Laundry and Dry Cleaning Svcs, Kunsan AB, ROK

expired opportunity(Expired)
From: Federal Government(Federal)
W91QVN20R0024

Basic Details

started - 27 Dec, 2019 (about 4 years ago)

Start Date

27 Dec, 2019 (about 4 years ago)
due - 10 Jan, 2020 (about 4 years ago)

Due Date

10 Jan, 2020 (about 4 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
W91QVN20R0024

Identifier

W91QVN20R0024
DEPARTMENT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710657)DEPT OF THE ARMY (133330)AMC (72703)ACC (75087)EXPEDITIONARY CONTRACTING COMMAND (686)411TH CSB (3833)411TH CONTRACTING SUPORT BRIGAGE AU (2046)
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 AND DRY CLEANING SERVICE FOR KUNSAN ABPART 1GENERAL INFORMATION1. GENERAL:  This is a non-personnel services contract to provide Laundry & Dry Cleaning Service for 8th Force Support Squadron (FSS) and 8th Medical Group (MG) Kunsan AB. The Government will not exercise any supervision or control over the contract service providers performing the services herein.  Such contract service providers shall be accountable solely to the contractor who, in turn is responsible to the Government.1.1. Description of Services/Introduction:  The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Laundry & Dry Cleaning Service as defined in this Performance Work Statement except for those items specified as government furnished property and services.  The contractor shall perform to the standards in this contract.1.2. Scope: The
contractor shall in accordance with (IAW) this Performance Work Statement (PWS), furnish all personnel, equipment, transportation, tools, materials, supervision, and other items and services necessary to perform laundry and dry cleaning service, to include pick-up and delivery at KUNSAN AB, ROK. The contractor shall provide one (1) person to operate a centralized linen exchange for all base linen. This person will collect, sort, bag and tag all linen items dropped off at linen exchange. The contractor shall verify and provide the COR a count of all laundry and dry cleaning items picked up from the facilities and dropped off at base central linen exchange. "If the contractor prefers to count at his facility, the COR count takes precedence over contractor's count." The COR and contractor representative shall count and verify all items returned to the facility prior to acceptance. Acceptance shall be made by the government and contractor representative. The government and contractor representative shall sign the delivery ticket prior to acceptance. All serviceability standards shall be provided IAW Appendix 4.1.3. Period of Performance:  The period of performance shall be for one (1) Base Year of twelve (12) months and four (4) 12-month option years.  The Period of Performance reads as follows:Base Year                             15 Apr 20 – 14 Apr 211st Option Year                     15 Apr 21 – 14 Apr 222nd Option Year                    15 Apr 22 – 14 Apr 233rd Option Year                    15 Apr 23 – 14 Apr 244th Option Year                     15 Apr 24 – 14 Apr 251.4. General Information:1.4.1. Contractor Quality Control: The Contractor shall conduct quality control in accordance with their existing commercial standard Quality Contract Plan (QCP). The Contractor is required to submit a QCP within 10 days after contract award. An updated copy of the Contractor’s plan shall be provided to the Contracting Officer and Contracting Officer Representative (COR) as changes occur.1.4.2. Quality Assurance:  The government will evaluate the contractor’s performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP) and IAW FAR 52.246-4, Inspection of Services.  The QASP is primarily focused on what the Government will do to ensure that the contractor has performed in accordance with the performance standards.  It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). When an observation indicates defective performance, the COR will notify the contractor’s representative of the defect and may request that the contractor’s representative initial/sign the observation. Failure to initial/sign does not render the observation invalid.1.4.3. Hours of Operation: The contractor shall provide services to the U.S. Government during Normal hours of operation (0730-1630 Monday thru Friday). The contractor is not required to provide service on U.S. Government Legal Holidays and two (2) ROK Holidays as listed below:1.4.4. Recognized Holidays:U.S. Government Legal Holidays:Date                                                       Holiday1 January                                              New Year’s Day3rd Monday of January                      Martin Luther King’s Birthday3rd Monday of February                    President’s DayLast Monday of May                         Memorial Day4th of July                                              Independence Day1st Monday of September                  Labor Day2nd Monday of October                      Columbus Day11th of November                                Veteran’s Day4th Thursday of November                Thanksgiving Day25th of December                                 Christmas DayRepublic of Korea (ROK) HolidaysLunar New Year (1Day only)Chu-Seok (1Day only)Pick-up/drop-off will be completed on the first workday following the holiday. Pickup at four locations and delivery to four locations shall be performed during operating hours and schedules identified in this PWS. Turn-around time is 48 hours, i.e., items picked up one day will be cleaned and delivered within 48 hours.1.4.4.1. Continuation of Essential DoD Contractor Services During Crisis: Services required shall be the same as stated in the PWS. Hours of operation shall be determined as appropriate during the crisis. The KO shall notify the contractor and negotiations shall be made at this time concerning increased costs to support the mission as required.1.4.5. Place of Performance:  The work to be performed under this contract shall be performed at Kunsan AB.1.4.6. Type of Contract:  The government will award a Firm Fixed Price (FFP) Requirement type contract.1.4.7. Security Requirements:1.4.7.1. Base Entry and Vehicle Control Requirements: Contractor shall comply with AFFARS Clause 5352.242-9000, “Contractor Access to Air Force Installations” which is hereby incorporated by reference if not otherwise included. Contractor personnel shall comply with all on-base traffic laws.1.4.7.2. List of Employees: The contractor shall provide the Contracting Officer a current list of employees within 5 calendar days after receiving award or Notice of Award. The list shall include employee's name and date of investigation if applicable. Updated lists shall be provided when an employee's status or information changes.1.4.7.3. Reporting Requirements. The contractor shall comply with AFI 71-101, Volume 1, Criminal Investigations and Volume-2, Protective Service Matters, (Paragraph 1.2). Contractor shall report to the 8 Security Forces any information or circumstances which may pose a threat to DoD or contractor personnel, resources, or DoD information.1.4.7.4. Physical Security. The contractor shall comply with Force Protection Condition (FPCON) procedures, Random Antiterrorism Measures (RAMS) and local search/identification requirements.1.5. Contractor Personnel: The Government will have the right to restrict the employment under the contract of any contractor employee, or prospective employee, who is identified as a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population.1.5.1. Contract/Alternate Contract Manager: The contractor shall designate a contract manager and alternate in writing to the KO. The contract manager or alternate shall be the central point of contact for the government and shall have full authority to act for the contractor on contractual matters relating to the daily operation of this contract.1.5.2. Professional Appearance: Contractor personnel shall present a neat appearance and be easily recognized as such. Therefore the contract personnel shall wear distinctive clothing/uniforms, i.e. shirts, pants, shorts or coveralls with embroidered markings that clearly depict the company and employee names. The contractor shall be responsible for furnishing to each employee and for requiring each employee engaged in performing work on this contract to wear an identification badge. Upon termination of an employee, the contractor shall collect the employee’s badge (including any Government issued badges).NOTE: Government issued ID and passes must be surrendered to pass and registration within 48 hours of termination of employment.1.6. Qualification Requirement: 1.6.1. Contractor:  The contractor shall maintain the respective qualifications throughout the life of the contract. If the prime contractor choses to use a Subcontractor or Other Teaming Arrangement (OTA) to perform on this requirement, the prime contractor shall submit a signed subcontract or OTA agreement. Also, the subcontractor or OTA shall submit documentation throughout the life of the contract that demonstrates having the same qualifications as the prime contractor's qualifications required in all technical qualification requirements for Paragraph 1.6.  The Subcontractor or OTA’s prior experience and required licenses and certification documents cannot be substituted for the prime contractor’s document. 1.6.2. Prime Contractor’s Prior Experience:  The contractor shall have a minimum of two (2) years in professional laundry operations experience within the last seven (7) years from the issuance date of this solicitation.1.6.3. Prime Contractor’s Required Licenses and Certification Documents:  The contractor shall have current and valid documents issued by the ROK Government authorities as follows:    (1)  Business License (사업자등록증)    (2)  Laundry Operations Declaration (세탁업 영업신고증)    (3)  Certificate of Laundry Handling for Medical Institution (의료기관 세탁물 처리업 신고필증)1.6.4. Contract Manager (CM) / Point of Contact (POC):  The offeror shall provide a CM with a minimum of two (2) years of experience in laundry and dry cleaning services within the last seven (7) years from the issuance of this solicitation. 1.6.5. Sub-Contractor Agreement:  If sub-contractor is used, the offeror is required to submit the writtenSubcontract Agreement.  Offerors shall demonstrate a legal binding relationship with any entity subcontracted to perform under this contract. PART 2DEFINITIONS & ACRONYMS2.  Definitions and Acronyms:2.1. DEFINITIONS: 2.1.1. CONTRACTOR.  A supplier or vendor having a contract to provide specific supplies or service to the government.  The term used in this contract refers to the prime.2.1.2. CONTRACTING OFFICER (KO).   A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government.  Note: The only individual who can legally bind the government.2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR).   An employee of the U.S. Government appointed by the contracting officer to administer the contract.  Such appointment will be in writing and will state the scope of authority and limitations.  This individual has authority to provide technical direction to the contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications.  This individual does NOT have authority to change the terms and conditions of the contract.2.1.4. DEFECTIVE SERVICE.  A service output that does not meet the standard of performance associated with the Performance Work Statement.2.1.5. DELIVERABLE.  Anything that can be physically delivered but may include non-physical things such as meeting minutes.2.1.6. KEY PERSONNEL.  Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS.  When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal.2.1.7. PHYSICAL SECURITY.  Actions that prevent the loss or damage of Government property.2.1.8. QUALITY ASSURANCE.  The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards.2.1.9. QUALITY ASSURANCE Surveillance Plan (QASP).  An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10. QUALITY CONTROL.  All necessary measures taken by the contractor to assure that the quality of an end product or service shall meet contract requirements.2.1.11. SUBCONTRACTOR.  One that enters into a contract with a prime contractor.  The Government does not have privity of contract with the subcontractor.2.1.12. WORK DAY.  The number of hours per day the contractor provides services in accordance with the contract.2.1.12. WORK WEEK.  Is defined as Monday through Friday, unless specified otherwise.2.2. ACRONYMS: ACOR                                    Alternate Contracting Officer's RepresentativeAFARS                                  Army Federal Acquisition Regulation SupplementAR                                          Army RegulationCCE                                       Contracting Center of ExcellenceCFR                                        Code of Federal RegulationsCONUS                                  Continental United States (excludes Alaska and Hawaii)COR                                       Contracting Officer RepresentativeCOTR                                    Contracting Officer's Technical RepresentativeCOTS                                     Commercial Off the ShelfDA                                          Department of the ArmyDD250                                   Department of Defense Form 250 (Receiving Report)DD254                                   Department of Defense Contract Security Requirement ListDFARS                                  Defense Federal Acquisition Regulation SupplementDMDC                                   Defense Manpower Data CenterDOD                                       Department of DefenseFAR                                        Federal Acquisition Regulation        HIPAA                                   Health Insurance Portability and Accountability Act of 1996KO                                          Contracting OfficerOCI                                        Organizational Conflict of InterestOCONUS                               Outside Continental United States (includes Alaska and Hawaii)ODC                                       Other Direct CostsPIPO                                       Phase In/Phase OutPOC                                        Point of ContactPRS                                        Performance Requirements SummaryPWS                                       Performance Work StatementQA                                          Quality AssuranceQAP                                        Quality Assurance ProgramQASP                                     Quality Assurance Surveillance PlanQC                                          Quality ControlQCP                                        Quality Control PlanTE                                           Technical ExhibitPART 3GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES3.1. Government Property: Force Support Squadron will supply the contractor with a facility for base central linen exchange.3.2. The facility will be furnished with a desk, desk chair, computer, phone, filing cabinet, printer, printer paper and shelving for clean and dirty linen.PART 4CONTRACTOR FURNISHED PROPERTY4.1. General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Part 3 of this PWS.4.2. Contractor Furnished Property. The contractor must have a minimum 5 commercial washers and 5 commercial dryers and 2 commercial dry cleaning machines. The contractor shall have at least 2 delivery vehicles. Contractor shall provide adequate size of commercial laundry carts and linen bags to buildings as follows:Linen Exchange – 4 Laundry Carts, 2 Linen BagsHospital – 2 Linen BagsLodging- 2 Laundry CartsPART 5SPECIFIC TASKS5. SPECIFIC TASKS5.1. Partnering: To successfully accomplish the mission and provide laundry and dry cleaning the government and the contractor shall develop and maintain an open relationship. This open relationship and the recognition that each partner is an expert in its own right are the keys to a successful partnership. Based on the recognition that the contractor is an expert in laundry and dry cleaning, this PWS requires the contractor to comply with commercial tailoring practices and locally established guidelines. As an expert, the contractor is expected to have a thorough understanding of the work required to meet the standards identified in this PWS in a manner that is consistent with the commercial industry and in accordance with all applicable Air Force instructions, specifications and guidelines. During the performance period, the government encourages the contractor to propose any innovations that may lead to increased efficiencies and/or performance.5.1.1. The contractor shall manage all data created for Government use or legally controlled by the Government, in support of the functional activity or required by AF publication. The contractor assumes liability for any and all property entrusted to them during the cleaning process and shall be obligated to safeguard such property at all times until custody is transferred back to U.S. Government control. The contractor shall ensure to protect the U.S. Government’s interests at all times by planning for and making ready all manner and means to satisfactorily receive and process the estimated workload quantities of laundry and dry cleaning articles as stipulated in Appendix 1, Pickup and Delivery schedule.5.2. Standards for Laundry and Dry Cleaning: The contractor shall be responsible for the quality of the workmanship in accordance with standard industry procedures. Laundry and dry cleaning shall be reaccomplished on any garments, which are inspected by Contracting Officer’s Representative (COR) and if found to be improper, the contractor shall re-perform the services at no additional cost to the government. The contracting officer (KO) shall make the final decision when there is a dispute between the COR and the contractor.5.2.1. Standard Practices: All laundry and dry cleaning services shall be in conformance with standard industry practices. Exception: The chemical ensembles contained in this requirement are used for training purposes only. Therefore, the care label instructions regarding washing limitations are not applicable to the chemical ensembles for this requirement. The contractor shall not be held liable for damage that may occur regarding this requirement. In order to minimize losses due to staining the contractor shall presoak in strongest possible stain removal bath and rewash all stained items before returning any items still stained as damaged items.5.2.2.1. The contractor shall submit on a daily basis to the COR, completed pickup and delivery tickets, and monthly invoice of services rendered no later than the third working day of the next month thru WAWF.5.2.2.2. The contractor shall be responsible for collecting and verifying dirty linen. The contractor shall ensure all customers’ complete AF form 1297, Temporary Issue Receipt, for all dirty linen received. All items will be identified at time of pickup and processed separately.5.2.3. Turn-around: All items laundered/dry cleaned must be returned within two (2) working days. For example items picked up on Monday will be returned/delivered on Wednesday. If delivery/pickup cannot be made as scheduled contractor shall notify COR immediately. Items picked up on Friday shall be delivered back on Monday. If this day falls on a holiday, then next day will be the pickup day.5.2.4. Dirty and clean linen will not be transported together. For example drop off all clean items then pick up all dirty items.5.2.5. Contamination of Articles: Some items may contain properties or chemicals considered to be bio-hazardous. Contractor shall follow and dispose according to local and Republic Of Korea laws and regulations including the environmental governing standards in USFK Pamphlet 200-1.5.2.6. Unserviceable/Non-repairable Articles: The contractor shall launder all unserviceable and non-repairable articles and return separate bundles clearly marked unserviceable, but returned with the rest of the delivery for accountability.5.2.7. Laundering/Dry Cleaning Clothing of Deceased Military Personnel: All items will be identified at time of pickup and processed separately. All items will be folded and wrapped except for coats, shirts, and pants. These items will be placed on hangers and bagged.5.2.8. The contractor shall submit data showing quantities of each item processed at each pickup by building number cumulatively by the 5th day of each month to the COR.5.2.9. Laundry and dry cleaning items will be processed in accordance with laundry and dry cleaning symbols as indicated in Appendix 4, and as required and designated by each item description.5.3. Missing/Lost/Damaged Articles: The contractor shall replace any items lost or damaged due to negligence or poor work performance at no additional expense to the government. Government personnel will identify missing items at delivery; damaged items will be brought to the attention of the contractor within 48 hours of discovery. The contractor shall deliver any article missing from a delivery within 48 hours at no additional cost to the government. Articles not returned within required 48 hours will be classified as missing or lost. If any article is not replaced within 48 hours the replacement cost of the article will be deducted from the contractors invoice. The replacement specifications will be provided by the COR to the contractor. The replacement cost will be determined in accordance with DFAR 252.237-7014. Items damaged through negligence or through mishandling will be replaced by the contractor at his expense or be deducted from the contractors invoice. The delivery ticket will be used to document any missing, lost or damaged articles. The facility manager will complete the Air Force Form 714, Customer Complaint Record, and forward it to the COR for validation. The contractor shall repair all minor rips, tears, open seams, and holes, not to exceed six inches using thread and materials of the same quality, compatible color, colorfastness, and textures as used in the manufacture of the articles.5.4. Mobility Deployment, Disaster Preparedness, Exercises, and Other Contingencies: Upon notification by the contracting officer, the contractor shall provide laundry service and support to meet surge requirements due to mobilization and unexpected mission requirements for the duration of the contingency.5.5. Count of Articles:5.5.1. The contractor shall be liable for the return of the number and kind of articles furnished for service under the contract.5.5.2. Contractor shall utilize "each" as the primary unit of measure for tracking and accounting for all items laundered or dry-cleaned under this contract.5.5.3. Accounting for Flight Line Used Red Rags & Food Rags: Red rags designated by the customer as "flight line use" and presented for cleaning shall be segregated from the universal shop rags and accounted for as "each." Food rags will be segregated from all other rags and accounted for as "each."5.5.3.1. The contractor shall clean flight line use red rags as each and keep separate from all other lots of the same articles. The contractor shall not commingle red rags among the bags during transportation or during the cleaning process. The bagging of such lots within a suitable carrier that is easily identifiable and can be successfully transported intact and returned likewise shall be the sole responsibility of each customer organization authorized and requesting such service.5.6. Production Report: The contractor shall provide the COR a monthly report with each Invoice. This report will identify the specific items and the quantities of each item serviced.5.7. Performance Evaluation Meeting: The contract manager may be required to meet quarterly with the COR and the KO. The contractor’s manager, KO, and the Quality Assurance (QA) shall sign the written minutes of these meetings. Should the contractor not concur with the minutes, the contractor shall so state any areas of non- concurrence in writing to the KO within three (3) workdays of receipt of the signed documents.5.8. Defect Prevention: The quality control plan shall describe the method(s) for identifying and preventing defects in the quality of service performed before the level of performance becomes unacceptable.5.9. Vehicle Interior: The contractor shall transport all laundered items in a clean vehicle and protected from contamination and soiling during transit.5.10.1. Hospital Laundry Work Requirement:5.10.1.1. The contractor shall be responsible for pick-up and delivery of articles, as well as the return of unserviceable articles to the designated points-of-service. If any articles are lost or damaged during the contractor’s Performance, repair or replacement shall be rendered at the expense of the contractor.5.10.1.2. The contractor assumes liability for any and all property entrusted to them during the cleaning process and shall be obligated to safeguard such property at all times until custody is transferred back to U.S. Government control.5.10.1.3. The contractor shall ensure to protect the U.S. Government’s interests at all times by receiving and processing the estimated workload quantities of laundry and dry cleaning articles as stipulated in Appendix 1, Pickup and Delivery schedule.5.10.1.4. The contractor shall ensure soiled and clean linen articles are stored, handled, and transported separately at all times. The use of enclosed carts for such articles shall be employed at all times including transportation to and from the laundry facility.5.10.1.5. The contractor shall be responsible for providing orientation and annual training for their personnel on infection prevention and control methods, such as: blood-borne pathogens, wearing appropriate personally protective equipment (PPE), hand hygiene, tuberculosis prevention.5.10.1.6. The contractor shall ensure their staff uses appropriate temperature and chemicals during the washing process.5.10.1.7. The contractor shall treat all soiled linen as potentially infectious, thus not requiring any color coding or segregation. They must comply with applicable host-nation requirements.5.10.1.8. The contractor shall report any sharps found when separating contaminated linen to prevent exposures to personnel directly to the Military Treatment Facility where the linen was collected.5.10.1.9. The contractor shall ensure all clean linen will be transported and stored in carts used exclusively for this purposes, or in linen carts that were cleaned and disinfected after being used to transport soiled linen.5.10.1.10. The contractor shall ensure all soiled linen will be handled in a manner that minimizes dispersal of particles into the air and surrounding area5.10.2. Hospital Laundry Facility Inspection Process:5.10.2.1. An inspection of the laundry and dry cleaning services facilities will be conducted by the Infection Control Office (ICO) and the QA personnel of the contract, twice per year with 24 hours notification IAW Air Force Instruction (AFI) 44-108, Infection Control Program (1 July 2000), Chapter 3.10.1.  On the spot inspection will be conducted as needed.5.10.2.2. The inspection shall be conducted using the Laundry Facility Inspection Check List (LFJC) as shown in Appendix 5, AF IMT 2519, All Purpose Checklist.  A completed copy of the LFJC shall be provided to the KO the day of the inspection. 5.10.2.3. The ICP reports all findings identified during the inspection to the KO in an inspection report with Five (5) workdays after the inspection is completed.5.10.2.4. The contractor shall be given a copy of the inspection report through the contracting office and provided a sufficient amount of time of correct any finding identified in the report.  The contractor shall provide the KO with an answer in regards to corrective action taken for those findings in writing in a timely manner.5.10.2.5. A follow-up inspection shall be conducted within 30 days of the receipt of written answer from the contractor as regards correction of findings identified in the inspection report.5.11. Confidentiality of Information:5.11.1 Unless otherwise specified, all financial, statistical, personnel, and/or technical data which is furnished, produced or otherwise available to the contractor or health care worker during the performance of this contract is considered Government confidential business information and shall not be used for purposes other than performance of work under this contract. The contractor and/or the health care worker shall not release any of the above information without prior written consent of the Contracting Officer. All medical records and reports remain the property of the Government.5.11.2. Patient lists, no matter how developed, shall be treated as confidential information in accordance with the Health Insurance Portability and Accountability Act (HIPAA). HIPAA security policy can be located at; http:// www. cdc.gov/mmwr/preview/mmwrhtml/m2e411a1.htm. Lists and/or names of patients shall not be disclosed to or revealed in any way for any use outside the MTF, except through MTF specified processes. All inquiries and complaints shall be brought to the attention of the LINEN EXCHANGE COR.5.12. Contractor Manpower Reporting (CMR):The contractor shall report ALL contractor labor hours requires for performance of Laundry and Dry Cleaning Services for 8th FSS and 8th MG Kunsan AB.  The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/.  Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30.  While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2020.  Contractor may direct questions to the help desk at: http://www.ecmra.mil5.13. Performance Requirement Summary (PRS):  The contractor shall furnish all personnel, supplies, equipment, tools, materials, supervision, other items, and services necessary to perform laundry and dry cleaning services as defined in this Performance Work Statement (PWS).Performance Objective (The Service required— usually a shall statement) include PWS para referencePerformance Standard(Identify how a performance objective should be measured.I.E. –How and when will I know that the outcome has beensatisfactorily achieved?)Performance Threshold This is the maximum error rate.Method of SurveillanceAppendix 11. Pickup/delivery schedules are met1% (99% ofpickup/delivery schedules are met)Random, Customer Complaint, Periodic,100% InspectionParagraph 1.2.22. Pickup/delivery tickets are submitted1% (99% of pickup/delivery tickets are submitted on a daily basis)Random, Customer Complaint, Periodic,100% InspectionParagraph 1.2.32. Two day turn around on all laundry and dry cleaning items1% (99% turn around on all laundry and drycleaning items)Random, Customer Complaint, Periodic,100% InspectionParagraph 1.2.65. Unserviceable articles0% (100% return ofunserviceable items)100% InspectionParagraph 1.34. Return of missing/lostarticles0% (100% of missing/lostarticles are reimbursed)100% InspectionParagraph 1.3.1 Production Report.6. Report will be submitted by the 5th working day of each month.0%100% InspectionAPPENDIX 1Pickup and Delivery SchedulePICK-UP SCHEDULE IN SEQUENCE FOR FOUR (4) LOCATIONSBUILDINGORGANIZATIONDAYTIME **841BASE LINEN EXCHANGE*Contractor must bag and tag items in order to maintain separation between customers when picking up, processing and delivering items.Monday through FridayTime Schedule for pick-up/delivery to be determined by contractor. IAW 1.2.1.4. Must be between 0730-1100WOLF PACK PARK*Contingency and emergency situations only)Will call Linen Exchange as neededTime Schedule for pick-up/delivery to be determined by contractor. IAW 1.2.1.4. Must be between 0730-1200405 & 1055/ (1 & 11)HOSPITALMonday and Wednesday and FridayTime Schedule for pick-up/delivery to be determined by contractor. IAW 1.2.1.4. Must be between 0730-1200** Contractor shall provide a pick-up schedule to CORDELIVERY SCHEDULE IN SEQUENCE FOR FOUR (4) LOCATIONSBUILDINGORGANIZATIONDAYTIME **841BASE LINEN EXCHANGE*Contractor must bag and tag items in order to maintain separation between customers when picking up, processing and delivering items.Monday through FridayTime Schedule for pick-up/delivery to be determined by contractor. IAW 1.2.1.4. Must be between 0730-1100WOLF PACK PARK*Contingency and emergency situations onlyWill call Linen Exchange as neededTime Schedule for pick-up/delivery to be determined by contractor. IAW 1.2.1.4. Must be between 0730-1200405 & 1055/ (1 & 11)HOSPITALMonday and Wednesday and FridayTime Schedule for pick-up/delivery to be determined by contractor. IAW 1.2.1.4. Must be between 0730-1200** Contractor shall provide a delivery schedule to CORAPPENDIX 2Map(s) – Laundry & Dry Cleaning Pick-up and Delivery PointsPlease refer to the PDF attachment to this solicitation entitled “Kunsan AB – Map”APPENDIX 3Laundry & Dry Cleaning SymbolsLegendP – PressedD - Dry CleanedCF - Clear Film SealedCFSC - Clear Filmed Sealed by Size/Color FB-Folded and BundledOH - On Hanger (hangars shall be of a type that does not stain garments) LS-Light StarchHS - Heavy Starch(#)-Number of items in Bundle+-All items must be free from bacteria, fungi, and other microorganisms, including pathogens or disease producing organisms.APPENDIX 4Serviceability StandardsNo hairs what so everStatic free/no lintOnly minuscule stains after treatment are acceptableNo tears or cutsExcess threads should be removed or trimmedAPPENDIX 5All Purpose Checklist (AF IMT 25 19) Laundry Facility Inspection Check List (LFIC)

United StatesLocation

Place Of Performance : United States

Country : United States

You may also like

TOHATCHI HEALTH CENTER HOUSEKEEPING - LAUNDRY AND DRY CLEANING SERVICES

Due: 31 Dec, 2026 (in about 2 years)Agency: INDIAN HEALTH SERVICE

DRY CLEANING/LAUNDRY SERVICE

Due: 30 Sep, 2025 (in 17 months)Agency: UNITED STATES MINT

Laundry Products

Due: 30 Oct, 2024 (in 5 months)Agency: State Of North Dakota

Please Sign In to see more like these.

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

Classification

naicsCode 812320Drycleaning and Laundry Services (except Coin-Operated)
pscCode S209Laundry and DryCleaning Services