Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

Commercial Linen Service Not Our Garments (NOG)

Solicitation Number: FA2816-07-T-0020
Agency: Department of the Air Force
Office: Air Force Space Command
Location: 61 CONS
  • Print
:
FA2816-07-T-0020
:
Combined Synopsis/Solicitation
:
Added: Aug 28, 2008 8:48 pm


This is a combined synopsis and solicitation for the following 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; proposals are being requested and a written solicitation will not be issued. All responses to this Solicitation/Request for Quote (RFQ) must make reference to Solicitation Number FA2816-07-T-0020. This acquisition is set-aside for Small Businesses. The North American Industry Code (NAIC) associated with this requirement is 812331, Linen supply, with a small business size of $13,000,000. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. Los Angeles Air Force Base has a requirement for Linen Service at the Ft MacArthur Inn, at Ft MacArthur, San Pedro California 90731, Contract Line Item Numbers 0001- 0014. The contractor shall provide services in accordance with the Statement of Work dated Aug 28 2008, to Ft MacArthur Inn, San Pedro, CA for the period beginning at contract award through expiration date shown on contract. This contract includes all functions, tasks and responsibilities normally inherent to providing laundry services to a lodging facility.

 Basic Services. Laundry service shall include the items listed below (Table 1).


Laundry Service Requirement


CLIN Items
0001 Pillow slips, 42" x 36"
0002 Wash cloths 12" x 12"
0003 Sheets, queen fitted or flat
0004 Bath towels, 24" x 50"
0005 Hand towels 16" x 27"
0006 Blankets, queen
0007 Blankets, twin
0008 Sheets, twin flat or fitted
0009 Bath mats
0010 Mattress pads, queen
0011 Mattress pads, twin
0012 Bedspreads, queen
0013 Bedspreads, twin
0014 Bath Robe 


Delivered finished articles shall conform to the generally accepted industry standards of quality cleanliness, finish, and appearance. Packaging. Clean laundry is to be sealed in cellophane plastic wrap. Bed linens and small towels shall be packaged in bundles of 20 each. Bath towels will be packaged in bundles of 10.   Transporting Clean Linens. Clean linens shall be stored and transported in a separate and clean area of the delivery vehicle, totally separate from potential contamination by soiled linens. Delivery Tickets. The contractor shall furnish triplicate delivery tickets to be used for recording the pickup and delivery of linens. Quantities delivered shall match the quantities specified on the delivery ticket. Contract and Ft MacArthur Inn personnel will verify linen counts. Discrepancies will be annotated on the delivery ticket. The contractor shall respond to a service request within four hours when quantities delivered do not match and are less than delivery tickets amounts. The government shall furnish all linens. The contractor is responsible for compliance with all Municipal, County, State and Federal laws, rules, ordinances, and regulations applicable to the business performed under this contract SERVICE DELIVERY SUMMARY. The contractor shall maintain the specific critical standards listed in the following Service Delivery Summary. Remedies agreed upon by both the government and the contractor will be exercised throughout the period of this contract.


Service Delivery Summary
Performance Objective SOW Paragraph Performance Threshold
Provide laundry service 100% of the time per month
Maintain pickup and delivery schedule 5.1, 5.2 98% of the time per month
Ensure correct quantities are delivered and any discrepancies recorded 1.1
98% of the time per month A 5% sample of clean product, periodic inspection of delivery conditions, and customer satisfaction will determine whether or not the serviced articles are satisfactory or unsatisfactory. Contract Manager. The Contractor shall provide supervision and quality control over services performed. The Contractor shall provide the Contracting Officer, in writing at the start of contract performance, the name and phone number of a primary and alternate representative of the contractor. The Contractor's Representative (CR) shall have authority to act for the Contractor to resolve problems in contract performance. Any changes in CR shall be provided to the Contracting Officer in writing within three (3) calendar days of such change. The CR shall be able to read, write and speak English and shall respond, telephonically or in person, within two hours to requests from the Contracting Officer or Contracting Officer's Representative (COR). Any valid complaints shall be corrected within 48 hours of written notification by PCO or verbal notification by FC/COR to the satisfaction of the COR and documented in writing to the Contracting Officer within three (3) calendar days of the notification. Contracting Officer's Representative (COR): The Contracting Officer will appoint in writing a minimum of primary and alternate COR for this contract. The Contracting Officer will provide the Contractor with the names and phone numbers of said CORs and will be updated as necessary throughout contract performance. Only the Contracting Officer has authority to make changes in the contract not covered by the letters of appointment of the CORs. Hours of Operation. Normal hours of operation are as follows:Sunday through Saturday (0600-2200)
Holidays (0900-1700) Federal Holidays. If the federal holiday falls on a Saturday or Sunday, it may be observed on Friday or Monday as directed. Federal holidays include:


• New Year's Day


• Martin Luther King Day


• President's Day


• Memorial Day


• Independence Day
Statement of Work Solicitation No.
Laundry Services Contract No
Page 6 of 9
• Labor Day


• Columbus Day


• Veteran's Day


• Thanksgiving


• Christmas


 Contractor Employees. The Government reserves the right to restrict employment, under this contract, of any contractor employee, or prospective contractor employee who is identified as a potential threat to health, safety, security, general well being, or the operational mission of the installation and its population.Employment of Government Personnel. The contractor shall not employ any person who is an employee fro the United States Government if the employment of that person would create a conflict of interest, or the appearance of a conflict of interest, nor shall the contractor employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such person seeks and receives proper approval. The contractor is cautioned that off-duty active military personnel hired under this contract may be subject to permanent change of station (PCS), change in duty hours, or deployment. Military reservists and National Guard members may be subject to recall to active duty. Their absence at any time shall not constitute an excuse for nonperformance under this contract. The contractor is prohibited from employing off-duty CORs who are managing any contracts or subcontracts awarded to the contractor. Dress and Appearance. Contractor personnel shall present a clean, neat and professional appearance and be easily recognized as contractor personnel. This may be accomplished by wearing distinctive clothing showing the name of the company and the individual or by wearing appropriate badges that contain the company name and employee name and do not interfere with or create a hazard in contract performance. Security Requirements. The contractor shall obtain all necessary card, passes, decals, or other items required for access to the area in which the work will be performed. Contractor will be required to apply for vehicle and individual identification media at the Security Forces Squadron, Pass and Registration Section, (Los Angeles Air Force Base, 200 N. Douglas Blvd., Bldg 219, Room 1061). Upon completion or termination of the contract or an individual's employment on the contract, the contractor shall retrieve all identification and access media issued and surrender it to the Security Forces Squadron, Pass and Registration section.GOVERNMENT FURNISHED PROPERTY AND SERVICES. The Government shall furnish items as indicated in Table 3. Government furnished linens with anticipated weekly quantities as in table 3.


Table 3


CLIN Items Quantity/week
0001 Pillow slips, 42" x 36" 325
0002 Wash cloths 12" x 12" 480
0003 Sheets, queen fitted or flat 350
0004 Bath towels, 24" x 50" 450
0005 Hand towels 16" x 27" 350
0006 Blankets, queen 25
0007 Blankets, twin 10
0008 Sheets, twin flat or fitted 60
0009 Bath mats 250
0010 Mattress pads, queen 30
0011 Mattress pads, twin 10
0012 Bedspreads, queen 65
0013 Bedspreads, twin 10
0014 Bath Robes 10



 DELIVERY SCHEDULE


 Pick-up and delivery will be three times a week. The following tables specify the days of the week when pickup shall be accomplished, corresponding day of the week when items picked up shall be delivered, and times when the service shall be accomplished. Pickup and delivery points shall be at Building 40, Building 36, Building 32 and Cottage 18 Fort MacArthur, San Pedro, CA 90731.



Table 4



Three (3) Times a Week Delivery Schedule



PICKUP DAY DELIVERY DAY ARRIVAL/DEPARTURE TIME
Monday Wednesday 0830-1130
Wednesday Friday 0830-1130
Friday Monday 0830-1130


 To be eligible to receive an award resulting from this quotation the contractor must be registered with the Central Contractor Registration (CCR) database, No Exceptions. In order to register, apply through the Internet at http:// www.ccr.gov/.  Please respond to this solicitation with your quote by fax to 310-653-6117 Attn: Rod Jones or by email roderick.jones@losangeles.af.mil, or by phone (310) 653-5393.
The proposed contract shall be for 12 months (September 22 2008 - 21 September 2009).
The following FAR clauses and provisions apply to this requirement and can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil: 52,212-1, Instructions to Offerors-Commercial; 52.212-2; Evaluation-Commercial Items, paragraph (a). The evaluation critera for this solicitation will consist of the ability of the Oferor to meet the agency delivery requirements,and price and best value to the government.
The Government will award a contract resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, will be most advantageous to the Government, with price and price-related factors considered: 52.212-3, Offeror Representation and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items - Commercial Items, including FAR 52.222-3, 52.225-13, 52.222-21, 52.222-26, 52.222-37, and 52,232-33;252.204-7004 Required Central Contractor Registration;52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, By Reference, 252.212.7001;52.212-5, Contract Terms and Conditions to Implement Statues, 5352.242-5352.223-9000, Elimination of ODS, by reference , 252,204-7004 Required Central Contractor Registration; 252.232-7003 - Electronic Submission of Payment Request;   All quotes are due on or before 12:00 pm Pacific Standard Time on 13 September, 2008.
Responses can be mailed or delivered to 61 CONS/LGCB Attn; Roderick Jones, 483 N. Aviation Blvd, El Segundo, CA 90245-2808, Bldg 272 3rd floor; faxed to (310) 653-6117 or by email to roderick.jones@losangeles.af.mil. Oral communication is not acceptable in response to this Synopsis/RFQ. Questions may be directed to Mr. Roderick Jones at (310) 653-5393, or via email roderick.jones@losangeles.af.mi.
Point of Contact
Roderick Jones, Contract Specialist, Phone 310-653-5393, Fax 310-653-5376, Email roderick.jones@losangeles.af.mil - Audrey Campbell, Contracting Officer, Phone 310-653-5382, Fax 310-653-6117, Email audrey.campbell@losangeles.af.mil


:
483 N. Aviation Blvd
El Segundo, California 90245-2808
:
Address: Buildings 32,36 and 40, Patton Quadrangle
San Pedro , California 90731-9990
United States
:
Roderick L Jones,
Contract Specialist
Phone: (310) 653-5393
Fax: (310) 363-2463
:
Audrey Campbell,
Contracting Officer
Phone: 310-653-5382
Fax: 310-653-6117