Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 11, 2015 FBO #5101
SOURCES SOUGHT

99 -- Uniform Rental and Cleaning

Notice Date
11/9/2015
 
Notice Type
Sources Sought
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA - LEAD - (SPS), 1 OVERCASH AVE KO, BLDG 2 SOUTH, CHAMBERSBURG, Pennsylvania, 17201-4150, United States
 
ZIP Code
17201-4150
 
Solicitation Number
W911N2-16-R-0019
 
Archive Date
12/2/2015
 
Point of Contact
Trudy O. Alleman, Phone: 7172675874, Sarah Keebaugh, Phone: 7172679007
 
E-Mail Address
trudy.o.alleman.civ@mail.mil, sarah.keebaugh.civ@mail.mil
(trudy.o.alleman.civ@mail.mil, sarah.keebaugh.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought Notice for Information Only: This Request for Information (RFI)/Sources Sought Notice is issued for informational and planning purposes only. This is not a Request for a Quote (RFQ). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Letterkenny Army Depot is currently conducting market research to locate qualified, experienced, and interested potential sources. Negative replies are also sought. The contractor shall furnish all necessary labor, transportation, materials, quality control, pickup and delivery service and other items necessary to provide Letterkenny Army Depot with clothing rental, clothing repair, cleaning, dump containers, and laundry bag services in accordance with the terms and conditions as defined in this PWS. Contractor is responsible to keep the blast suits separate from all other clothing due to potential heavy metal contaminants on dirty blast suits. Contractor must also maintain a weekly delivery schedule and be able to provide emergency, same-day service when required by Letterkenny Army Depot. The solicitation will contain a statement that all offerors who submit a proposal will be required to provide a statement that all uniforms are in compliance with the Berry Amendment. The requirement will be for base year and four option years. Base Year 0001 BLASTER SUITS, THE CONTRACTOR SHALL FURNISH ALL NECESSARY LABOR, TRANSPORTATION, MATERIALS, QUALITY CONTROL, PICKUP AND DELIVERY AND OTHER ITEMS NECESSARY TO PROVIDE LETTERKENNY ARMY DEPOT WITH CLOTHING RENTAL, CLOTHING REPAIR, CLEANING, DUMP CONTAINERS AND LAUNDRY SERVICES IN ACCORDANCE WITH THE TERMS AND CONDITIONS OF THE PERFORMANCE WORK STATEMENT. BLASTER SUITS MUST BE KEPT SEPARATE FROM OTHER ITEMS DUE TO THE POTENTIAL FOR CADMIUM CONTAMINATION. QTY - 9,360 EACH 0002 SHIRTS & PANTS, THE CONTRACTOR SHALL FURNISH ALL NECESSARY LABOR, TRANSPORTATION, MATERIALS, QUALITY CONTROL, PICKUP AND DELIVERY AND OTHER ITEMS NECESSARY TO PROVIDE LETTERKENNY ARMY DEPOT WITH CLOTHING RENTAL, CLOTHING REPAIR, CLEANING, DUMP CONTAINERS AND LAUNDRY SERVICES IN ACCORDANCE WITH THE TERMS AND CONDITIONS OF THE PERFORMANCE WORK STATEMENT. SHIRTS & PANTS MUST COME AS A SET AND BE CHEMICAL AND ACID RESISTANT AND MEET THE SPECIFICATIONS OUTLINED IN THE PWS. QTY - 74,464 EACH 0003 BULK COVERALLS, THE CONTRACTOR SHALL FURNISH ALL NECESSARY LABOR, TRANSPORTATION, MATERIALS, QUALITY CONTROL, PICKUP AND DELIVERY AND OTHER ITEMS NECESSARY TO PROVIDE LETTERKENNY ARMY DEPOT WITH CLOTHING RENTAL, CLOTHING REPAIR, CLEANING, DUMP CONTAINERS AND LAUNDRY SERVICES IN ACCORDANCE WITH THE TERMS AND CONDITIONS OF THE PERFORMANCE WORK STATEMENT. BULK COVERALLS ARE GOVERNMENT OWNED AND THE LAUNDERING STANDARDS ARE OUTLINED IN THE PWS. QTY - 10,400 EACH 0004 FR COVERALLS, THE CONTRACTOR SHALL FURNISH ALL NECESSARY LABOR, TRANSPORTATION, MATERIALS, QUALITY CONTROL, PICKUP AND DELIVERY AND OTHER ITEMS NECESSARY TO PROVIDE LETTERKENNY ARMY DEPOT WITH CLOTHING RENTAL, CLOTHING REPAIR, CLEANING, DUMP CONTAINERS AND LAUNDRY SERVICES IN ACCORDANCE WITH THE TERMS AND CONDITIONS OF THE PERFORMANCE WORK STATEMENT. FIRE AND ACID RESISTANT COVERALLS ARE RENTED AND THE LAUNDERING STANDARDS ARE OUTLINED IN THE PWS. QTY - 37,232 EACH 0005 WASH CLOTHS AND TOWELS, THE CONTRACTOR SHALL FURNISH ALL NECESSARY LABOR, TRANSPORTATION, MATERIALS, QUALITY CONTROL, PICKUP AND DELIVERY AND OTHER ITEMS NECESSARY TO PROVIDE LETTERKENNY ARMY DEPOT WITH CLOTHING RENTAL, CLOTHING REPAIR, CLEANING, DUMP CONTAINERS AND LAUNDRY SERVICES IN ACCORDANCE WITH THE TERMS AND CONDITIONS OF THE PERFORMANCE WORK STATEMENT. QTY - 30,160 EACH 0006 LAUNDRY BAGS, THE CONTRACTOR SHALL FURNISH ALL NECESSARY LABOR, TRANSPORTATION, MATERIALS, QUALITY CONTROL, PICKUP AND DELIVERY AND OTHER ITEMS NECESSARY TO PROVIDE LETTERKENNY ARMY DEPOT WITH CLOTHING RENTAL, CLOTHING REPAIR, CLEANING, DUMP CONTAINERS AND LAUNDRY SERVICES IN ACCORDANCE WITH THE TERMS AND CONDITIONS OF THE PERFORMANCE WORK STATEMENT. QTY 30,160 EACH 0007 DUMP CONTAINERS, THE CONTRACTOR SHALL FURNISH ALL NECESSARY LABOR, TRANSPORTATION, MATERIALS, QUALITY CONTROL, PICKUP AND DELIVERY AND OTHER ITEMS NECESSARY TO PROVIDE LETTERKENNY ARMY DEPOT WITH CLOTHING RENTAL, CLOTHING REPAIR, CLEANING, DUMP CONTAINERS AND LAUNDRY SERVICES IN ACCORDANCE WITH THE TERMS AND CONDITIONS OF THE PERFORMANCE WORK STATEMENT. DUMP CONTAINERS ONLY NEED TO BE SUPPLIED IN THE BASE YEAR. - QTY - 2,808 EACH 0008 Manpower Reporting - 1 EACH Performance Work Statement (PWS) For UNIFORM & COVERALL RENTAL WITH LAUNDRY SERVICE 1.0 General The purpose of the protective clothing outlined in this statement is to provide protection from hazards in accordance with OSHA standards that have been identified in LEAD's working environment for which LEAD has the responsibility to protect employees from. Hazards include but are not limited to arc flash, weld splatter, chemical hazards, and heavy metal exposure during abrasive blasting operations which are routine operations at LEAD. Every effort should be made to mitigate any negative impact on productivity. 1.1 Scope The contractor shall furnish all necessary labor, transportation, materials, quality control, pickup and delivery service and other items necessary to provide Letterkenny Army Depot with clothing rental, clothing repair, cleaning, dump containers, and laundry bag services in accordance with the terms and conditions as defined in this PWS. Contractor is responsible to keep the blast suits separate from all other clothing due to potential heavy metal contaminants on dirty blast suits. Contractor must also maintain a weekly delivery schedule and be able to provide emergency, same-day service when required by Letterkenny Army Depot. 1.2 Background: OSHA's primary personal protective equipment standards are outlined in Title 29 of the Code of Federal Regulations (CFR), Part 1910, such as; 1910.252 Welding, Cutting, and Brazing General Requirements, 1910.335 Electrical Safeguards for Personnel Protection, 1910.1025 Lead, 1910.1026 Chromium (VI), and 1910.1027 Cadmium. In each of these OSHA standards, it clearly states that the employer shall identify and assess its workplace to determine if hazards are present that require the use of personal protective equipment. If such hazards are present, the employer must select protective equipment and require workers to use it, communicate its protective equipment selection decisions to its workers, and select personal protective equipment that properly fits workers. 1.3 Period of Performance (PoP): The Period of Performance shall be one Base Year of 12 months and 4 additional years. The Period of Performance reads as follows: 1.3.1 Base Year: 1 April 2016 to 31 March 2017 1.3.2 Option Year One: 1 April 2017 to 31 March 2018 1.3.3 Option Year Two: 1 April 2018 to 31 March 2019 1.3.4 Option Year Three: 1 April 2019 to 31 March 2020 1.3.5 Option Year Four: 1 April 2020 to 31 March 2021 1.4 General Information: 1.4.1 Quality Assurance (QA): The Government Contract Officer Representative (COR) will provide surveillance and evaluate the contractor's performance under this contract in accordance with the performance standards. The COR will relay any deficiencies of the contract to the Contracting Officer (KO). The COR is not empowered to make any contract or to authorize any contractual changes on the Government's behalf. The contractor shall refer any changes they deem may affect contract price, terms, or conditions to the KO for action. The KO will ensure performance of all necessary actions for effective contracting, ensure compliance with the contract terms, and will safeguard the interests of the United States in the contractual relationship. The KO will also assure that the contractor receives impartial, fair, and equitable treatment under this contract. The KO is ultimately responsible for the final determination of the adequacy of the contractor's performance. 1.4.2 Recognized Holidays: The following are recognized US holidays. The contractor does not perform the services on these days: 1.4.3.1 New Year's Day: January 1st 1.4.3.2 Martin Luther King, Jr.'s Birthday: Third Monday in January 1.4.3.3 President's Day: Third Monday in February 1.4.3.4 Memorial Day: Last Monday in May 1.4.3.5 Independence Day: July 4th 1.4.3.6 Labor Day: First Monday in September 1.4.3.7 Columbus Day: 12th of October 1.4.3.8 Veteran's Day: November 11th 1.4.3.9 Thanksgiving Day: Third Thursday in November 1.4.3.10 Christmas Day: 25th of December 1.4.4 Place and Performance of Services: The contractor shall provide services between the hours of 5:00AM on 3:30PM (i.e., Monday through Friday), except on recognized US holidays or when the Government facility/installation is closed due to local or national emergencies, administrative closings, or similar Government-directed facility/installation closings. Performance shall be at buildings listed in Exhibit 2. The contractor shall at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this PWS when the Government facility/installation is not closed for the above reasons. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the work force are essential. 1.4.5 Security Requirements: Contractor and all associated sub-contractor's employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Risk Management or Security Office. Contractor workforce shall comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. Should the Force Protection Condition (FPCON) change, the Government may require changes in contractor security matters or processes. 1.4.5.1 Physical Security: The contractor shall safeguard all Government property provided for contractor use. At the close of each work period, Government facilities, equipment and materials shall be secured. 1.4.5.2 Information Security: CELLULAR PHONES AND ELECTRONIC DEVICES, The Contractor shall comply with the Depot's policy regarding the use of Cellular Phones and Electronic Devices. The Contractor and Contractor employees shall not use electronic communication devices and accessories while on duty in safety sensitive areas. Electronic communication devices include cellular phones (including those with hands-free devices), scanner, walkie-talkie, tape recorder, Compact Disc (CD) player or cassette/walkman, radio, MP3 Player, boom-box, game-boy and other electronic device used to transmit, receive or record information. The safety sensitive areas will be identified by the Project Manager or COOR at the Kick-off meeting. 1.4.5.4 iWATCH Training: The contractor and all associated sub-contractors with an area of performance within an Army-controlled installation, facilities or area shall brief all employees on the local iWATCH program. This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR or contracting officer. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance. The contractor shall report completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 15 calendar days after completion of training. iWATCH training is available on the Letterkenny Army Depot homepage - www.lead.army.mil. 1.4.5.5 OPSEC Training: Per AR 530-1, Operations Security, new contractor employees and associated sub-contractor employees shall complete Level I OPSEC training within 30 calendar days of their reporting for duty and annually thereafter. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 15 calendar days after completion of training. Level 1 OPSEC training is available on the Letterkenny Army Depot homepage - www.lead.army.mil. 1.4.7 Special Qualifications: None 1.4.8 Post Award Conference/Periodic Progress Meetings: The contractor agrees to attend any post award conference convened by the KO in accordance with Federal Acquisition Regulations Subpart 42.5. The KO, Contracting Officer's Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contactor's performance. At these meetings, the Contacting Officer will apprise the contractor of how the Government views the contractor's performance and the contractor shall apprise the Government of problems, if any, being experienced The contractor shall resolve outstanding issues raised by the Government. Contractor attendance at these meetings shall be at no additional cost to the Government. 1.4.9 Contract Manager (CM): The contactor shall provide a CM who shall ensure performance under this contract. The name of this person, and an alternate who shall act for the contractor when the CM is absent, shall be designated in writing to the KO. The CM or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. 1.4.10 Identification of Contractor Employees: All contact personnel attending meetings, answering Government telephones and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. The contractor shall also ensure that all documents or reports produced by contractor personnel are suitably marked as contractor products or that contractor participation is appropriately disclosed. 1.4.11 Organizational Conflicts of Interest (OCI): The contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent OCIs, as defined in FAR Subpart 9.5. The contractor shall notify the KO immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the KO to avoid or mitigate any such OCI. The contractor's mitigation plan will be determined to be acceptable solely at the discretion of the KO and in the event the KO unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the KO may affect other remedies as he or she deems necessary, including prohibiting the contractor from participation in subsequent contracted requirements which may be affected by the OCI. 2.0 Definitions and Acronyms 2.1.1 CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2 CONTRACTING OFFICER (KO). A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3 CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government designated by the KO to monitor contractor performance. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4 DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5 DELIVERABLE. Anything that can be physically delivered and includes non-manufactured things such as meeting minutes or reports. 2.1.6 KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7 PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8 QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10 QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11 SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.12 WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.13 WORK WEEK. Monday through Friday, unless specified otherwise. 2.2 ACRONYMS AFARS Army Federal Acquisition Regulation Supplement AR Army Regulation CFR Code of Federal Regulations CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative COTS Commercial-Off-the-Shelf DA Department of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254 Department of Defense Contract Security Requirement List DFARS Defense Federal Acquisition Regulation Supplement DOD Department of Defense FAR Federal Acquisition Regulation KO Contracting Officer OCI Organizational Conflict of Interest ODC Other Direct Costs PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program TE Technical Exhibit 3.0 Government Furnished Property, Material, Equipment and Services (GFP/M/E/S): The Government will provide the facilities, equipment, materials, and/or services listed below: 3.1 Facilities: The Government will furnish the necessary workspace for the contractor staff to provide the support outlined in this PWS. 3.2 Equipment: NONE 3.3 Materials: Labels required for complying with paragraph 5.3.8 of this document and Government Furnished Coveralls, QTY of 100. 3.4 Services: Labeling (Name Tagging) of individual Shirts, Pants and Coveralls as prescribed. 3.5 Utilities: NONE 4.0 Contractor Furnished Property, Materials, Equipment (CFP/M/E): 4.1 General: Except for those items specifically stated to be Government-Furnished in Paragraph 3.0, the contractor shall furnish everything required to perform these services as indicated in Paragraph 1.1. 4.1.1 The government will not be obligated to pay for any services or materials which have not been rendered due to contractor delays or error. Nor will the government be obligated to pay for any unacceptable services or materials which have been returned to the contractor due to poor unserviceable quality. 4.2 The Quality Assurance Plan (QASP) describes specific details on authority and contractor responsibilities in relation to the contractor furnished property, materials and equipment for performance plan guidelines. 5.0 REQUIREMENTS: 5.1 RENTAL ITEMS-The contractor shall ensure that each Letterkenny Army Depot employee who is exposed to hazards of flames, chemicals or electric arc do Not wear uniforms or coveralls that, when exposed could increase the extent of injury that would be sustained by the employee. Garments shall not be made from the following types of fabrics, either alone or in blends, unless the contractor can demonstrate that the fabric has been treated to withstand the conditions that may be encountered or that clothing is worn in such a manner as to eliminate the hazard involved: acetate, nylon, polyester, rayon. All garments shall be made in accordance with 29 CFR 1910.269(1)(6)(iii), OSHA or a most recent related document provided by federal government agency. 5.1.2 The contractor shall provide technical data for clothing that meets key design and operation features that can be compared and contrasted with those of a comparison unit. 5.1.3 CLOTHING STANDARDS-Clothing shall be in new or like new condition and shall meet all OSHA Standard for an Industrial Type & Equipment Maintenance work environments. The clothing shall prevent excessive exposure to flames, chemicals and other skin hazards directly or indirectly related to an industrial type environment. 5.1.4 MATERIAL RATING-Physical characteristics of fabric-must have a Flame Resistant Clothing (FRC) rating of (8.4) or higher. Thermal protective characteristics of the fabric must meet Hazard Category II (2). Preferred fabric option is Tecasafe® Plus or equivalent. Tecasafe® Plus is an engineered fabric designed to be inherently flame resistant, not chemically treated, and flame resistance cannot be washed out by laundering. 5.1.5 CLEANING AND REPAIR-The contractor shall furnish, provide fit, launder and repair of industrial type protective work clothing. The contractor is to provide cleaning services as specified within individual line items to restore clothing to a clean and serviceable condition. Clothing shall be returned free from dirt, stains, and wrinkles in accordance with the standards of the industry. All pants, shirts and coveralls shall be delivered on hangars. The contractor is responsible during the cleaning process to effect routine repairs to clothing i.e., replacement of buttons, repair of zippers, seams, etc. The repair of clothing shall be made at the time of laundering service at No additional cost to the government. If it is deemed that clothing is no longer repairable, then the contractor is to replace the clothing with new. 5.2 Welder, Electrician & Dip Tank Employee Uniform Requirements: 5.2.1 Work Shirt & Pant Uniform 5.2.2 UNIFORM STANDARD-The work Shirt and Pant uniform shall consist of long pants and long sleeve shirt. The entire uniform shall be designated as Flame Resistant and Arc-Rated for Hazard/Risk Category II which shall meet and further be in compliance with ASTM F1506, NFPA 2112, and NFPA 70Estandards. 5.2.3 SHIRTS-The contractor shall supply long sleeve SHIRTS without pockets and button or snap front and wrist. The contractor shall launder and repair rented shirts as specified. The contractor shall provide all labor, material, services, facilities and equipment to provide clothing rental, cleaning and repair in accordance with ASTM 1449, NFPA 2113, and the delivery order. 5.2.4 PANTS-The contractor shall supply PANTS that are to be long legged, zipper fly and contain pockets. The contractor shall launder and repair rented pants as specified. The contractor shall provide all labor, material, services, facilities and equipment to provide clothing rental, cleaning and repair, in accordance with ASTM 1449, NFPA 2113, and the delivery order. 5.2.5 The contractor shall launder and repair all rented Work Shirts and Pants as indicated in the delivery schedule. The contractor is responsible for furnishing the prescribed Work Shirts & Pants to the specified areas in each line item. Each area requires that a sufficient number of uniforms be provided to the area specified, to accommodate the availability of coveralls for an estimated number of personnel serviced at the frequencies of Change indicated. 5.2.6 The Shirts and Pants shall be packaged in bundles and bundles returned to the respective work sites in accordance with the delivery order. 5.3 Welder, Electrician & Dip Tank Employee Coverall Requirements 5.3.1 COVERALLS Standard- Coveralls shall be in new or like new condition and all clothing shall be Flame Resistant and Arc-Rated for Hazard/Risk Category II which shall meet and further be in compliance with ASTM F1506, NFPA 2112, and NFPA 70Estandards. Coveralls must be washed in accordance with ASTM 1449 and NFPA 2113 to prevent the drop of protection values. Any other washing method could result in the clothing no longer protecting personnel from hazards at the worksite. Every effort should be made to mitigate any negative impact on employee's productivity. 5.3.2 The contractor shall launder and repair all rented coveralls as indicated in the delivery schedule. The contractor is responsible for furnishing these coveralls to the specified areas in each line item. Each area requires that a sufficient number of coveralls be provided to the area specified, to accommodate the availability of coveralls for an estimated number of personnel serviced at the frequencies of Change indicated. 5.3.3 These coveralls shall be packaged in bundles and bundles returned to the respective work sites in accordance with the delivery When government owned clothing is no longer repairable, then the contractor shall immediately notify the Contracting Officer's Representative (COR) or the Contracting Officer (KO). 5.4 Blast Protection Suit/Coverall and Uniform: 5.4.1 Blast Suit/Coverall and Uniform-The contractor shall provide uniforms and Blast Suits/Coveralls in new or like new condition and, consist of General Purpose, light duty long pants and short sleeve shirts to be worn under blast suits/coveralls designed specifically for heavy abrasive blasting operations. All blast uniforms, suits and coveralls must prevent or reduce dust particles penetration per OSHA and per 29 CFR 1910.134(a) specifications. Each employee must be provided with and instructed to wear suitable gauntlet gloves and coveralls that will prevent abrasive materials from contacting the skin from entry through breaks in clothing. This requirement is additional to the protection afforded from leather or rubberized capes associated with self-contained breathing helmets and protective leg chaps. The lower leg of such coveralls should be belted and buckled or taped closed around the workers safety boot to prevent the entry of abrasive. 5.4.2 Specifications- shall be all encompassing to include long sleeves and long pant legs, zipper front from the crotch to the neck, with snap, button or Velcro wrists. Pockets are not permitted. 5.4.3 Collection and Handling-Collection bins for dirty blaster's suits/coveralls will be equipped with a bin liner and closable lid so as to prevent potentially contaminated blast dust from becoming airborne. All dirty blasters suits/coveralls must be handled as if they were contaminated with lead cadmium, or chromium dust. 5.4.4 Fabric Design-Blaster suits/coveralls shall be specifically designed and manufactured for heavy abrasive blasting operations. Fabric of blast suits and coveralls shall be inspected for safety compliance by a Technical Advisor (TA) from Letterkenny Army Depot's Safety Office. 5.4.5 Blast Protection-All uniforms and blasting suits/coveralls shall be in accordance with 29 CFR 1910.94 (a) (5) PPE for Abrasive Blasting Operations. (Note: Potential exposure to dust and air contaminants is the primary health hazard associated with abrasive blasting. Abrasive blasting can generate large quantities of dust that can contain high levels of toxic air contaminants. This means that employees can have exposures to multiple air contaminants from both the abrasive and the surface being blasted.) The contractor must provide uniforms, blast suits/coveralls that prevent or reduce dust particle penetration per, OSHA and per 29 CFR 1910.134(a) specifications. 5.4.6 Laundering Blast Suits/Coverall- must be washed in accordance with ASTM 1449 and NFPA 2113 to prevent the drop of protection values. Any other washing method could result in the clothing no longer protecting personnel from hazards at the worksite. Every effort should be made to mitigate any negative impact on employee's productivity. 5.4.7 Service and Repair of Blast Suits/Coveralls-The contractor shall launder and repair blast coveralls. The contractor is responsible for providing these coveralls to the specified areas in each line item. Each area requires that a sufficient number of coveralls be provided to the area specified to accommodate the availability of coveralls for the estimated personnel serviced at the frequencies of Change indicated. Coveralls shall be packaged in bundles and bundles returned to the respective work sites in accordance with the delivery order. 5.4.8 Replacement of Blast Suit/Coverall - If the Blast Coverall is no longer in serviceable condition for repairs, then the contractor shall immediately notify the Contracting Officer's Representative (COR) or the Contracting Officer and replace as directed. At No time shall the contractor replace garments without prior authorization or notification from the COR. 5.4.5 Bath Towels & Wash Cloths 5.5.1 The contractor shall provide Bath Towels & Wash Cloths to employees who work with hazardous chemicals and materials to prevent or reduce effects of poisonings or injuries caused by contamination or cross contamination. 5.5.2 Bath Towels & Wash Cloths shall be in new or like new condition in accordance with the provisions of the solicitation for the performance period shown. Bath Towels & Wash Cloths shall be the color "white". They shall be cotton and of a standard bath size for bathing purposes and contains sufficient quantity for each individual and line item. 5.5.3 Each designated area requires that a sufficient number of Wash Cloths and Bath Towels be provided to accommodate the availability of coveralls for the estimated personnel serviced at the frequencies of Change indicated. The contractor shall provide an adequate bath towel and washcloth inventory at each shift. The Wash Cloths and Bath Towels shall be packaged in bundles and bundles returned to the respective work sites in accordance with the delivery order. 5.6 Laundry Bags 5.6.1 Laundry Bags shall be provided by the contractor at no charge to the government. The contractor shall provide laundry bags in accordance with the individual line items. The bags shall be made of a cloth material and have a draw string closure. It will be the contractor's responsibility to provide the correct size laundry bags to accommodate the work area designated on the line item. The bags will be used to hold individual's dirty laundry until the contractor picks it up for laundry service. 5.6.2 Replacement of worn laundry bags will be responsibility of the contractor at no additional charge to the Government. 5.7 Bulk Coveralls (Gov. Owned) 5.7.1The Contractor shall launder and repair Government Owned coveralls. The contractor is responsible for providing these coveralls to the specified areas in each line item. Each area requires that a sufficient number of coveralls be provided to the area specified to accommodate the availability of coveralls for the estimated personnel serviced at the frequencies of Change indicated. Coveralls shall be packaged in bundles and bundles returned to the respective work sites in accordance with the delivery order. 5.7.2 If repair of Government Owned clothing is no longer in serviceable condition for repairs, then the contractor shall immediately notify the Contracting Officer's Representative (COR) or the Contracting Officer. 5.8 Dump Containers 5.8.1 The Contractor has the responsibility of delivering dump containers to the work sites. The containers shall be sturdy enough for industrial manufacturing facility and shall comply with all applicable publications listed in 6.0. The containers will be used to house the dirty clothing until the contractor picks it up to be laundered. It is the contractor's responsibility to furnish the dump containers and to remove them upon expiration of the contract term. It is the contractor's responsibility to provide a suitable size dump container for each work area. 5.8.2 Containers which collect blaster coveralls will be labeled in accordance with 29 CFR 1910.1025, 29 CFR 1910.1026, and 29 CFR 1910.1027. The government will provide the required labels. 6.0 SERVICES 6.1 SIZING AND FIT- Sizing and Fit of uniforms, coveralls and blast suits for personnel shall be the responsibility of the contractor. Sizing shall be accomplished in such a manner as to assure the availability of properly fitted clothing in accordance with the terms of the contract and each individual line item. Letterkenny will provide the information if an employee is on 2nd or 3rd shift that needs clothing. Site visit(s) may be required and subsequent visit(s) will be required as new employees are hired. It is anticipated that new employees will be hired as replacements for current employees and should not significantly impact the overall number of garments required during the life of the contract. 6.1.2 CLEANING/REPAIR OF GOVERNMENT OWNED CLOTHING-Line Items identified as "Launder, and Repair" are Government Owned clothing and the contractor will be required to perform laundry and repair service as specified within individual line items to restore clothing to clean condition. Clothing shall be returned free from dirt, stains and wrinkles in accordance with the standards of the industry. 6.1.3 REPLACEMENT-The Contractor shall replace uniforms when they become worn out or unfit for use through normal wear and tear, shrinkage or when a size change is necessary for a safe and comfortable fit. Lost uniforms and coveralls or damages to them outside the scope of wear and tear will be replaced at government expense. 6.1.4 REQUIRED QTY-The following clothing is required: Uniforms and Coveralls (7 Sets of Shirts and Pants, 2 coveralls per employee and, 7 sets of Blast Suit/Coverall for Blasters) to be rented and laundered weekly. Upon request, additional Blast suits/coverall can be provided to prevent contamination or reduce chances of cross-contamination. 6.1.5 CHANGE OF QTY- The exact quantity of uniforms to be serviced is subject to change depending upon Letterkenny's needs. It is essential the contractor maintain a degree of flexibility to meet any increase or decrease in uniform services as Letterkenny's remanufacturing efforts develop. If the number of required protective garments should decrease due to an unforeseen reduction in personnel, the excess garments will be returned to the vendor's inventory system. The government will not assume payment for excess garments and no buy-out clause will be extended to the vendor. If the number of protective garments should increase due to an unforeseen augmentation of personnel or a change in uniform requirements for specific positions, then the contractor shall be required to meet those increases in demand. 6.1.6 CLOTHING COLOR - The color of the clothing shall be the manufacturers/supplier provided color unless otherwise indicated (Preferably, Dark Blue in Color). 6.1.7 NAME TAGS-The contractor shall be responsible to neatly label the uniforms with a nametag. The tag shall be a cotton material patch sewn to the pocket of shirt containing the individual's first name with a thread stitch (preferably white or contrasting color to material). 6.1.8 DEFECTIVE ITEMS-The contractor is responsible for replacing all defective rental items. The COR will make the determination if the clothing is non-repairable and it will be the contractors responsibility to replace with new (This includes the shrinkage due to over washing or drying of uniforms, coveralls and blast suits). 6.1.9 DELIVERY AND PICK UP -The contractor is responsible for delivery of clean clothing and pickup of dirty clothing. Delivery and Pick up will be accomplished during normal duty hours as specified in 1.4.4The contractor shall be responsible for ensuring that all quantities of clothing and deliveries are maintained to each building location and shall have all forms properly signed for and dated by the COR. Clothing and linen articles received by the contractor shall be individually inspected for condition of serviceability. 6.1.10 TURNAROUND SCHEDULE AND GEOGRAPHIC AVAILABILITY - Service turnaround (the time to pick-up, service and deliver uniforms back to their assigned locations) shall not exceed three business days. The contractor shall create and maintain a weekly delivery/pick-up schedule (typically, twice weekly runs are most effective). In order to meet this turnaround requirement, the contractor shall significantly consider its availability and geographic location in relation to Letterkenny Army Depot, Chambersburg, PA. It is highly recommended that the contractor be located within a geographically reasonable area. The contractor must also be able to provide emergency, same-day service when necessary. 6.1.11 PICK-UP/DELIVERY LOCATIONS-The contract shall be responsible for ensuring that all quantities of clothing and deliveries are maintained to each building location and shall have all forms properly signed for and dated by the Contracting Officer's Representative (COR) on pickup and delivery days. The contractor is required to deliver and retrieve all clothing from specified building pickup and drop locations (exact locations will be provided upon contract award). The contractor will retrieve and deliver clothing on a weekly schedule to launder clothing, bath towels & wash cloths according to the strict specifications established by the manufacturing of the clothing and OSHA guidelines. 6.1.12 AVAILABILITY-The contractor must ensure employees maintain a total of at least (4 Pair/Sets) of clean and serviceable uniforms, coveralls and blast suits at all times. Shortages of uniforms or coveralls can result in reduced weekly payments for the quantities that were NOT provided and/or delivered by the contractor (Billing shall be made for the quantities received only!). 6.1.13 INVOICES AND DELIEVRY ORDERS-The contractor shall submit Weekly Invoices and Delivery Notes (In-Out Sheets) to the COR. The Weekly Invoice shall list the number of items (Shirts, Pants, Coveralls, Blast Suits, Wash Cloths & Bath Towels, Containers, etc.) by Supervisor, Shop Name and Building Number. The contractor shall provide the COR with a Weekly Status Report (WSR) of all Pending, Closed/Completed and Cancelled Orders received by the COR (Automated On-Line System preferred for all documentation). Receipt for all deliveries shall be signed and dated by the COR and Contractor. 6.1.14 POINTS OF CONTACT (POC's)-The contractor shall make contact with Shop Supervisors and Leaders upon delivery and pickup of clothing. This will provide the contractor an opportunity to answer any questions or concerns about the services being provided 6.1.15 NEW ORDERS-At No time will the contractor take any New orders or New requests from Shop Supervisors, Leaders or their Employees without the COR's approval. All New orders or request for uniforms and coveralls will be approved, processed, and submitted by the COR to the Contractor. The Contractor shall deliver all New uniforms and coveralls directly to the COR for accountability. 6.1.16 HAZARDOUS MATERIAL NOTIFICATION-By accepting the terms of this PWS, the contractor is hereby notified that dirty and contaminated uniforms and coveralls have the potential to contain lead, chromium, and/or cadmium dust from blasting operations. This notification is required by 29 CFR 1910.1025, 29 CFR 1910.1026, and 29 CFR 1910.1027. 6.1.17 MATERIAL HANDLING TRAINING-The contractor will provide lead, chromium, and cadmium training to affected contract employees in accordance with 29 CFR 1910.1025, 29 CFR 1910.1026, and 29 CFR 1910.1027. The training will also include the safe handling and laundering of potentially contaminated coveralls and a description of the point at which the coveralls are considered clean and no longer require special handling. 6.0 Applicable Publications: Publications applicable to this PWS are listed below: Publication (Chapter / Page) Date of Publication Mandatory / AdvisoryWebsite NFPA Standard 70E, Electrical Safety in the Workplace Various Mandatory NFPA Standard 2112, Flame Resistant Garments for Protection of Industrial Personnel Against Flash Fire Various Mandatory NFPA Standard 2113, Selection, Care, Use, and Maintenance of Flame Resistant Garments for Protection of Industrial Personnel Against Flash Fire Various Mandatory 29 C.F.R. 1910 Various Mandatory www.OSHA.gov 29 CFR 1910.331, OSHA Electrical Safety Requirements Various Mandatory ASTM F1506-02, Standard Performance Specification for Flame Resistant Textile Materials for Wearing Apparel for Use by Electrical Workers Exposed to Momentary Electric Arc and Related Thermal Hazards Various Mandatory ASTM F1449-08 Standard Guide for Industrial Laundering of Flame, Thermal, and Arc Resistant Clothing Various Mandatory ***************************************************************************** For the purposes of the RFI, the North American Industry Classification System (NAICS) Code is 812332 - Work Clothing and Uniform Supply Services, Industrial. The small business size standard is $38.5 Million. If your firm is capable of requirements described in this RFI, please provide a Capability Statement to Ms. Trudy Alleman, Trudy.o.alleman.civ@mail.mil, by 17 November 2015, 9:00 a.m. Eastern Standard Time. POC phone number is 717-267-5874. Do not respond directly to FBO. Competition and side-aside decision may be based on the results of this market research. In addition, the following information is requested: (1) Company cage Code, DUNS, name, address, point of contact, telephone number and email address; (2) Any small business status (8(a)), HUB Zone, veteran-owned, women-owned, etc.); (3) Please indicate which NAICS code(s) your company usually performs under Government contracts; (4) GSA contract for this service, if applicable; (5) Comments or suggestions on the PWS Interested parties must be registered in System for Award Management (SAM). SAM can be accessed at https://www.sam.gov/portal/public/SAM/ or by calling 866-606-8220. The government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information. Hard copies of documents posted on FBO will not be made available. Approved for release 11/7/15
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d47f0b1cef9638e1bd7c1711fb1096be)
 
Place of Performance
Address: Letterkenny Army Depot, Chambersburg, Pennsylvania, 17201, United States
Zip Code: 17201
 
Record
SN03942260-W 20151111/151109234504-d47f0b1cef9638e1bd7c1711fb1096be (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.