Lodging Laundry Services

expired opportunity(Expired)
From: Federal Government(Federal)
FA489721P0014

Basic Details

started - 16 Mar, 2021 (about 3 years ago)

Start Date

16 Mar, 2021 (about 3 years ago)
due - 23 Mar, 2021 (about 3 years ago)

Due Date

23 Mar, 2021 (about 3 years ago)
Bid Notification

Type

Bid Notification
FA489721P0014

Identifier

FA489721P0014
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709029)DEPT OF THE AIR FORCE (60450)ACC (74991)FA4897 366 FAS PKP (500)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

PERFORMANCE WORK STATEMENTLAUNDRY CLEANING SERVICES1.0. DESCRIPTION OF SERVICES.  The Contractor shall furnish all labor, equipment, supervision, management, supplies, bulk delivery carts, transportation, and facilities necessary to perform bulk laundry and linen services and tasks required under this PWS for the Sagebrush Inn, 875 Falcon St, Bldg. 2320, Mountain Home AFB, ID.  After processing, laundered articles shall be in serviceable and sanitary condition, meeting established quality and performance requirement standards as shown in the Laundering and Packing Summary.  Articles shall be returned to the Sagebrush Inn, or other designated pick-up points clean, dry, and free of lint, unpleasant odor, spots and stains.1.2. Requirements.1.2.1. Pick up. The Contractor shall pick up soiled laundry and linen on Monday and Thursday between 8:30 a.m. and 11:30 a.m. at the Sagebrush Inn, Bldg 8395 (Temporary Lodging Facility).  Linen shall not be picked up on Federal holidays.1.2.2.
Delivery.  All laundry shall be delivered the following delivery date, i.e. if pick up is Monday, delivery of clean items is Thursday before the initial pick-up of the soiled articles.  The Contractor shall furnish one (1) copy of a delivery ticket with delivered items.  The delivery ticket shall contain at a minimum the type(s) of item(s) delivered, quantity of each type item, item price and extended total.1.2.3. If the Contractor identifies unsalvageable items, the item shall be bundle separately and clearly mark on the bundle as being unsalvageable.  The Contractor shall return the items to the location from which they were picked up at the next delivery date.  If the Ccontractor caused the damage, the damaged or destroyed items shall be replaced with an identical item at no cost to the Government within 10 business days of incident.  These replaced items shall be bundled separately and marked as replacement items.  If any destroyed item is not replaced within 10 business days, the amount of the items shall be deducted from the next submitted invoice.  The Contractor shall not charge for cleaning of any replacement items. 1.2.4. Returns.  Delivered finished articles shall conform to the generally accepted commercial standards of quality, cleanliness (free of unpleasant odors), finish and appearance.  The Contractor may be required to re-perform laundering of items deemed unacceptable by a designated Government Representative.  Any items found to be unsatisfactorily cleaned shall be re-cleaned at no additional cost to the Government.  Such items shall be identified by the Government and the Contractor shall identify and pack these items separately after they are re-cleaned.  These items shall be delivered on the next scheduled delivery.1.2.5. Facilities. The contractor’s facility shall be open to inspection of sanitary conditions at any time by a representative of the Government.1.2.6. Industry Regulations and Codes.  The Contractor shall comply with all applicable Occupational Safety and Health Administration (OSHA), Centers for Disease Control (CDC), federal, state, and local regulations and codes.  The Contractor shall keep abreast of and comply with changes to all regulations and codes. 1.2.7. Specifications.  Contractor-furnished wash formula, chemicals, materials, equipment and tools used shall be standard products of manufacturers regularly engaged in the production of such items.1.2.8. Flatwork Ironing. The Contractor shall ensure flatwork is processed so surfaces are smooth, without rough dried spots, or wrinkling is noticeable and significant in area affected, such as achieved by machine finishing.  Flatwork shall be folded to ensure a neat and uniform appearance not marred by excessive loose ends.1.2.9. Packaging.  The contractor shall package all items in plastic film unless indicated below in Identification, Standard Packaging and Method of Finish.1.2.10. All workmanship shall be in accordance with commercial practices established by the National Association of Institutional Linen Management (NAILM), International Fabric care Institute (IFI), Textile Rental Services Association (TRSA). 1.2.11. All carts used for transporting clean laundry shall be in good working order and lined with a clear plastic liner, providing protection to the clean laundry during transport.2.0. ENVIRONMENTAL CONTROL. 2.1. Hazardous Material (HAZMAT) Inventory and Safety Data Sheets (SDS).  SDS are required as specified in Federal Standard No. 313 for all potentially hazardous materials. SDSs must be submitted by the Contractor within ten (10) calendar days following contract award to the CO for a determination of whether or not a product is a HAZMAT and what additional requirements may be applicable/necessary.2.2. Approval is required before bringing any hazardous materials (HAZMAT) onto the installation.  The Government (HAZMART personnel) shall inventory all chemicals the Contractor brings on to MHAFB or any property under the control of MHAFB.  Any products which meet the criteria of “Hazardous Waste” must be bar coded and tracked until permanently removed from Government property.  The inventory shall be performed prior to commencement of work.  Criteria for identifying hazardous waste, is contained in Subpart C of 40 CFR, Part 261.2.3. Material Storage and Use.  The Contractor shall follow manufacturer's guidelines and professional recommendations for control of humidity, temperature, cleanliness, and materials handling.  This includes hazardous materials.2.4. Notification of Environmental Spills.  If a spill occurs, the person discovering the spill shall make every effort to stop the product flow, when possible, warn personnel, shut off ignition sources, contain the spill, make notifications, and begin cleanup.  If the spill is considered an emergency and there is a potential life, health, fire, or other safety hazard, the MHAFB Fire Department shall be notified IMMEDIATELY.  Responsible units and activities shall clean up small spills safely and within their capabilities to do so.  Generally, a spill of only a few gallons shall be recovered by the responsible unit or activity using absorbent materials or a spill kit located by the site.  Recovered product and contaminated materials shall be packaged and staged for disposal IAW the installations hazardous waste procedures.  Contact the Environmental Office (208-828-6351) for guidance.  The liability for the spill or release of such substances rests solely with the Contractor and its agent.2.5. Waste. Identify, label, handle, store, and dispose of hazardous waste or debris IAW Federal, State, and local regulations. 2.6. Ensure all waste has undergone the appropriate hazardous waste determination and documentation is retained for these determinations. 2.7. Do not dispose of hazardous waste on Government property.  Do not discharge any waste to a sanitary sewer, storm drain, or to surface waters or conduct waste treatment or disposal on Government property without written approval of the CO and Environmental Office. 2.8. Consult with the Hazardous Waste Program Manager (366 FW/A7IE) at 208-828-1684/6351 prior to disposal of any waste.2.9. ASBESTOS. The Contractor shall comply with Section 29 CFR 1910.1001(j)(7)(iv). VTE may be located in facilities that may contain Asbestos Containing Material (ACM) or Potential ACM.  The Contractor (not the Government) shall determine if any exposure to ACM may result in performing work under the contract.3.0. QUALITY CONTROL.3.1. The Contractor shall develop, document, implement, maintain, and continuously improve a comprehensive Quallity Control Plan which ensures continuous, cost effective, and efficient linen repairs, as well as compliance with Federal, State, local regulations, and all the terms and conditions of the contract. 3.2. The Contractor’s QCP shall implement procedures to identify and prevent recurrence of deficiencies.  The QCP shall specifically address the Contractor’s strategy to provide quality workmanship, continual process improvement, and how any deficiencies will be corrected.3.3. Contractor’s QCP shall describe the inspection system for the requested services listed in the PWS.  The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of unacceptable services.3.4. The contractor’s quality control plan shall contain, as a minimum, the following items: 3.5. A description of the inspection system to cover all services. Description shall include specifics as to the areas to be inspected on a scheduled and unscheduled basis, frequency of inspections, and the title and organizational placement of the inspector(s). 3.6. A description of the methods to be used for identifying and preventing defects in the quality of service performed. 3.7. A description of how the records will be kept. Records must document all inspections and corrective or preventive actions taken.3.8. Contractor Inspection Records. Records of inspections shall be kept and made available to the Government throughout the contract performance period and for the period after contract completion until final settlement of any claims under this contract.4.0. DELIVERABLES.4.1. The contractor shall prepare and submit to the CO all operating records and reports containing data on linen laundering, servicing, replacement and deliveries.4.2. The Contractor shall submit their Quality Control Plan (QCP) to the CO NLT than ten (10) business days following contract award.4.3. Contractor shall appoint in writing to the CO within 10 business days following contract award a contract manager and alternate(s). 4.4. The Contractor shall provide a completed 366 SFS Form 30 for each employee requiring installation access to the CO within five (5) business days following contract award5.0. INCIDENTAL GOVERNMENT FURNISHED SERVICES.5.1. Government telephone facilities shall be made available for local calls to the contractor FOUO only.5.2. The Government will provide general on-base security and fire protection services. Security Police telephone extension is 8-2256 (on-base) and 208-828-2256 (from all other phones) for both emergency and routine calls.  Fire protection emergency phone is 8-0911(from on-base phone) and 208- 828-0911(from all other phones).5.3. All reasonable quantities of electricity will be made available to the Contractor without charge.  The Contractor shall adhere to all base level utility conservation practices or requirements.  The Contractor shall be responsible for operating under conditions that prevent waste of utilities.5.4. Use of existing toilet facilities in the immediate work area will be permitted.  The Contractor shall ensure facility cleanliness is maintained at all times to the extent of cleaning up after Contractor personnel only.5.5. Refuse Collection and Disposal. The Contractor shall use existing bulk containers to dispose of trash or refuse generated from accomplishment of services detailed in this PWS. The contractor shall adhere to all base level recycling programs. 6.0. GENERAL INFORMATION.6.1. Normal operating hours are 0730 to 1630 Monday through Friday, except for Federal holidays or when the installation is officially closed by the 366th FW Commander.6.2. Recognized Federal Holidays.  A minimum of ten paid holidays per year:New Year's Day                                  Martin Luther King Jr.'s BirthdayWashington's Birthday                       Memorial DayIndependence Day                              Labor DayColumbus Day                                    Veterans' DayThanksgiving Day                              Christmas Day.A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.6.3. Work scheduled but not accomplished because of base closure due to exercises or real world events shall be accomplished as soon as possible after base reopening. 6.4. Contractor shall appoint in writing to the CO within 10 business days following contract award a contract manager and alternate(s).  Any changes to this letter of appointment shall be provided to the CO within three (3) business days.  These individual(s) shall be responsible for contract performance IAW the PWS.  The contract manager or alternate shall have full authority to act for the contractor on all contract matters.  The name of this person, and an alternate or alternates, will act for the contractor when the primary is absent.6.5. All contractor personnel must present a neat appearance and be easily recognized as contractor employees.  This may be accomplished by wearing contractor-furnished clothing bearing the company name and/or logo. 6.6. The contractor shall identify himself as a contractor in meetings, telephone conversations, and e-mails and in any correspondence with the Government.6.7. All employees shall fluently read, write, speak, and understand the English language.6.8. The Government is authorized to restrict employment under the contract of any contractor employee or prospective contractor employee who is identified as a potential threat to the health, safety, security, general wellbeing, or operational mission of the installation and its population.6.9. The contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create 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 approval in accordance with DOD 5500.7 and the Joint Ethics Regulation.7.0. SECURITY REQUIREMENTS. 7.1. The Contractor shall provide a completed 366 SFS Form 30 for each employee requiring installation access to the CO within five (5) business days following contract award.  After approval, the CO shall notify the Contractor.  The contractor will notify their employees to pick up their installation access ID at the MHAFB Main Gate Visitor’s Center. 7.2. The Contractor shall retrieve all identification media, including vehicle passes from employees who depart for any reason before the contract expires i.e. terminated for cause, retirement, etc.7.3. The Contractor and its employees shall comply with base traffic regulations.7.4. Contractor employees are prohibited from possessing weapons, firearms, or ammunition, on themselves or within their contractor owned vehicle or privately owned vehicle while on MHAFB.7.5. The Contractor shall comply with DoD 5400.7-R, Chapter 4, DoD Freedom of Information Action (FOIA) Program, requirements.  This regulation sets policy and procedures for the disclosure of records to the public and for marking, handling, transmitting and safeguarding For Official Use Only (FOUO) material.7.6. Contractor personnel shall report to an appropriate authority any information or circumstances which they are aware of and may pose a threat to the security of DoD personnel, Contractor personnel, resources, and classified or unclassified defense information.  Contractor employees shall be briefed by their immediate supervisor upon initial on-base assignment.7.7. The Contractor shall be responsible for safeguarding all government property.  At the end of each work period, all government facilities, equipment, and materials shall be secured. 8.0. RECORDS MANAGEMENT. 8.1. All records, files, and documents, regardless of media (e.g., paper, electronic, etc), as described in this PWS, which are the responsibility of the Contractor are the property of the Government and shall remain so upon termination or completion of the contract.8.2. The Contractor shall keep these item(s) current and maintain and dispose of them in accordance with the requirements established in AFI 33-322, Records Management Program, paragraph 10, AFMAN 33-363, paragraph 6.4, AFMAN 33-364, paragraph 2.10 and the Air Force Records Disposition Schedule which may be accessed from the following web address:  https://www.my/af.mil/afrims/afrims/afrims/rims.cfm.48.3. Records shall be turned over to the Government upon completion of the TO unless otherwise stated.  All records are subject to the Freedom of Information and Privacy Act.9.0. CONTINUATION OF ESSENTIAL CONTRACTOR SERVICES DURING CRISIS.9.1. IAW Department of Defense Instruction (DoDI) 3020.37. Continuation of Essential Contractor Services During Crisis, and the Air Force implementation thereof, unless otherwise directed by an authorized Government representative, it is determined Well Maintenance services under this PWS are essential and must be performed during a crisis. 9.2. The Contractor shall continue providing service to the requesting organization 24 hours a day until the crisis is over.  The Contractor shall submit a contingency plan for operating under said conditions. 9.3. This plan is due to the CO within thirty (30) calendar days following contract award and at a minimum but not limited to how the Contractor shall ensure continuation of services, contain the employee’s name, address, home phone number, cell phone number, social security number, security clearance, and duty title.9.4. Contractor employees, with approved background checks shall be allowed unescorted access to the installation for performance of work in all FPCONs except “Delta”.  The CO, PM, or COR shall notify the contractor of a “Delta” condition as soon as possible after security conditions have been implemented. 10.0. INSURANCE. 10.1. Workman's Compensation and Employers Liability Insurance as required by law except this contract is to be performed in a state which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such state will be satisfactory.  The required Workmen's compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational diseases with a minimum liability limit of $100,000.00.10.2. General liability insurance to cover bodily injury liability insurance, in the minimum limits of $500,000.00 per occurrence shall be required on the comprehensive form of policy.10.3. Automobile insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobile used in connection with the performance of the contract.  At least the minimum limits of $200,000.00 per person and $500,000.00 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required.APPENDIX 111.1. Customer Complaint Record - https://cs2.eis.af.mil/sites/10059/afcc/knowledge_center/templates/customer_complaint_record.pdf           11.2. Performance Action Report - https://cs2.eis.af.mil/sites/10059/afcc/knowledge_center/templates/performance_assessment_report.pdf11.3. Corrective Action Report - https://cs2.eis.af.mil/sites/10059/afcc/knowledge_center/templates/corrective_action_report.pdfAPPENDIX 212.0. DEFINITIONS 12.1. Clean. Finished articles are dry and free of visible soil, lint, and objectionable odors. Spots and stains are removed without damaging the fabric. Tape and other adhesives shall be removed prior to or during the laundering process.12.2. Contract Manager (CM). The contractor individual responsible for overall performance of this contract appointed, in writing, by an officer of the company to the Contracting Officer. The Contract Manager shall be available to meet with the Contracting Officer to discuss performance.12.3. Contracting Officer (CO). The Contracting Officer is the person with the authority to enter into, administer, modify, and/or terminate contracts for the government. The Contracting Officer is responsible for ensuring the performance and compliance with the terms of the contract and safeguarding the interests of the government in its contractual relationships.12.4. Laundering. The process by which soiled fabric items are cleaned, starched, ironed, pressed, and treated. The term includes cleaning by mechanical action in appropriate temperature water with appropriate solutions of detergents and other additives. The appropriate products and procedures are to be determined by the contractor.12.5. Unserviceable Articles: Those articles no longer usable for the purpose intended.APPENDIX 313.0. IDENTIFICATION, STANDARD PACKAGING AND METHOD OF FINISH(F)(I)(WP)(OH)Fold IronWrap finished work in plasticReturn finished work on hangars(RO)(T)(W)(WC)Roll (Used Exclusively for sleeping bags) Tie with twine or stringWashWash in Cold Water(D)Tumble Dry(WDF)Wash, Dry, Fold(DC)Dry Cool (100 Degrees max)(BG)Return in plastic garment bag(DRC)Dry Clean(PG)Package like items (same sizes & color patterns)Laundering and Packing Instructions METHODS OF FINISHING (CODES)366th FSSDescriptionLaundering InstructionsPacking Instructions1.Bedspread QueenWC/DC/F/PG/WPPack in 2(s)2.Bedspread, TwinWC/DC/F/PG/WPPack in 2(s)3.Pad, Mattress, TwinW/DC/F/PG/WPPack in 3(s)4.Pad, Mattress, QueenW/DC/F/PG/WPPack in 3(s)5.Blanket, Twin, quilted alternativeWC/DC/F/PG/WPPack in 3(s)6.Blanket, Queen, quilted alternativeWC/DC/F/PG/WPPack in 3(s)7.Pillowcase, StandardWDF/WPPack in 20(s)8.Sheet, Twin FlatWDF/TPack in 10(s)9.Sheet, Twin FittedWDF/TPack in 10(s)10.Sheet Queen FittedWDF/TPack in 10(s)11.Sheet Queen FlatWDF/TPack in 10(s)12.WashclothsWDF/TPack in 30(s)13.Hand TowelsWDF/TPack in 10(s)14.Bath MatsWDF/TPack in 10 (s)15.Bath TowelsWDF/TPack in 10(s)

Mountain Home AFB, ID, 83648, USALocation

Place Of Performance : N/A

Country : United StatesState : IdahoCity : Mountain Home Air Force Base

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAICS CodeCode 812320
Classification CodeCode S209