SOLICITATION NOTICE
S -- LRS Laundry BPA
- Notice Date
- 6/25/2025 5:27:33 AM
- Notice Type
- Solicitation
- NAICS
- 812320
— Drycleaning and Laundry Services (except Coin-Operated)
- Contracting Office
- FA4484 87 CONS PK JB MDL NJ 08641 USA
- ZIP Code
- 08641
- Solicitation Number
- FA448425Q0029
- Response Due
- 7/9/2025 7:00:00 AM
- Archive Date
- 07/24/2025
- Point of Contact
- Jhonathan Ramon, Phone: 609-754-4709, Lizbette Zalybniuk, Phone: 6097544996
- E-Mail Address
-
jhonathan.ramon_andrade@us.af.mil, Lizbette.Zalybniuk.1@us.af.mil
(jhonathan.ramon_andrade@us.af.mil, Lizbette.Zalybniuk.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SCOPE The Contractor shall provide all facilities, labor, equipment/tools, management, and any other items and services necessary to pickup, clean and deliver work coveralls, and to rent, pickup, clean, and deliver shop towels to Vehicle Maintenance Flight. The purpose of this performance work statement is to define the services in order to launder industrial coverall and provide and launder towels. Contractor shall bear all costs to purchase and provide laundry services to all garments, including labor, travel, and other expenses necessary to maintain a clean and professional appearance of garments. DESCRIPTION OF SERVICES Garments and towels provided and laundered by the contractor will be used in a vehicle maintenance facility and in-field locations within Joint Base McGuire-Dix-Lakehurst, NJ. The Contractor will remove all stains to include those caused by grease, oil, other petroleum products, chemicals, dirt, or similar items that soil or stain clothing items. CONTRACTOR REQUIREMENTS The Contractor shall provide a weekly pick-up and delivery to buildings 3001 and 1750 on a predetermined day for both the Contractor and 87 LRS/Vehicle Maintenance Flight between the hours of 0800 and 1400. The pick-up/delivery day must be maintained on the day of the week the Contractor and Vehicle Maintenance representative have agreed upon for the remainder of the contract, unless there are holidays or unforeseen base closures. In this case, another day will be chosen that will fulfill stated requirements. Due to the amount of coveralls requiring cleaning, contractor will have two weeks to complete the service. The Contractor will provide a yearly price list when receiving the 60-day notice. Federal Holidays are New Year�s Day, Martin L. King, Jr Day, President�s Day, Memorial Day,Juneteenth, Independence Day, Columbus Day, Labor Day, Thanksgiving Day, Veterans Day, and Christmas Day. Contractor will pick-up and deliver on the next available duty day if the pick up or delivery date falls on a Federal Holiday, GENERAL INFORMATION The Contractor shall provide: For shop personnel: Coverall cleaning service for approximately 65 personnel (390 coveralls, 3lbs each = 195lbs/weekly) � This number can and will increase or decrease as individuals retire, separate from service, depart, or arrive on station. Contractor shall have a 30 day turn around to meet the requirement of the personnel requesting the items. Name tags: Vehicle Maintenance will provide a list of personnel with corresponding coverall options and sizes upon meeting with the contractor. Contractor will provide 2�x4� blue name patches with white writing sewn on above the right shirt pocket with last name only. Contractor will affixed name patches and embroider names once the orders are placed. Contractor will provide a list of individual costs per item. The cost will be broken down by line item and billed based on total amount. For the Shop: We require initial issue of 500 industrial shop towels with an automatic replacement plan. The contractor shall replace weekly consumption (approximately 100 pieces per week) of soiled towels turned-in for the following week�s delivery. Shop towels will be 100% cotton weave; size 15� X 13�; and red or gray in color. An appointed Material Control individual will maintain a register of all pick-up and delivered items. Any damaged or worn coveralls that cannot be repaired to the satisfaction of the government shall be replaced with new or like new garments by the contractor. The contractor shall replace the garments due to loss or wear by the Government at the agreed upon price in the contractors proposal. Base Passes Should the Contractor and/or Subcontractors need a base identification card or vehicle pass; each employee must have possession of their pass and driver�s license at all times while working on this contract. Contract employees will not enter any restricted areas. No security clearance is required, but the Contractor shall provide, on company letterhead, the names of each employee entering the installation with the following information: Social Security Number, Date of Birth, vehicle tag number, driver�s license, and home address not later than five business days before the access is needed to the installation. The Contractor shall be responsible for the return of passes issued to employees who separate from the contract before the expiration date of each contract period including any extensions of the contract. Lost or stolen passes shall be reported immediately to the contracting officer with a written follow up to the contracting officer within 72 hours. Security Requirements All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering the Government installation, shall abide by all security regulations of the installation. Security Reporting Requirements The contractor personnel shall report to an appropriate authority any information or circumstances of which they are aware 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. Performance of Services During Crisis Declared By The Commander. In the event the Contractor is unable to perform his daily operations due to a peacetime emergency and or wartime contingency disturbance etc., neither the Government nor the contractor shall take action for noncompliance with contract requirements. QUALITY CONTROL The Contractor shall employ quality control program/procedures to identify, prevent and ensure non-recurrence of defective services. Through implementation of the Contractor�s quality control program/procedures, the Government shall receive quality services meeting the requirement of the contract. CONTRACTING OFFICER�s REPRESENTATIVE (COR) The COR will be assigned in writing to the contractor. The contractor will be responsible for notifying the COR of any pick-up and delivery schedule. The contractor must notify the COR at least two working days in advance of any schedule changes.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a5275bcd14934d40a48677c2490d4c8f/view)
- Place of Performance
- Address: Joint Base MDL, NJ, USA
- Country: USA
- Country: USA
- Record
- SN07488567-F 20250627/250625230041 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |