Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2016 FBO #5381
DOCUMENT

W -- Florence National Cemetery, employee uniform rental and laundry services. - Attachment

Notice Date
8/15/2016
 
Notice Type
Attachment
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
VA78616N0367
 
Response Due
8/19/2016
 
Archive Date
10/18/2016
 
Point of Contact
David Dixon
 
Small Business Set-Aside
N/A
 
Description
Synopsis: This announcement constitutes a Sources Sought Synopsis for uniform rental. This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the government, implied or otherwise, to issue a solicitation or award a contract. The Department of Veteran Affairs, National Cemetery Administration, is seeking qualified sources to furnish (F.O.B. Destination within consignee's premises), all labor, supplies, materials, equipment, supervision and transportation to perform the rental, laundry, repair and weekly delivery of uniforms for approximately six (6) personnel at Florence National Cemetery, 803 E. National Cemetery Road, Florence, SC 29501. A.The Contractor shall provide all labor, supplies, materials, equipment, supervision and transportation to perform the rental, laundry, repair and weekly delivery of uniforms for approximately six (6) personnel in the manner described below. All service shall be performed in accordance with the guidelines established by Federal, State and local ordinances and these specifications. The awarded contract shall cover a base period, and two (2) option years that allows the Government to unilaterally extend the contract period for twelve (12) months each. B.Services shall include garment delivery and pickup, cleaning, repairs and replacement due to normal wear and tear as necessary. Normal wear and tear is interpreted to mean any rips, tears, stains, or noticeable damages to the garments that are encountered during normal duty activities, as well as a noticeable fading in the color of the uniform or mismatching. At the request of the Contracting Officer's Representative (COR), Contractor shall replace any uniform deemed unacceptable. C.The Contractor shall be responsible for providing Comfort Flex (or approved equal) pants and shirts for each employee. Shirts shall be button down (long shirt tail) with the name on one side and organization on the other of a durable Comfort Flex (or approved equal) wicking type of material such as a polyester or cotton blend. Pants shall be cargo pants of a durable Comfort Flex (or approved equal) poly/cotton blend type of material. All uniforms shall be freshly cleaned and repaired. Contractor shall provide each employee with 5 changes of uniforms per week and will replace items worn out at no charge. All uniforms shall have a name tag (FIRST NAME) above right pocket. Name tags shall be sewn-on patch with name in white sewn on the patch. Patch is then sewn onto the uniform. The Contractor shall provide name patch. D.Six cemetery wage grade employees shall receive 11 shirts and 11 pants delivered on a rotating basis so that five uniforms per employee are picked up by the contractor each Monday and replaced with five clean uniforms at that time. a.One (1) designated employee shall receive two (2) pair of lightweight coveralls. b.Contractor shall provide fifty (50) shop towels per week that shall be cleaned and replaced on a weekly basis. E.Contractor shall provide and affix the first name of each employee to the right side of each shirt centered 1 inch above the pocket; and provide and affix the National Cemetery name to the left side of each shirt centered 1 inch above the pocket. Personnel and cemetery name can be attached to the uniform by sewing patches onto the uniform. The cemetery may provide examples of previous used patches, but it is the contractor's responsibility to complete this service. Patches shall measure 3 inches in diameter unless otherwise agreed to by the COR. F.Uniforms shall be delivered and picked up on Monday of each week between the hours of 9:00 a.m. and 3:00 p.m. local time. Any deviation to this day, due to holidays, weather, etc. shall be agreed to with the COR with at least 24 hours advanced notice prior to arriving at the cemetery to perform work. G.The unit price is all-inclusive and covers a complete set of uniforms for each employee at a per week cost per employee. The Contractor and COR will certify the invoices to verify the number of garment services, including any replacements. Invoices shall reference the appropriate purchase order number. NCA agrees to pay the contractor for the actual number of uniforms serviced. NCA will not pay for uniforms that have not been delivered, cleaned, laundered, or pressed. H.The number of employees that require uniforms may increase or decrease at any time. If additional employees are added due to new hires or summer help, the cost per employee shall remain the same. Any changes shall be authorized and approved only through written correspondence from the Contracting Officer. The purpose of this notice is to determine interest and capability of potential qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small-Businesses (VOSB), and Small Businesses relative to the North American Industry Classification code (NAICS) 812332, Industrial Launderers. The Small Business Size Standard is $38.5 Million. VOSB/SDVOSB offerors interested in submitting a quote for this project, if it is formally advertised, must be registered and be verified in the www.vip.vetbiz.gov website and must provide the correct NAICS code to include the Data Universal Numbering System (DUNS) commercial and Government Entity (CAGE) number, name of the firm, address, phone and point of contact. To make an appropriate acquisition decision for this requirement, the Government will use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement will also depend on the response to this sources sought synopsis SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS: All responsible parties interested in responding to this notice are invited to submit a capability statement, including costs that provide sufficient details for consideration by the Government. Responses must be received by Friday, August 19, 2016, 2:00 PM ET. Oral communications are not acceptable in response to this notice and telephone inquiries will not be accepted. All responses must be submitted through the Department of Veterans Affairs - Electronic Management System (eCMS) Vendor Portal website in order to be considered. Please go to the VA eCMS Vendor Portal website at https://www.vendorportal.ecms.va.gov to register. Once on the webpage, proceed to the Vendor Portal Login section located on the far left side of the webpage and click on 'Request a user account' to register. In the event an Offeror is unable to submit a response through the Vendor Portal domain, prior to the due date, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov. Submission through email will not be accepted. Transmission/uploads must be completed by the date/time specified. Late or incomplete responses will not be considered. If Offerors are still unable to submit a response through VA eCMS Vendor Portal, the Offerors may submit a CD version of their response package as long as VA eCMS Vendor Portal registration requirements have been fulfilled and Offerors have contacted the VAAS helpdesk for assistance in their submission. A copy of the email correspondence with the VAAS helpdesk will be forwarded to the Contracting Officer, David Dixon at david.dixon2@va.gov as proof of email correspondence. If a phone conversation with the VAAS helpdesk proves unsuccessful in an Offeror's ability to submit a response prior to the due date via Vendor Portal, the Offeror shall submit to the Contracting Officer correspondence that contains the date, time, and name of helpdesk representative the Offeror contacted to include the reasons why the Offeror could not submit a response via the Portal. This document will be submitted together with the CD version of the response. In the event an Offeror has not requested submission assistance to the VAAS help desk prior to the due date, nor has submitted correspondence that identifies reasons why the Offeror could not submit a response via Vendor Portal, the CD version of the response will not be accepted. If a CD version of the response is accepted by the Contracting Officer, the CD version of the response may be submitted as an MS Word document or PDF. The CD shall be categorized in a manner where it is easy to ascertain. Offers who meet stated requirements will be provided the address to submit a CD version by email from the Contracting Officer. All offerors shall include the following information with each response: "Legal Business/Company Name (as it is indicated in www.sam.gov) "DUNS Number "Point of Contact Name "Telephone number "E-Mail Address "Capability statement, including costs Responses must be received by Friday, August 19, 2016, 2:00 PM ET. Oral communications are not acceptable in response to this notice and telephone inquiries will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78616N0367/listing.html)
 
Document(s)
Attachment
 
File Name: VA786-16-N-0367 VA786-16-N-0367_SourcesSought.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2942984&FileName=VA786-16-N-0367-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2942984&FileName=VA786-16-N-0367-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Florence National Cemetery;803 E. National Cemetery Road;Florence, SC
Zip Code: 29501
 
Record
SN04224501-W 20160817/160815235554-14172109878f1f33df605b218f152cc3 (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.