Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2019 FBO #6501
SOLICITATION NOTICE

S -- Lodging Linen Services - Lodging Linen

Notice Date
9/11/2019
 
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, Air Force Test Center (AFTC) - Eglin, 308 W. D Ave., Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA930119P1009
 
Archive Date
10/2/2019
 
Point of Contact
Peter Neal, Phone: 6612772310, Jennifer A. Story, Phone: 661-277-8658
 
E-Mail Address
peter.neal.1@us.af.mil, jennifer.story@us.af.mil
(peter.neal.1@us.af.mil, jennifer.story@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
naf_genera_contract_provisions FA930119P1009 Lodging Linen PWS FY20 Combined Synopsis FA930119P1009 PERFORMANCE WORK STATEMENT FOR LODGING LINEN CLEANING SERVICES EDWARDS AFB CA Revised 15 Aug 2019 I Description of Services/General 1.1 Scope of Work 1.2 Personnel 1.2.1 Contract Manager 1.2.1.1 Contractor Representative 1.3. Pick-up and Delivery 1.3.1 Schedule 1.3.2 Locations 1.3.3 Accountability and Inspection 1.3.4 Emergency or Special Event Service 1.4 Holiday Procedures 1.5 Damaged Items 1.6 Contractor Quality Control Plan 1.7 Quality Assurance II Services Summary (SS ) III Government Furnished Property and Service IV Appendices Technical Exhibit 1 PERFORMANCE WORK STATEMENT FOR LODGING LINEN CLEANING 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 0730 and complete deliveries no later than 0830. 1.3.2 The contractor shall conduct pick-up and deliver 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). 1.3.5 SECURITY REQUIREMENTS: All Contractor employees will be subject to a criminal history background check IAW Air Force Manual (AFMAN) 31-113, Installation Perimeter Access Control, as stipulated in the Installation Commander's memorandum to the 412th Security Forces Office dated 23 Apr 2015 (the AFMAN and memorandum are both limited access documents but more details on the requirements/process in terms of background checks can be provided by the Contracting Office upon request). Vehicle registration, proof of insurance, and a valid driver's license must be presented for vehicles. Installation Commanders may deny access and credentials based on information obtained during identity vetting that indicates the individual may present a threat to the good order, discipline, and morale of the installation. Base Access. For Contractor personnel who wish to obtain long-term Base access via an Air Force Materiel Command (AFMC) Form 496, Application for AFMC Identification Card, IAW Air Force Federal Acquisition Regulation Supplement (AFFARS) Clause 5352.242-9000, Contractor Access to Air Force Installations, the Prime Contractor shall submit a written request on company letterhead to the PM with the following information (prior to submitting a request for Base access via an AFMC Form 496): 1) contract number, 2) location of work, 3) expiration date (must be on or before contract's expiration date), and 4) names of employees/ subcontractor employees needing access to the base, to include each employee's company name. It is recommended that the Prime Contractor provide a copy of the request letter to each employee for verification purposes when the employee meets with the PM to get their AFMC Form 496 signed. Employees for which no request letter can be found or provided will result in the employee being asked to return on another date/time so verification can be made. Base passes will be limited to the length of the contract not to exceed 3 years from the date the AFMC Form 496 is submitted to the PM for signature. The AFMC Form 496 will be reviewed/approved by the PM, then taken by the Contractor employee to the Edwards AFB Pass & Registration Office in Building 3000 for the security portion and issuance of the Base pass. The contractor shall comply with all base security regulations. Additionally, the contractor shall comply with actions dictated by force protection condition changes/measures. For real-world situations/exercises, changes to force protection conditions could impact contractor performance of work and can include denial of access to the installation to perform work Only employees who will be working on the contract consistently/frequently should be submitted for a long term Base pass. The Contractor shall comply with all security requirements imposed by the Installation. Specific security considerations will be handled on an individual Task Order basis as required. The contractor shall report suspicious activity (refer to Edwards AFB Contractor Antiterrorism Awareness pamphlet) to Security Forces at 661-277-3340 in a timely manner. The Contractor and its employees shall comply with all base traffic regulations. Visitors/contractors with driver's licenses from ME, MN, MO, MT, and WA (exceptions are EDL-Enhanced driver's licenses from MN & WA) will not be able to obtain Base access without another form of identification as an identity proofing document. The list of authorized IDs can be found in the REAL ID Act of 2005. Please visit the Department of Homeland Security's (DHS) website to get the latest information, https://www.dhs.gov/current-status-states-territories. Contractor will be offered Level I - Antiterrorism Awareness Training by the government. This training provides contractor employees with the requisite knowledge necessary to remain vigilant for possible terrorist threats. Coordination for training should be done by the requiring unit Antiterrorism Representative (ATR) after contract award. AT Level I training can be taken at https://jkodirect.jten.mil/Atlas2/faces/page/login/Login.seam for non-CAC holders. Tracking for each contractor or subcontractor employee is the responsibility of the COR or unit ATR. The Contractor shall be responsible for safeguarding all government property, equipment and materials provided for Contractor use. At the end of each work period, all government facilities, equipment, and materials shall be secured. During performance of the contract, the Contractor shall be responsible for obtaining required identification for newly assigned personnel. The Contractor shall be responsible for prompt return of credentials and vehicle passes for: 1) any employee who no longer requires access to the work site; 2) upon request by a CO; and 3) upon completion or termination of the contract. The Prime Contractor shall ensure that all Base identification passes issued to employees and subcontractor employees are returned to the issuing office. Failure to comply with these requirements may result in withholding of payment. Contractor employees are prohibited from possessing weapons, firearms or ammunition, on themselves or within Contractor-owned or privately owned vehicle while on Edwards AFB. 1.4 Holiday Procedures: During official scheduled holiday, if services required by this contract cannot be performed then the 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 but 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 0730 and complete deliveries no later than 0830 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, NTE on Pick-up and Delivery days, (Estimates) Average Monthly Pieces, Pick-up and Delivery NTE (Estimates) Pillow Case 400 4,800 Pillow Protector 200 2,400 Sheet Fitted Queen 90 1,080 Sheet Fitted Twin 35 420 Sheet Flat Queen 90 1,080 Sheet Flat Twin 35 420 Bath Towel 270 3,240 Bath Mat 200 2,400 Hand Towel 220 2,640 Wash Cloth 220 2,640 Blanket Queen 50 600 Blanket Twin 20 240 Coverlet Queen(Bedspread) 50 600 Coverlet Twin(Bedspread) 20 240 Mattress Pad Queen 50 60 Mattress Pad Twin 20 240 2. 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. 3. Items picked up from the TLF Office location will be delivered back to the TLF Office location. 4. 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/FA930119P1009/listing.html)
 
Place of Performance
Address: HIGH DESERT INN, LODGING, 5602 HONTS DRIVE, (BLDGs 5602, 5603, 5604, 5605), EDWARDS AFB, CA 93524, United States
Zip Code: 93524
 
Record
SN05440094-W 20190913/190912053526-a02559cf718ffc9acda2c99cf66a207c (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.