Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 21, 2016 FBO #5354
SOLICITATION NOTICE

99 -- Lodging Laundry Services - Linen RFQ

Notice Date
7/19/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
LODG001FY17
 
Archive Date
8/12/2016
 
Point of Contact
Julie Maxwell, Phone: 6612773932, Anne Beach, Phone: 661-277-7598
 
E-Mail Address
julie.maxwell@us.af.mil, anne.beach@us.af.mil
(julie.maxwell@us.af.mil, anne.beach@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Tax Liability Form RFQ Solicitation number: LODG001FY17 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the date of this combined synopsis/solicitation. AFTC/PZIOA, Edwards AFB, CA is seeking Lodging Laundry Services for 1 year. This contract will be awarded using Non-Appropriated Funds (NAF). All responsible sources may submit a firm-fixed price (FFP) quote which shall be considered by the agency. Award will be made to the lowest price, technically acceptable offer. This is an "All or None" acquisition; incomplete quotes will not be considered. Interested parties who believe they can meet all the requirements for the service described in this synopsis are invited to submit in writing a complete quote including pickup and delivery schedules at least three days a week. Pick-up and delivery to Edwards AFB, CA, should be completed within two hours from the designated pick-up/delivery time, which will be agreed upon by both parties after award. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. The following factors will be used to evaluate offers: 1. Technical Acceptability 2. Price Closing Date is 7/28/2016 at 4:00pm PST. Contact Julie Maxwell, julie.maxwell@us.af.mil, 661-277-3932 Requirement: PERFORMANCE WORK STATEMENT for LODGING LINEN CONTRACT SECTION I 1.0 Description of Services/General: 1.1 Scope of Work: The contractor shall furnish all management, labor, tools, facilities, materials, equipment and transportation necessary to perform the following service to the High Desert Inn, Edwards Air Force Base, CA. The contractor shall perform to the standards in this contract to conduct laundry service of the government owned items. All items shall be picked up and delivered in the accordance with Technical Exhibit 1. The contractor will receive and load, count, process, deliver and unload linen and return all organizational and individual laundry items tendered from cleaning in accordance with Technical Exhibit 1 Standard Packaging of Lodging Linen. The service to be performed shall be non-personal services and are not inherently governmental functions. 1.2 Personnel: 1.2.1 Contract Manager. The contractor shall ensure a full-time contract manager or designated representative is available to ensure performance of the work is conducted in accordance with this statement of work. The name of the contractor or representative shall be designated in writing and provided to the contracting office. 1.2.1.1 The contractor will be available by cell phone, phone, e-mail, and fax for routine matters in lieu of the contractor representative being available during normal duty hours to meet on the installation. However, when necessary the contractor or his designated representative will be available to meet on the installation within 24 hours. 1.3 Pick-up and Delivery: 1.3.1 The contractor shall conduct pickup and delivery Monday, Wednesday, and Friday by 0700 and complete deliveries no later than 0900. 1.3.2 The contractor shall conduct pick-up and delivery at 582 Rushworth Dr., TLF Office. 1.3.3 The contractor shall conduct 100% counts with lodging representative during pick-up and delivery to ensure accurate accountability. Inspection for stains, discoloration and torn or ripped linen shall be conducted by contractor and lodging representative before pick-up; accurate counts shall be conducted upon return of linens the following scheduled delivery day. Contractor shall sign lodging inventory document/receipt for linen received during pick-up. Lodging representative shall provide a copy upon request by contractor. 1.3.4 Emergency (Contingency) or Special Event Services: Emergency and special situations (for example, authorized increase of groups staying in the High Desert Inn, accidents and rescue operations, civil disturbances, weather warnings, base alerts) may require the additional linen cleaning from normal requirements. The contractor shall provide services when required upon advance notification by the High Desert Inn through the Contracting Officer (CO). 1.4 Holiday Procedures: During official scheduled holiday, services required by this contract shall be performed on the immediate following workday and continue the regular schedule thereafter. 1.5 Damaged Items: All laundered items returned from the laundry plant damaged, to include by not limited to items that are stained, discolored, torn or ripped, will be the responsibility of the contractor to replace at their own cost. 1.6 Contractor Quality Control Plan: Contractor shall submit a quality control plan (QCP) to the Program Manager (PM) and the CO for approval within 10 calendar days of award and changes to the plan. The QCP shall ensure that all lodging linen services are performed in accordance with applicable commercial standards, regulations, laws and codes, The QCP must describe the overall quality approach and quality control inspection system tasks to identify and prevent defective services from occurring and recurring. As a minimum, the contractor shall develop quality control procedures that address the areas identified in the Services Summary and an internal inspection/surveillance system. The contractor shall maintain all quality control records for the duration of the contract and will make them available to the government QAP, PM and CO within 24 hours upon request. 1.7 Quality Assurance: The government will evaluate the contractor's performance in accordance with the Performance Plan (PP). In addition, the government will periodically evaluate the contractor's performance by appointing a representative(s) to monitor performance to ensure services are received. The government may increase or decrease the number of quality control inspections as performance dictates. The QAP will evaluate the contractor's performance through intermittent on-site inspections of the contractor's QCP and receipt of valid customer complaints. The QAP/PM will receive and investigate customer complaints and make the final determination of validity of the complaint. SECTION II 2.0 Services Summary: The contractor service requirements are summarized into performance objectives that relate to the mission essential items. The performance thresholds briefly describe the minimum acceptable levels of the service required for each requirement. These thresholds are critical to mission success. Performance Objective PWS Para. Performance Threshold Pick-up and Deliver Monday, Wednesday and Friday by 0700 and complete deliveries no later than 0900 1.2.2 No more than one missed delivery allowed per 6 month period Count and inspection conducted 100% of the time with lodging representative during pick-up and delivery. 1.2.3 Performed 100% of the time unless lodging representative determines otherwise. SECTION III 3.0 Government Furnished Property and Service. Not applicable SECTION IV 4.0 Appendices: Technical Exhibit I TECHNICAL EXHIBIT I STANDARD ITEMS & PACKAGING LODGING LAUNDRY 1. The following is a list of the items that require routine laundry and cleaning service for High Desert Inn, Lodging, Edwards AFB, CA: Item Average Daily Pieces, Pick-up and Delivery (Estimates) Average Monthly Pieces, Pick-up and Delivery (Estimates) Pillow Case 413 4956 Sheet Fitted Queen 90 1080 Sheet Fitted Twin 35 420 Sheet Flat Queen 90 1080 Sheet Flat Twin 35 420 Bath Towel 261 3132 Bath Mat 152 1824 Hand Towel 160 1920 Wash Cloth 188 2256 Blanket Queen 90 1080 Blanket Twin 35 420 Coverlet Queen(Bedspread) 90 1080 Coverlet Twin(Bedspread) 35 420 Mattress Pad Queen 90 1080 Mattress Pad Twin 35 420 2. High Desert Inn provides linen exchange service for flight line facility Building 1407. Linen is exchanged on an irregular basis, no more than 4 times a year. These items shall be picked up by the contractor from the VQ/Main office and returned to the VQ/Main office. 3. Items picked up for cleaning shall be returned to High Desert Inn on the following scheduled pick-up. For example: Items picked up on Monday shall be returned on Wednesday. Items picked up on Friday shall be returned the following Monday. 4. Items picked up from the TLF Office location will be delivered back to the TLF Office location. 5. The Contracting Officer will be notified by the lodging staff in the event of any delays in pick-up or delivery service by the contractor. The Lodging General Manager will also be notified by lodging staff/representative.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/LODG001FY17/listing.html)
 
Place of Performance
Address: 582 Rushworth Dr.,TLF Office, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN04188258-W 20160721/160719235212-fe7a0d3af8e266562a3c15c67f983740 (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.