Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2014 FBO #4557
MODIFICATION

S -- Modular Sleep Systems Nashville, TN - Solicitation 1

Notice Date
5/15/2014
 
Notice Type
Modification/Amendment
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Tennessee, PO Box 40748, Nashville, Tennessee, 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L7-14-T-0003
 
Point of Contact
Rhonda Lien, Phone: 615-313-0530
 
E-Mail Address
rhonda.m.lien.civ@mail.mil
(rhonda.m.lien.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Revised Solicitation with FAR 52.222-41 and proposal close date Solicitation: W912L7-14-T-0003 Agency/Office: National Guard Bureau Location: USPFO for Tennessee Title: PR 10503573 Sleep Systems - CIF Laundry Service Nashville, TN Quotes are due in this office no later than Tuesday, May 20, 2014, 8:00 a.m. Central Standard Time (CST). Please email your proposal to rhonda.m.lien.civ@mail.mil Description(s): This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being solicited and a written solicitation will not be issued. Solicitation number W912L7-14-T-0003 is hereby issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73. The Tennessee Army National Guard has the following requirements. This requirement is being advertised as a Small Business set-aside; the North American Industry Classification System (NAICS) Code is 812320 with a Small Business Size Standard of five million dollars ($5,000,000.00) per year. All responsible sources may submit an offer, which will be considered by this Agency. The following clauses are applicable to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR Clause 52.212-2 EVALUATION-COMMERCIAL ITEMS (JANUARY 1999); FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JUN 2006) (Deviation) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.)DFARS 252.212-7001 Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2006) (Deviation) and DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. The Awardee may request monthly payments throughout the lenght of the contract. The attached WAWF Sample worksheet is attached for review. Quotes are due in this office no later than Tuesday, May 20, 2014, 8:00 a.m. Central Standard Time (CST). Please email your proposal to rhonda.m.lien.civ@mail.mil 1. BACKGROUND. The base is located at 3041 Sidco Drive, Warehouse, Nashville, TN 37204 2. PURPOSE. The purpose of this contract is to provide linen services for the Modular Sleep Systems (Sleep System) for the Central Issuing Facility (CIF). Modular Sleep Systems (Sleep System) is a five (5) part sleeping system consisting of a breathable Gore-Tex bivy cover, a lightweight patrol sleeping bag, an intermediate cold weather sleeping bag, and two compression sacks. These five (5) parts will be considered one (1) unit and will be returned as one (1) unit. 3.0 PERFORMANCE WORK STATEMENT: 3.1.0 DESCRIPTION OF SERVICES: The contractor will pick up, laundry, (unbundled in boxes), and package, then return Modular Sleep Systems (Sleep System) for the Central Issuing Facility (CIF) Warehouse located at 3041 Sidco Drive Nashville, TN 37204 in accordance with all commercial standards and this Performance Work Statement (PWS). The contractor will laundry and return the Modular Sleep Systems within a ninety (90) day period. Quality assurance will be based on the performance outcome, not on frequency or method not addressed in another location within this solicitation.   3.1.1 PICKUP AND DELIVERY. The contractor will work in close coordination with the Contracting Officer's Representative (COR). The contractor will respond to customer needs in a timely, responsive, and flexible manner. Additionally, the contractor will partner with the CIF Warehouse to continually improve the quality of service offered to customers in the most cost effective manner 3.1.2. Modular Sleep Systems (Sleep System) Defined: The contractor is required to supply all equipment, materials, laundry supplies, and packaging materials to successfully perform the requirements of this contract. Packaging must be in accordance with the description in the Scope of Services. 4.0 UNIQUE REQUIREMENTS: 4.1. Each Sleep System will be generally free of stains and odors cleaned in accordance with the manufactures instructions and using best business practices. 4.1.2. Each Sleep System will be returned as a single Sleeping System (all five (5) parts) for easy redistribution by the CIF Warehouse. 4.1.3. Sleep systems will be picked up and returned to the CIF Warehouse in coordination with the COR and CIF Warehouse personnel in units of twenty (20) in the containers provided by the CIF Warehouse. 4.1.4. Each Sleep System will be washed in a "hypo-allergenic detergent." 4.1.5 The contractor is required to supply all equipment, materials, laundry supplies, and packaging materials to successfully perform the requirements of this contract 5.0 DAMAGED ARTICLES: 5.1 The contractor must identify any Sleep System that was damaged prior to the laundry process and return the damaged Sleep System, as a unit, to the CIF Warehouse Contracting Officer's Representative COR in a separately marked bundle. 5.1.2. The contractor must return any Sleep System, as a unit, damaged during the laundry process to the CIF Warehouse Contracting Officer's Representative COR in a separately marked bundle. 5.1.3. The contractor must re-clean at no additional cost to the Government any article that does not meet the industry standard. After the articles are re-cleaned, the contractor must package these articles separately and identify each unit by marking them "Re-Performed". 5.1.4. The contractor must reimburse the Government for 90% of Fed Log cost for all property lost or damaged. Contractor must prepare a "credit" invoice and provide this documentation to the COR. 6.0 PERFORMANCE OBJECTIVES: 6.1 Cleaning Standards: All items will be cleaned to in accordance with manufactures instructions inside sleeping bag and meet commercial standards being generally free of stains and no more than eight (8) valid customer complaints. - Before laundering your garment, zip the front closure, pockets and pit zips completely, and fasten all flaps and straps. - WASH - Follow the manufacturer's instructions. Machine wash on a warm permanent press cycle (105º F/40º C) using a small amount of liquid detergent. Rinse twice, minimize spinning to reduce creasing. Do not use powder detergents or any products that contain fabric softeners, conditioners, stain removers or bleach as they will affect garment performance. Do not wash with heavily soiled clothing. - BLEACH- Do not use chlorine bleach. - DRY - Line dry your garment, or tumble dry it on a warm, gentle cycle. Once it is dry, tumble dry your garment for 20 minutes to reactivate the durable water-repellent - (DWR) treatment on the outer fabric. - IRON - If unable to tumble dry, iron the dry garment on gentle setting (warm, no steam) by placing a towel or cloth between the garment and the iron. This will help reactivate the DWR treatment on your garment's outer fabric. 7.0 GENERAL INFORMATION: 7.1. Hours of Operation: The normal CIF Warehouse hours of operation are 07:30am to 15:30pm (3:30PM), Monday thru Friday, except where otherwise specified federal holidays (New Years Day, Memorial Day, Columbus Day, Martin Luther King Day, Independence Day, Veteran's Day, Presidents Day, Labor Day, Thanksgiving, Christmas). Pick up and deliveries will be conducted during normal hours of operation. A schedule will be coordinated between the contractor and the COR. 7.2. Environmental Protection: The Contractor will comply with all applicable environmental protection requirements. The Contractor will comply with federal, state and local laws regarding environmental pollution. In the event that a regulatory agency assesses a monetary fine against the Government for violations caused by contractor negligence, the contractor will reimburse the Government for the amount of that fine and all other costs. The Contractor will comply with the instructions of the COR and KO (Contracting Officer) with respect to avoidance of conditions which create a nuisance or which may be hazardous to military or civilian personnel. The Contractor will supply Material Safety Data Sheets (MSDS) to the facilities officer for all cleaning supplies. 8.0 PICK UP AND DELIVERY SCHEDULE. All pick up and deliveries must be accomplished on an agreed upon day that has been coordinated with the COR, between the hours of 7:30 am and 3:30 pm (CST). The Contractor will return all laundry items to the 3041 Sidco Drive (Warehouse) within 5 days of pickup, and in accordance with the above scheduled hours. 8.1.0 The sleeping bags will be in a 4'x4' box quantity of 20. You may pick up all at once or the minimum of 20 at a time as long as all 800 are cleaned and delivered within the 90 day period of performance. See the schedule below. Minimum/Maximum per Month (see attachment) Item Per Month Minimum Pick-Up/Return Per Month Maximum Pick-Up/Return Day Business Hrs 7:30am-3:30pm (CST) Grand total 800 SETS Pick-up/Delivery - 1st month 20 Sets 800 M-F Pick-up/Delivery - 2nd month 20 Sets 800 M-F Pick-up/Delivery - 3rd month 20 Sets 800 M-F   9.0 Quality Control: The contractor will utilize their own internal Quality Control processes in the performance of this contract. The quality control plan and supporting documentation will be made available to the Government for review upon request, should there be repeated unsatisfactory performance. 10.0 Physical Security: The contractor will be responsible for safeguarding Government property. At the end of each work period, all Government equipment and materials will be secured. 11.0 Environmental Management: In order to comply with federally mandated environmental preference programs and Department of Defense (DOD) "Green Procurement Program" (GPP) policy. Use of environmentally preferable products and services. These program elements include: recovered material products, energy and water efficient products, alternative fuels and fuel efficiency, bio-based products, non-ozone depleting substances, priority chemicals, and environmentally preferable products. These program elements are described on the Office of the Federal Environment Executive website (http://www.ofee.gov). 12.0 Products and Materials: Cleaning products required in the performance of this PWS will meet as a minimum, Green Seal Product Standards (http://www.greenseal.org/certproducts.htm. If it is determined that a product does not meet Government performance requirements, the contractor will submit a proposed alternative that would meet the performance requirements with the lowest environmental impact for evaluation and acceptance. Products that fall under the Environmental Protection Agency (EPA) Comprehensive Procurement Guidelines (CPG) (http://www.epa.gov/cpg) will meet the minimum recovered (recycled) content. Bio-based products will be used upon issuance of the bio-based product listing from the United States Department of Agriculture (USDA) (http://www.usda.gov). The contractor will purchase and use Energy Star or other energy efficient items listed on the Department of Energy's Federal Energy Management Program (FEMP) Product Energy Efficiency Recommendations product list. Before implementing any change that will result in a change to the contract price, the contractor will submit to the Contracting Officer a price proposal within 30 calendar days following receipt of the change. An equitable adjustment (increase or decrease) will be negotiated, if applicable, under the "Changes" clause of the contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L7-14-T-0003/listing.html)
 
Place of Performance
Address: Houston Barracks, 3041 Sidco Drive, Nashville, Tennessee, 37204, United States
Zip Code: 37204
 
Record
SN03367722-W 20140517/140515235333-3cca8aebed97d163a343a71577dd0f14 (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.