|
COMMERCE BUSINESS DAILY ISSUE OF MAY 19,2000 PSA#2604USPFO For Wisconsin, Attn: Contracting Office, 8 Madison Blvd., Camp
Douglas, WI 54618-5002 S -- UTILITIES AND HOUSEKEEPING SERVICES SOL DAHA47-00-Q-0002 DUE
053100 POC Major John Van De Loop, Contracting Officer, 608-427-7270
This is a combined synopsis/solicitation for commercial items prepared
in accordance with FAR Part 13 and in the format in FAR Subpart 12.6
as supplemented with additional information included in this notice.
This announcement constitutes the ONLY solicitation that will be
published; quotes are being requested based on this announcement A
SEPARATE SOLICITATION WILL NOT BE ISSUED. Solicitation number
DAHA47-00-Q-0002 applies. This solicitation document with it's
incorporated clauses and provisions are those in effect through Federal
Acquisition Circular 97-14. This request for quotes (RFQ) was
originally published as a Total Small Business Set-Aside. The Set-Aside
has been dissolved and this RFQ is now being published on an
UNRESTRICTED basis. The Standard Industrial Code is 7219. The Wisconsin
Army National Guard has a contractual requirement for the cleaning of
coveralls and/or battle dress uniforms (BDUs) worn by personnel working
in automotive shop environments throughout the geographical area of
Wisconsin. We are contemplating a five-year (base plus four option
years) firm fixed-price contract awarded to a single concern. Contract
award anticipated on or about July 15, 2000. This requirement is for
a fixed price, indefinite delivery/indefinite quantity contract for
uniform laundry service as follows: OPTION 1 -- The Contractor will
provide all equipment, labor and materials necessary to launder, in
accordance with industry standards, one-piece coveralls and/or
two-piece Battle Dress Uniforms (of varying fabric weight and
composition) which have been used/soiled in an automotive shop
environment. All coveralls and uniforms will be cleaned and returned in
such a manner (folded or on wire hangers) as to be most cost effective
to the Government. The Contractor will track pick up and delivery in
such a manner as to avoid loss. Any loss or damage to coveralls or
uniforms will be replaced or repaired by the Contractor at their
expense. Coveralls and uniforms will be picked up and delivered on
Tuesdays and Thursdays each week as part of a regularly scheduled
route. Adjustments to the pick-up and delivery scheduled will be
allowed based on Federally recognized holidays. The Contractor will
maintain an accurate accounting record for billing purposes. The
Contractor will invoice the Government for services rendered every two
weeks. City location, organization and estimated quantity of coveralls
and/or uniforms per two week billing cycle are as follows: Camp
Douglas/ Organizational Maintenance Shop (OMS) #1 -- 100; Camp
Douglas/Combined Support Maintenance Shop 130; Fort McCoy
(Sparta)/Mobilization and Training Equipment Site 185; Milwaukee/ OMS
#3 -- 30; Sussex/OMS#5 30; Kenosha/OMS #6 30; Eau Claire/OMS #7 30;
Whitewater/OMS #8 50; Madison/OMS #9 50; Madison/Army Aviation Support
Facility (AASF) #2 32; Oshkosh/OMS #10 45; Hayward/OMS #12 50;
Wausau/OMS #13 35; Wisconsin Rapids/OMS #14 30; West Bend/AASF #1 18..
QUALITY CONTROL/QUALITY ASSURANCE: The Government will monitor the
Contractor's performance on a monthly basis using a locally developed
form (to be provided to Contractor at time of award) consisting of the
minimum following elements: (1) Overall cleanliness of coveralls
and/or uniform (a) No Stains (b) Free of other material (Rated:
Poor/Fair/Good/Excellent) and (2) Timeliness/Dependability (a) Pick-up
and Delivery every Tuesday/Thursday (b) No loss or damage (c) accuracy
in billing (number of uniforms/coveralls cleaned) (Rated:
Poor/Fair/Good/Excellent). The Contracting Officer Representative(s)
will provide copies of the evaluations to the USPFO Contracting Office
on a monthly basis. OPTION 2 -- As an alternative, prospective
Contractors are encouraged to submit a separate quote for the rental
and cleaning of CONTRACTOR PROVIDED COVERALLS. Contractor will provide
coveralls, sized to individual and sufficient in quantity
(approximately 200 employees X 3 coveralls ea = 600 coveralls) to meet
the same pick-up and delivery schedule and locations as listed above.
Coveralls will be issued new and sized at the beginning of the
contract. Employees will be dropped or added by modification to the
base contract. Coveralls for new employees will be delivered within two
weeks upon Contractors' receipt of request. Coveralls will be
long-sleeved and of a lightweight material for use April through
October and medium weight material for use November through March.
Coveralls will be olive drab in color or of an approved U.S. Army
camouflage pattern. Contractor will provide an adequate system for
tracking coveralls ensuring return of cleaned coveralls to the correct
employee. Coveralls that become worn, faded or stained will be
replaced with new or slightly used coveralls. The Contractor shall
notify the Contracting Officer Representative(s) of any missing or lost
coveralls immediately upon discovery and issue a replacement coverall
by the next delivery cycle (delivery cycle is defined as one week of
pick-up and deliveries). Invoicing and quality assurance standards as
listed above apply. Inspection and acceptance shallbe at destination.
F.O.B. destination. Price will be quoted per piece. Responsible
prospective contractors shall be considered responsive when their
quotes address (1) Price per one piece coverall and price per two-piece
uniform -regardless of location (Option 1) or Price per coverall
regardless of location (Option 2) and (2) ability to pick-up and
deliver to all listed locations. Each option should include pricing for
the base year and four option years. Award will be made based on best
value considering each Option. The following provisions apply to this
solicitation: 52.212-1, Instructions to Offerors Commercial Items;
52.213-3, Offeror Representations and Certifications Commercial Items
(must be completed and returned with quote). The following clauses
apply to this acquisition: 52.212-4, Contract Terms and Conditions
Commercial Items; 52.212-5 Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Commercial Items; 52.217-5,
Evaluations of Options; 52.217-9, Option to Extend the Term of the
Contract; These additional clauses as cited in 52.212-5 are also
incorporated by reference: 52.222-3, Convict Labor; 52,233-3, Protest
After Award; 52.222-21, Prohibition of Segregated Facilities;
52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for
Disabled Veterans and Veterans of the Vietnam Era; 52.222-36,
Affirmative Action for Workers with Disabiliites; 52.232-33, Payment by
Electronic Funds Transfer Central Contractor Registration; 52.222-41,
Service Contract Act of 1965, As Amended (Wage Determination NO 94-2577
REV (13) dated 06/01/1999 applies). Quotes are due by 2:00PM Central
Standard Time 31 May 2000 and may be faxed to MAJ John Van De Loop at
(608) 427-7279 or e-mailed to vandej@wi-arng.ngb.army.mil. Posted
05/17/00 (W-SN455730). (0138) Loren Data Corp. http://www.ld.com (SYN# 0082 20000519\S-0002.SOL)
S - Utilities and Housekeeping Services Index Page
|
|