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.

S--Combined Synopsis/Solicitation for laundry service at FT Irwin, CA.

Solicitation Number: W81CBG8032N423
Agency: Department of the Army
Office: U. S. Army Materiel Command
Location: U.S. Army Aviation and Missile Command (Base Ops)
  • Print
:
W81CBG8032N423
:
Combined Synopsis/Solicitation
:
Added: February 7, 2008
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.

Laundry Service for rotational unit at the National Training Center, Ft. Irwin, California. Price shall include pick-up, laundering and drop off of laundry. The NAICS Code is 81 2332, Industrial Launderers. The SIC code is 7219. The FSC is S209, Laundry and Dry Cleaning Services.

The contractor shall furnish all equipment, management, labor, housekeeping and facility operation to launder no more than 880 bags of clothing per pick-up. The contractor shall receive, account for, process, and return all organizational and individual items tendered for cleaning. The contractor shall pick up and deliver the laundry to the Rotational Unit Bivouac Area (RUBA) located on FT Irwin , CA. The contractor shall provide 880 mesh type laundry bags that can hold:

1. Up to 5 complete Army Combat Unifroms/Army Aviation Combat Uniforms or Army Flyer Coveralls.

2. Up to 25 pieces of undergarmets/socks/towels (see list bel ow).


SERVICES

The contractor shall provide laundry services to all individuals from 4-4 Combat Aviation Unit currently located at FT Irwin, CA. Services shall be provided in accordance with the terms and conditions of this solicitation.

The Contractor shall be responsible for: all transportation requirements; non-chlorine, non-optical brightner detergent; supplies required for execution of pick-up, cleaning, and delivery of cleaned clothing associated with the services below.
Pick-up and delivery locations at the RUBA located on FT Irwin, CA.

Laundry bags will be counted in the presence of the Government representative and the contractor, both parties will agree on total pieces and the Contractor shall provide a re ceipt invoice.

Upon delivery, the Government Rep and Contractor will reconcile against the receipt invoice used during pick-up. Any discrepancies will be noted and action taken to resolve.

The Government will provide an inventory list for individual bags and will maintain a copy.

The Contractor shall provide laundry bags that are suitable for washing; waterproof bags or duffle bags will not be used.

The Contractor shall follow the service dates as listed below; laundry bags w ill be ready for p/u no later than 10:00 AM each morning regardless of the pick-up location or the time arrived by the contractor. Delivery will be no later than 12:00 PM.

Pick-up Delivery
14 Feb 08 18 Feb 08
21 Feb 08 25 Feb 08

Standards

Delivered articles shall conform to the generally accepted industry and local standards of quality, cleanliness, finish, appearance, and packaging. The items shall not only be clean in the sense of being free from soil and stains, bu t also free from bacteria, fungi and micro organisms, including pathogens and disease producing organisms as well as unpleasant smells.

All work performed shall be done under sanitary conditions. The contract facility shall be open to inspection of conditions at any time by a representative of the contracting officer, and the contracting officer reserves the right to perform or cause to have performed any test necessary to determine the sanitary condition of the articles delivered by the contracto r.

Laundry shall be cleaned using non-chlorine non-optical brightner based detergent, and shall be dried using a machine dryer. The Army Combat Uniform/Army Flyers coveralls shall be washed in water less than 140 degrees farenheit and dried on a medium temperature.
Any items found to have been unsatisfactorily cleaned shall be re-cleaned by the contractor at no additional cost to the government.

Laundry will not be seperated and must be washed/dried inside the mesh bags. Contractor shall not remove any items from the mesh bags. In the event any bags contents get seperated from the mesh bag, the contractor will place all loose item into a separate bag and will mark that bag as being loose items. The contractor shall provide a list of the bag identification numbers of any bags that opened during the laundry process to the Government.

The contractor shall record the number of ba gs received, cleaned and returned on an invoice. The contracting officers representative will verify the amount by balancing the contractors copy of the individual bag tickets against the contractors invoice.

ITEMS AUTHORIZED FOR CLEANING PER SOLDIER

Soldiers are authorzied up to 25 pieces of the following items in one bag:
T-Shirts
Underwear
-Mens
- Women(including Bras)
Socks
PT Shirt
PT Shorts
Towel
Face Towel


Soldiers are authorized up to 5 uniforms (no more than 10 pieces) in the second bag:
Army Aviation Combat Unifrom (top and bottom)
ACUs (top and bottoms)
Army Flyers Coveralls

Any firm that believes it can demonstrate the ability to comp ly with the stated requirements listed above, they must comply with the following: Offeror must indicate the maximum time required to effect delivery. Prices quoted shall be F.O.B. Destination prices. Supplies will be shipped to Fort Irwin, CA. The Go vernment contemplates award of a Firm Fixed Price order resulting from this solicitation. FAR Provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; Paragraphs (b)(10), (d), (e) and (h) are deleted. FAR Provision 52.2 12-2, EvaluationCommercial Items, is applicable; Technical (Offered products having all salient characteristics), Delivery Timeframe, and Price are the evaluation criteria. The Government intends to make a single award to the lowest responsive, respons ible offeror whose quotation conforms to the solicitation and is most advantageous to the government considering price and non-price related factors. Offerors shall include a completed copy of the provision at FAR 52.212-3 ALT I, Offeror Representations a nd Certifications - Commercial Items, with their quotations. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Exe cutive Orders - Commercial Items, applies to this acquisition with the following clauses checked as applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-14, Limitations on Subcontracting; 52.222-21, Notice to the Government o f Labor Disputes; 52.222-26, Equal Opportunity; 52.222-35, Equal opportunity for special disabled veterans, veterans of the Vietnam era, and other eligible veterans; 52.222-36, Affirmative Action for workers with disabilities; 52.222-37, Employment reports on special disabled veterans, veterans of the Vietnam era, and other eligible veterans; 52.222-19, Child Labor  Cooperation with Authorities and Remedies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.232-33, Payment by Electronic Funds Transfer  Other than Central Contractor Registration and 52.214-21, Descriptive Literature. DFARS Clause 252.212-7001, Contract Terms and Conditions to Implement Statues or Executive Orders Applicable t o Defense Acquisition of Commercial Items, applies to this acquisition and is incorporated in full text with the following clauses checked as applicable: 252.225-7036, Buy American ActFree Trade AgreementsBalance of Payments Program; 252.225-7012, Prefer ence for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea; 252.243-7002, R equests for Equitable Adjustment. The following additional FAR Clause is applicable: 52.211-6, Brand Name or Equal. The offeror shall indicate manufacturer part numbers quoted and supply descriptive literature that will be used in evaluation of offers. Of feror shall provide the DUNS Number, Cage Code and Federal Tax-ID number along with their quotation. All offerors must be CCR Registered in accordance with DFARS Provision 252.204-7004, Alt A. Offers are due no later than 6:00pm P.S.T. 7 Feb 2008. All res ponsible concerns may submit an offer which will be considered by the agency. Submit offers to the Directorate of Contracting, ATTN: MAJ Craig Gardunia, 505 LANGFORD LAKE ROAD, FORT IRWIN, CALIFORNIA 92310. . Facsimile quotations will be accepted and may be sent to (760) 380-3693. Contact MAJ Craig Gardunia, 760-380-3852, craig.gardunia@us.army.mil or MAJ Andrew Carter, 760-380-3852, andrew.carter2@us.army.mil for information regarding the solicitation.

Unrestricted
:
US Army Aviation and Missile Command (Base Ops), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
:
NTC Acquistion Command Building 505 Langford Lake Road Fort Irwin CA
92310
: