONS FOR THIS SOLICITATION. REQUIREMENTS:The Vendor shall provide uniforms for purchase, rental and cleaning in accordance with this solicitation. Purchase of New Uniforms: The contractor shall have the new uniform for purchase at the time of the award. BOEMRE will supply the contractor with digital color picture copies of the BSEE Emblems (in a CD if needed) that are digitally attached to this solicitation. The material used in making the patches shall be made of a flame resistant material. Delivery /Pick Up of New Uniforms and Rental Uniforms: Delivery and pick-up service is required for each of the five (5) locations. Delivery and pick-up will be coordinated with the specified person at each site. Delivery/pick shall be between the hours of 7:00am-3:30pm (central time), Monday-Friday, excluding Government holidays and declared government non-work days. The rotation of uniforms will be required to ensure that each employee that is renting uniforms has a clean uniform every day. The contractor shall provide in his quote what rotation schedule will be used for each location. Delivery and Pick up of cleaning the Rented Uniforms: The contractor shall clean and inspect the quality of all rented uniforms to ensure that worn, stained, or tattered material or missing/broken uniform items are replaced when needed. The contractor shall maintain each uniform so that it is presentable, in satisfactory condition, and professional looking at all times. Cleaning services provided shall be sufficient to remove stains, soils, etc. All uniforms shall be wrinkle free. Uniforms may be neatly folded or hung on hanger and wrapped in protective covering when being delivered to the specific locations. Chemicals/Detergents: All chemicals and detergents used to clean and laundry uniforms should be environmentally friendly. Material: All material used shall be a color fast, flame resistant material (FRM) that meets hazard risk category (HRC) 2 as defined in The National Fire Protection Association (NFPA) 70 E, 2009, addition have an arc rating that is greater then 8 cal/cm2 but less than 25 cal/cm2. All thread used shall be Nome. The material shall have a minimum weight of 7.0 and maximum of 8.5. When the material is laundered whether it is on a commercial or personal basis, it shall be wrinkle free. The material shall be designed to maximize appearance and wear life potential. In addition, material shall be designed to ensure consistency of color, performance, construction, and fit. Material shall be guaranteed for the life of the garment. A sample of the material that is proposed should be included with the quotation submitted. Uniform Composition and Accessories: There will be approximately 100 employees that will be renting uniforms. Although the total numbers is unknown at this time, the 100 (plus newly hired employees) employees are allowed to purchase one belt, a pair of gloves and two caps in the first year of the contract. There will be approximately 60 to 75 employees that will be purchasing uniforms. It is anticipated that these employees will be purchasing 2-3 uniforms, one belt, a pair of gloves and two caps in the first year of the contract. After the first year of the contract, uniforms and accessories for employees are purchased on an as needed basis. The government will not guarantee the purchase of uniforms for approximately 60 to 75 employees in any of the subsequent years. Whether rented or purchased, a basic uniform shall consist of a combination of the following items. 1.Trousers front zipper and button Color: Navy Blue2.Long sleeve Collared Shirt, front pockets with BSEE emblem, American Flag, cloth name emblem. Color: Light Blue3.Coveralls (not insulated) front zipper, with BSEE emblem, American flag and name patch Color Navy Blue Items 1 and 2 are considered a complete uniform when worn together. Item 3 (only) is considered a uniform by itself. MEASUREMENTS: The following items shall be available for purchase in sizes Small to 5 XL. When measurements are taken, the specific sizes may be obtained. (FRM) Trousers zipper and button, Color: Navy Blue (FRM) Coveralls (not insulated), front zipper with BSEE insignia and American flag and name patch, Color: Navy Blue(FRM) Long Sleeve Collared Work Shirts, with BSEE insignia and American flag and name patch, Color: Light Blue(FRM) Jacket: Navy Blue with BSEE insignia and American flag and name patch(FRM) Hood for Navy Blue Jacket above, Color: Navy Blue.(FRM) Zippered Jacket Liner for Navy Blue Jacket(FRM) Parker: Navy Blue with BSEE insignia and American flag and name patch(FRM) Team Jacket: Navy Blue with BSEE insignia and American flag and name patchLeather Belts with Buckle, Color: BlackLeather Braided Belts with Buckle, Color: BlackSolid Cap with BSEE embroidery, Color: Dark Blue PictureLeather Gloves, Color: Black or Tan EMBLEMS/PATCHES/EMBROIDERY Digital Copy of Emblem, Patches and Embroidery are attached. The material used in making the patches shall be made of a flame resistant material. The full color 100% embroidered flags and emblems shall be provided by the contractor and designed with a heavy stitch density and sharp detail and affixed to the uniform so that the flags and emblems shall lay flat and should not curl up on the edges. It will be the responsibility of the contractor for the security and inventory of the flag and BSEE emblems. Upon completion of the uniform contract, all BSEE Emblems shall be returned to the government. The vendor is required to present samples of the uniform products to BOEMRE for quality inspection within two (2) weeks of solicitation closing date. Vendor should contact the point of contact for this solicitation: Mr Keith Smith, Contract Specialist at 504-736-2615 to coordinate with the COR to set up the schedule for presentations. In addition, the contractor shall be required to affix these items on the uniforms. American Flag Patch: shall be full color 100 percent embroidered, rectangular in shape with outside dimensions of two (2) inches by (3) inches. It shall be positioned and sewn on the left sleeve head two (2) inches from the shoulder seam to all shirts and jackets and coveralls. BSEE Emblem: shall be full color 100 embroidered oval patch with dimensions of 2 inches high by 3 inches wide. It shall be positioned and sewn on the right sleeve head two (2) inches from shoulder seam. This emblem shall be positioned and sewn on all shirts, jackets, coveralls. Light Blue Cloth Personnel Name Emblem: The emblem shall be 1-1/4 inches by 3-1/4 inches and will have the employees first initial and last name embroidered on it. The name will be embroidered with navy blue thread. The name cloth emblem must be sewn 1/2 inch above the right side pocket. This cloth name emblems shall be sewn on shirts only. BSEE Logo Embroidery on Ball Caps: BSEE logo shall be embroidered on all ball caps. The color of the thread will be same color yellow as in the American Flag patch. Lettering shall be 1 3/8 high and wide centered on the front of hat/cap. Navy Blue Cloth Employees Name Emblem: The name emblem shall be 1-1/4 inches by 3-1/4 inches shall have the employees first initial and last name embroidered on it. The name will be embroidered with white thread. The name cloth emblem must be sewn 1/2 inch above the right side pocket. The navy blue cloth name emblem will be sewn on all jackets and coveralls. DISCUSSIONS/AWARD WITHOUT DISCUSSIONSThe Government reserves the right to award without discussions, so it is in your best interest to include your most favorable terms in your initial submission. However, the Government reserves the right to conduct discussions and to permit Offeror to revise their submissions. Any exceptions or deviations by the offeror to the terms and conditions stated in this Solicitation for inclusion in the resulting award may make the offer unacceptable for award without discussions. If an offeror proposes exceptions to the terms and conditions of this solicitation, the Government may make an award, without discussions, to another Offeror that did not take exception to the terms and conditions, if such offeror is determined to be the best overall value for this effort. Clarifications are limited exchanges with Offeror that may occur when award without discussions is contemplated. If award will be made without conducting discussions, Offeror may be given the opportunity to clarify certain aspects of quotes (e.g., the relevance of an Offerors past performance information and adverse past performance information to which the offeror has not previously had an opportunity to respond) or to resolve minor or clerical errors). EVALUATION FACTORS FOR AND BASIS FOR AWARDThis is a competitive best value acquisition utilizing simplified procedures. The following evaluation criteria will be used to determine which Offeror is considered to be the best overall value. Criterion A and B is equally important to each other and Criterion B is less important than A and B as identified below: A. Technical and Specifications andB. Past Performance/Past ExperienceC. Cost/Price A. TECHNICAL SPECIFICATIONS:Fully meets the required specifications and demonstrates the ability to provide the required specifications on the uniforms and the required delivery and services for all 5 locations in accordance with this solicitation; andUnderstands the scope and objective of this project and is aware of potential problems and demonstrates the ability to resolve them. B. PAST PERFORMANCE: Past Performance is the Agencys assessment of the degree to which an offeror has satisfied its past customers for uniforms rentals and cleaning services of a similar effort. BOEMRE will contact some or all of the customers listed as Past Performance references within the last three (3) years in the contractors proposal. BOEMRE will ask questions such as: whether or not they believe:(1) Offeror was capable, timely, efficient, and effective; (2) Offerors performance conformed to the terms and conditions of the contract; (3) Offeror was reasonable and cooperative during the performance; (4) Offeror was committed to customer satisfaction; and (5) Whether the products and services provided by the Offeror was of high quality. Past experience is the experience that Offerors have performing the services that is similar to the scope and requirement state herein. Both past performance and past experience will be evaluated by utilizing the information provided by the offeror for a comprehensive, completeness and all inclusive. EVALUATION OF PROPOSALS/QUOTATIONS: Quotations shall be prepared in accordance with and comply with the instructions above. The technical submission will be evaluated separately from the price. Each submission will be evaluated against the evaluation criteria listed above. Each Offerors proposed price will be evaluated for reasonableness. Price will always be an important factor; therefore, Offerors should make diligent efforts to control costs and submit fairly priced proposals. After evaluating price, award may be made to other than the low offeror, when the contracting officer determines it to be in the Government's best interest. TERMS AND CONDITIONS: The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. The Central Contractor Registration (CCR) number must be obtained before award can be made. To be considered for this award, Offerors must be registered in the CCR database prior to award. Offerors must also have all the representations and certifications online at www.orca.gov completed prior to submission of quote. PROPOSAL/QUOTATION QUESTIONS DUE DATE Interested Offerors must submit any questions concerning this solicitation no later than close of business on _09 September 2011_ to enable the BOEMRE to respond. Questions can be submitted via email to keith.smith@boemre.gov. Questions not received by the due date may not be considered. Offerors are reminded that any questions and responses submitted to the government will shared to all Offerors. METHODS OF PROPOSAL/QUOTATION DELIVERY Submit to the Attention of: Mr. Keith Smith, BOEMRE Procurement Operations Branch, and email at: keith.smith@boemre.gov. It is incumbent upon the offeror to ensure that their response to this Solicitation shall be delivered before the closing date and time as specified below. Submit your quote to the following address: Point of contact: Mr. Keith Smith (MS-2601) 1201 Elmwood Park Blvd New Orleans, LA 70123 PROPOSAL/QUOTATION DUE DATE Proposals/Quotations submitted in response to this Solicitation shall be received by the due date and time established. The Offerors proposal shall be submitted not later than 4:00 PM Eastern Time, on 15 September 2011________________ BASIS FOR AWARDAward shall be made to the responsible contractor whose proposal, in conforming to this RFP, provides an overall best value to the Government, technical and all other evaluation factors, and price considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable price. The Government reserves the right not to make an award as a result of this competition if, in the opinion of the Government, none of the submissions would provide satisfactory performance at a price that is considered fair and reasonable and/or economically feasible.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/MMS/SPB/M11PS00098/listing.html)
 
Record
SN02558084-W 20110902/110901000708-b0581c50728d065b718fb4b8501896c9 (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.