SOURCES SOUGHT
99 -- rental, laundereed PPE coverall, shirts, pants, cold weather jackets, shop towels
- Notice Date
- 12/6/2012
- Notice Type
- Sources Sought
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Base Camp Pendleton - RCO, PO Box 1609, Oceanside, California, 92051-1609
- ZIP Code
- 92051-1609
- Solicitation Number
- M00681-13-R-0002
- Archive Date
- 1/19/2013
- Point of Contact
- Anthony Natale, Phone: 7607254423
- E-Mail Address
-
anthony.natale2@usmc.mil
(anthony.natale2@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- The Regional Contracting Office MCIWEST, Camp Pendleton, CA is conducting market research to determine if there are sufficient number of businesses interested in and capable of providing Personal Protective Clothing (Shirts, Pants, Coveralls), Cold Weather Jackets, and Shop Towel service. The service locations will be at activities located at Marine Corps Base Camp Pendleton, CA; Marine Corps Air Station, Miramar, CA; Marine Corps Recruit Depot (MCRD), San Diego, CA; Marine Corps Logistics Base (MCLB), Barstow, CA; Marine Corps Air Ground Combat Center (MCAGCC), 29 Palms, CA; Marine Corps Air Station, Yuma, AZ; and Marine Corps Mountain Warfare Training Center (MCMWTC), Bridgeport, CA. The North American Industry Classification Standard (NAICS) Code for this project is 812332, with a corresponding size standard of $35.5 million. All Small Businesses are encouraged to respond to this Sources Sought Notice. It is requested that interested businesses submit to the contracting office a brief capabilities statement, no more than 5 pages in length (single-spaced, 12-point font minimum) that clearly details the firm's ability to perform all aspects of this notice. The package must include the following: (1) How you will manage multiple sites in the geographic area. Relevant Experience to include experience in performing efforts of similar size, scope and complexity within the last three years, including contract number, indication whether a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number; and a brief description of how the contract(s) referenced relate(s) to the technical services described herein including the equipment used to perform the work; and (2) Company Profile to include certifications, number of employees, office location(s), DUNS number, CAGE code, and a statement regarding socio economic status (8a, small business, large business, etc). Contractors are reminded that THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. The purpose of this Sources Sought Notice is to gain knowledge of potential qualified small business sources capable of performing the described work. Responses to this Sources Sought Notice shall not constitute responses to solicitation, which is not currently available. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. The Sources Sought Notice is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results of any government assessments. The information received will be utilized to assist in formulating the acquisition. No proprietary, classified, confidential, or sensitive information should be included in your response. SCOPE OF WORK: The service requested is to provide clean protective clothing to requesting activities that are routinely exposed to hazardous materials and hazardous waste. The service shall provide 11 sets per person of protective clothing rental (shirts-pants and/or coveralls), laundering, minor fabric repairs, and pickup/delivery. The service will also provide Shop Towel (for hazardous material/waste cleanup) rental, laundering, pickup/delivery. The service will also provide cold weather jackets as required, laundering, minor fabric repairs, and pickup/delivery. Specialty clothing, such as fire retardant, will be required in some locations. MATERIALS: Shirt and Pant set: Shirts: 60%-70% polyester / 30%-40% cotton, lined collar with stays and two button-thru pockets, half and long sleeve. Trousers: 60%-70% polyester / 30%-40% combed cotton, slack style front pockets, two hip pockets with left button closure. Coveralls: 60%-70% polyester / 30%-40% combed cotton, topstitched collar and hemmed cuffs, two way brass zipper, gripper at top of zipper and at lapel, two front pockets, two breast pockets, two patch hip pockets, long and short sleeve. Shop towels: Shop towels shall be made of an absorbent cotton or cotton blend material. Shop towels shall be a minimum of 18 inches wide and 18 inches long. Shop towels shall be available in Red/Orange for use with oils and greases. Blue/Purple for use with paint and ink. White for ruse with clearing electronics. Blue/Green for use with metal chips. Color: Various including blue to be selected by each activity for all shirts, pants, coveralls, and cold weather jackets. Sizes: The contractor shall make arrangements with the activity contact at each location to measure individuals prior to ordering clothing. The contractor shall exchange without additional cost, sizes for employees due to personal weight gain or loss. Employees shall have the option of ordering long or short sleeve shirts/coveralls. Size range: Shirts: X-Small - XXX Large Pants: 28" waist - 52" waist Coveralls: X-Small - XXX Large Cold Weather Jackets: X-Small - XXX Large Each item of clothing shall have a label affixed for personal identification purposes. Shirts and coveralls shall have the label centered on the interior of the collar; pants on the interior of the waistband. The label shall have, as a minimum, the employee first initial and last name. Emblems: Each shirt and or coverall shall have two sewn on emblems, one on each side of the chest directly above the pockets. Emblems shall be 1-1/2" high and 4" wide, with employee's first name on the left pocket, and job title on the right pocket. Measuring: The contractor shall measure each employee prior to ordering clothing. "Off the shelf" sizes shall be delivered within five (5) days. "Special made items" shall be delivered within 30 days. BINS: At the request of activities the contractor shall provide freestanding containers with lids for soiled clothing and shop towels as well as a separate container for clean clothing and shop towels. These containers are different than those used by the contractor to transport soiled items. These bins shall be fireproof to prevent spontaneous combustion, as per National Fire Protection Agency (NFPA) 30 - Flammable Combustible Code. RACKS: The contractor shall provide free-standing clothing racks sufficient to hold the laundered clothing being returned to the base. These racks will remain on their applicable base(s) for the duration of the contract. These racks are different than those used by the contractor to transport the laundered clothing. LAUNDERING: Laundered clothing and shop towels shall be accomplished by commercially acceptable practices utilized by mass production laundry facilities in accordance with industry standards. Each processed item shall be entirely clean, thoroughly dry and free of lint. Minor discoloration as a result of fading and staining is acceptable. Colors shall be bright and clean. Clothing shall be free of objectionable odor and no trace/residue of foreign materials or washing supplies shall be left in fabric. Clothing and towels shall be machine finished so that all surfaces are smooth and free of wrinkles. Clothing and towels shall retain their original shape and fit. Finished items shall be hung on individual hangers. Each employee's clothing shall be grouped separately and the hangers bound together by a wire tie or rubber band. Towels shall be packaged in commercially acceptable practices, such as bales with string, shrink wrap, etc. LOSS OR DAMAGE/MINOR REPAIRS: The contractor shall provide minor repairs to clothing. A minor repair is considered the replacement of buttons and zippers, minor sewing such as small tears, seams, pockets, emblems, identification tags and other similar damage. The contractor's determination that any clothing is beyond reasonable repair shall be approved by the Government Quality Assurance Evaluator (QAE) prior to replacement. The contractor shall provide a program of continual replacement of shirts-pants and coveralls brought about by normal wear and tear through the life of the contract. Replacement garments shall be "perfect" which may or may not be new - no stains, mends, repairs (except interior or pocket reinforcing or discoloration. Clothing shall retain their original shape and fit. The Government will only pay for replacement of clothing when lost or damaged beyond repair, and is not due to normal wear and tear. The Government will only pay for replacement of towels that are lost or damaged as a result of misuse and will not pay for replacement of towels that are damaged due to normal wear and tear. The contractor's determination that a towel is lost or damaged as a result of misuse must be agreed upon with the designated Government QAE at the activity at the time pickup is made and when the joint inventory is conducted. Claims made after the fact may be rejected. In the event of disagreement concerning loss or the cause of damage, the Contracting Officer, in his sole discretion, will make the final determination. SERVICE: Pick-up/delivery shall be once a week, the same day each week. Laundry picked up one week shall be returned the following week. In the event a holiday falls on the established pick-up/delivery day, the contractor shall perform the service on the working day prior to the holiday, i.e. if the service is scheduled on Wednesday, the contractor shall provide service on Tuesday; service scheduled on a Monday shall be performed the previous Friday. The contractor and a Government representative shall conduct a joint inventory of items being picked-up and/or delivered each week. A check off sheet provided by the contractor shall be utilized. A copy shall remain with the Government, and the original shall be submitted each month with the contractors invoice. Discrepancies shall be resolved immediately. Shortages shall be "replaced during the next delivery date". Failure to make replacement within this time shall result in a cost deduction from the applicable delivery order. A joint inventory shall be conducted quarterly of all clothing rented. The contractor shall be certified and hold all applicable permits from the State of California to handle and dispose of all waste material/waste regulated under applicable Federal and State environmental laws. The contactor's operations shall comply with all applicable Federal, State, and local statutory and regulatory guidance. Each employee shall be provided eleven (11) sets of clothing. Payment is based on having a minimum usage per week of five (5) sets of clothing per employee. The estimated service quantity for the region approximately is 100,000 each year for uniforms. Additional quantities may be required by requesting activities. Quantity is not fixed and will fluctuate at any time due to personnel staffing level changes and shall be billed accordingly. Normal work hours are Monday through Friday, 7:30 a.m., through 4:00 p.m. The contractor is advised that some customers are military support units that are typically closed additional days around certain holidays. i.e. military units are typically closed on Thanksgiving day and the following Friday. The contractor shall confirm availability with each delivery location prior to any federal holiday. The estimated service quantity for shop towels for the region approximately 100,000 each year, of Red/Orange Shop towels. Additional shop towels may be required by requesting activities. (i.e. minimum of 50 Red/Orange towels and additional quantities must be in increments of 50). Quantity is not fixed and will vary from time to time and shall be billed accordingly. The deadline for receipt of this capabilities statement package is 4 January 2013 at 14:00PST. The package may be mailed to: Regional Contracting Office MCIWEST Box 555027 BL 22180, Camp Pendleton, CA 92055, ATTN: Anthony Natale, Contracting Specialist; or submitted by email to anthony.natale2@usmc.mil. If you have any questions or comments, please submit in writing to the above e-mail.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M00681-13-R-0002/listing.html)
- Record
- SN02944066-W 20121208/121206234739-06ef522c03540b9604c1d9ed9a105ed8 (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 |