SOLICITATION NOTICE
S -- Laundry Services
- Notice Date
- 3/14/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812320
— Drycleaning and Laundry Services (except Coin-Operated)
- Contracting Office
- USPFO for Indiana, 2002 South Holt Road, Indianapolis, IN 46241-4839
- ZIP Code
- 46241-4839
- Solicitation Number
- W912L9-13-T-0010
- Response Due
- 3/28/2013
- Archive Date
- 5/13/2013
- Point of Contact
- Kerry N. Champ, 812-526-1782
- E-Mail Address
-
USPFO for Indiana
(kerry.n.champ.civ@us.army.mil)
- Small Business Set-Aside
- N/A
- 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. Solicitation number: W912L9-13-T-0010 Notice Type: Combined Synopsis/Solicitation Synopsis: The following items are needed: Laundry Services. The offers received will be evaluated by a best value determination and is subject to the availability of funds. Items / Information: 1. GENERAL REQUIREMENTS: 1.1 SCOPE OF WORK: The contractor shall provide laundry services to support the mission at Camp Atterbury, Edinburgh, IN. 1.1.1. Specific laundry service is to include the following: 1.1.1.a. Laundering of bed linens and blankets provided to mobilizing units while residing in barracks on Camp Atterbury 1.1.1.b. Laundering of mobilizing soldier's uniform clothing items to include the Army Combat Uniform (ACU), the Army Physical Fitness Uniform (APFU), and uniform undergarments (socks, t-shirts, underwear). Soldier's personal / civilian clothing will not be laundered under the scope of this contract. Individual soldier's uniform items will be kept segregated so items are not intermingled with another soldier's uniforms during the laundry process. 1.1.1.c. Laundering of military issued organizational clothing and individual equipment (OCIE) such as military sleeping bags, outer-tactical vests, and ruck sacks, etc. 1.1.2. Contractor shall provide transportation for laundered items from pick up points on Camp Atterbury (too include designated points in both the cantonment area and the forward operating bases) to the contractor's laundry facility. Contractor provided transportation must be able to accommodate loading with material handling equipment, ie forklift or pallet jack. Contractor shall return laundered items to Camp Atterbury as expeditiously as possible but not to exceed a 72 hour turnaround time (from date / time of pick-up to date / time of delivery). 1.1.4. Contractor shall supply all supplies, materials and equipment necessary to launder required items. All laundered items will be returned to Camp Atterbury cleaned, folded and shrink wrapped. Contractor shall not attempt to obligate the United States Government or Camp Atterbury in any way. 1.1.5. Laundering of all items covered in this PWS will be accomplished in accordance with the care and use instructions recommended by the manufacturer for each specific item. Questions concerning the care and use instruction will be directed to the Contracting office representative 1.1.6. At time of pickup, items to be laundered will are segregated by group/batch based upon customer being supported. The items to be laundered must be returned in the same groupings/batches as they were picked up. 1.2 CONTRACT PERIOD: This contract will be for a period of one year with four options to extend if desired by the United States Government. 1.3 OPERATING COSTS and/or FEES: 1.3.1. Contractor shall be responsible for all costs associated with renovations to the facilities they operate from in order to meet their operational requirements and for refuse, fuel, water/sewage, electricity and heating costs. 1.3.2. Contractor shall be responsible for the cost of transportation of laundered items to include driver wages, insurance, vehicle purchase or lease, and fuel. 1.3.3. Contractor shall be responsible for providing materials to keep uniform laundry segregated (i.e. mesh laundry bags) during the laundry process. 1.3.4. Contractor shall be held liable and reimburse the Government for the full replacement cost of items that are lost during the laundry process (from time of pick up by the contractor to time of delivery back to the government). Replacement cost of lost items will be based on current Army Master Data File (AMDF) pricing at date / time of loss. 1.4 ENVIRONMENTAL COMPLIANCE: 1.4.1. Contractor shall comply with all federal, state and local environmental laws and regulations. In case of a conflict among these laws and regulations, the most stringent law or regulation shall apply. If, as a result of the contractor's non-compliance with any applicable environmental law or requirement, the government incurs any cost (e.g., the cost of cleaning up a hazardous waste spill), the contractor shall indemnify the government and provide reimbursement for these costs. If a federal, state or regulatory agency assesses any fine, penalty, or fee against the government that is attributable to the contractor's noncompliance with any environmental law or requirement, the contractor shall indemnify the government for the amount of the fine and other government costs attributable to the violation. In case of the contractor's noncompliance with any applicable environmental law or regulation, the Contracting Officer will determine whether the Government or the contractor is responsible for abating or correcting the violation. This provision is not intended in any way to waive the Government's rights under any other provision of this contract. 1.4.2. Contractor will obtain non-hazardous products when available and will participate in established recycling programs where and when available. 1.5: CONTRACTOR PERSONNEL: 1.5.1. Contractor is fully responsible for the supervision, performance and conduct of their employees at all times while on Camp Atterbury performing under this contract. Contractor shall be responsible for selecting personnel who are well qualified to perform the required services, for supervising techniques used in their work and for keeping them informed of all improvements, changes and methods of operations. 1.5.2. Contractor shall not allow any employee to perform work under this contract while under the influence of alcohol, drugs, or any other incapacitating agent. 1.5.3. All personnel employed by the contractor or any representative of the contractor entering Camp Atterbury shall comply with all security regulations which may be in effect during the contract period and shall be subject to such checks as may be deemed necessary to assure that no violations occur. Military Police and other law enforcement personnel on Camp Atterbury have the right to deny entry to the installation or remove from the installation any contract employee for misconduct, which endangers the health or safety of people or property, or for reasons of security. In addition, the Installation Commander has the authority under 18 U.S.C. 1382 to bar any individual from entry on to the installation. Such action by the government shall not excuse the contractor from fulfilling all requirements under this contract and shall not be the cause of any claim or request for additional compensation by the contractor against the government. 1.6: MIMIMUM INSURANCE REQUIREMENT: Within 10 days of award, contractor shall furnish to the Contracting Officer a current certificate showing the following minimum amounts of insurance. Each policy shall contain an endorsement that cancellation of, or material change in the policy shall not be effective until after a 30-day written notice is furnished to the Contracting Officer. TYPE OF INSURANCE AMOUNT OF COVERAGE Workmen's Compensation as required by state law. Employer's Liability $100,000 General Liability for Bodily Injury $500,000 per occurrence Automobile Liability $200,000 per occurrence Bodily Injury $500,000 per occurrence Property Damage $20,000 per occurrence 1.7: HOURS OF OPERATION: Pickup and delivery of laundered items will occur during the normal duty hours for Camp Atterbury which are 0730hrs to 1600hrs Monday thru Friday to include all State or Federal holidays that occur Monday thru Friday. 1.8: INSTALLATION ACCESS AND CONTROL: 1.8.1. Search and Control: Camp Atterbury is a Federal Installation. All vehicles and personnel are subject to search and seizure of contraband and/or unauthorized Government property. Contractor vehicles (Contractor-owned and personal), Contractor employees, and their personal property shall be subject to searches upon entering or leaving the Installation. The search and seizure provisions of Army Regulation (AR) 190-22 shall apply to Contractor personnel entering or leaving Fort Drum. 1.8.2. Installation Access: Entry to the installation requires the following: prior coordination with the Contracting Officer or designated representative, current vehicle registration, proof of insurance, valid driver's license for the vehicle driver, and picture identification for other personnel. Contractors /Subcontractors and their employees requiring access to the installation will be required to comply with the installation access control policy/procedures. The main entrance gate is the only authorized gate for construction/commercial vehicle entry. The Government will not be responsible for damages due to delay/stoppages caused by failure to comply with the terms and conditions of the contract. 1.8.3. Unscheduled Installation Closures/Delays: Unscheduled curtailment of Installation Operations may occur at any time resulting from inclement weather. Post closures or delayed start times will be announced. The Contractor is not considered as mission essential; therefore, in the event that Camp Atterbury announces that the installation is closed, the Contractor will not be required to perform work scheduled for that day (or portion thereof); however, the tasks will need to be rescheduled for the next workday following the closure. 1.9: SECURING EQUIPMENT: The Contractor shall be responsible for securing its equipment and material while on Camp Atterbury. The government and/or Camp Atterbury shall not be held responsible for any loss experienced by the Contractor due to theft or vandalism. 1.10: RULES AND REGULATIONS: While located on Camp Atterbury (a military installation), the Contractor shall comply will applicable rules and regulations including, but not limited to, the following: 1.10.1. Safety. All rules of safety which are or may be imposed upon the Contractor by federal, state or municipal code, and the applicable Camp Atterbury regulations & policies shall be effectively carried out in the performance of this contract. 1.10.2. Traffic Regulations. The Contractor and employees operating motor vehicles on Camp Atterbury shall observe traffic regulations and posted speed limits. The only exception to posted speed limits is passing troops in formation when speed shall be reduced to 5 MPH. Traffic laws are enforced on Camp Atterbury and---- violators shall appear before a US Magistrate for disposition of the violation.----- 1.10.3. Motor Vehicle Regulations. Operation of motor vehicles on Camp Atterbury by contractor employees shall be governed by AR 385-55, Prevention of Motor Vehicle Accidents, AR 190-5, Motor Vehicle Traffic Supervision. 1.10.4. Smoking Regulation. Contractor employees shall comply with the Installation Smoking Policy. Smoking is permitted only in designated outside areas and is prohibited in all occupied work places. 1.10.5. Fire Prevention. The contractor and all employees shall be cognizant of and observe all requirements for handling and storage of combustible supplies and materials, daily disposal of combustible waste and trash in accordance with the National Fire Protection Association Code and the National Board of Fire Underwriters, as supplemented by AR 420-90. The Contractor shall also be familiar and require all employees to become familiar with the method of reporting a fire. 2. SPECIFICATIONS FOR PROPERTY AND SERVICES PROVIDED: 2.1 Camp Atterbury will not provide any permanent or temporary facilities on the installation for the contractor's use in the performance of this contract. The Contractor must provide its own facilities off-post to conduct its performance of services within the scope of this contract. 2.12 The Contractor agrees to provide an on-base pick-up and delivery service utilizing its own transportation assets to conduct the performance of services within the scope of this contract. See RFQ for IMPORTANT additional details Shipping / Location Information: FOB: Camp Atterbury JMTC Edinburgh, IN 46124 The North American Industry Classification System (NAICS) Code is 812320. All responsible sources may submit an offer, which shall be considered by the Agency. The winning vendor will be required to be registered in SAM (System for Award Management). Lack of registration in SAM will make an Offeror ineligible for award. CCR is located at www.sam.gov A Firm-Fixed-Price Blanket Purchase Agreement will be issued in writing. Payment: Payment by Wide Area Work Flow. Contractors using WAWF must register online at https://wawf.eb.mil You can find more information on WAWF and the registration process on the WAWF training site; http://www.wawftraining.com The following clauses and provisions incorporated can be found in RFQ W912L9-13-T-0010 and are to remain in full force in any resultant purchase order. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil POC: Kerry Champ Questions pertaining to this RFQ should be emailed to kerry.n.champ.civ@mail.mil Questions are due in this office no later than 21 March 2013, at 11 a.m. EST. Quotes are due in this office no later than 28 March 2013 @ 4:00 p.m. EST. Quotes should be e-mailed to kerry.n.champ.civ@mail.mil Quotes must include all requested items, tax id number and cage code. ***The Government considers the listed items as demonstrating the level of quality desired by this solicitation. Must provide specifications for items you are quoting. *****************Solicitation and all documentation can be located at www.fbo.gov or www.nationalguardcontracting.org. Click into NGB Advertised Solicitations and look for solicitation number.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA12/W912L9-13-T-0010/listing.html)
- Place of Performance
- Address: Camp Atterbury JMTC PO Box 5000 Edinburgh IN
- Zip Code: 46124-5000
- Zip Code: 46124-5000
- Record
- SN03012214-W 20130316/130314235155-e241fe502ffa1328090819acfb103ed0 (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 |