California Bids > Bid Detail

MCAGCC G6 Personal Protective Clothing

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159016561638498
Posted Date: Mar 29, 2023
Due Date: Apr 5, 2023
Solicitation No: M6739923Q0017
Source: https://sam.gov/opp/862bb47a08...
Follow
MCAGCC G6 Personal Protective Clothing
Active
Contract Opportunity
Notice ID
M6739923Q0017
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
USMC
Sub Command
MARCORP I&L
Office
COMMANDING OFFICER
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 29, 2023 09:15 am PDT
  • Original Response Date: Apr 05, 2023 09:00 am PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: W084 - LEASE OR RENTAL OF EQUIPMENT- CLOTHING, INDIVIDUAL EQUIPMENT, AND INSIGNIA
  • NAICS Code:
    • 812332 - Industrial Launderers
  • Place of Performance:
    Twentynine Palms , CA 92277
    USA
Description

PERFORMANCE WORK STATEMENT:



Lease and Laundering of Personal Protective Equipment/Clothing for



Telecommunications Support Division (TSD)



1. BACKGROUND. This requirement is to provide apparel and related protective equipment that support the electrical and maintenance associated requirements for the Telecommunications Support Division (TSD) located at the Marine Air Ground Task Force Training Command (MAGTFTC), Marine Corps Air Ground Combat Center (MCAGCC), Twenty-nine Palms, CA.



2. DESCRIPTION OF SERVICES.



2.1. The Contractor shall provide weekly laundering, minor fabric repairs, pickup and delivery services. The contractor shall provide eleven (11) sets per individual of protective clothing (shirts and pants), two (2) bins, and five (5) clothing racks. Personal Protection Clothing shall meet the NFPA 70E Electrical Safety in the Workplace, ARC Thermal Performance Value (ATPV) rating requirement. It is imperative that the uniforms must be the exact specifications noted due to the hot desert temperatures and union requirements.



2.2. The average number of employees covered under this contract is approximately seventeen (17). This quantity is not fixed and may fluctuate at any time due to personnel changes. Increased quantities will be priced at the same rate in the contract. Decreased quantity or changes in quantity shall not be grounds for contractor claim for equitable adjustment.



3. PRODUCT CHARACTERISTICS and Technical Requirements. All initial personal protective clothing provided under this contract shall be new. Used protective clothing is not acceptable.



Shirts: Made of 7oz., 88% cotton/12% nylon, long-sleeve, sleeve vent, two-piece lined collar, one-piece lined cuff with button closures, hemmed front with button closure. Flame-resistant, EXCEL FR ComforTouch material brand or equal with ARC Rating of 8.6 cal/cm². No Nomex type.



Pants: Made of 11 oz., 88% cotton/12% nylon, five jean style pockets, two deep scoop pockets, two oversized reinforced hip pickets, rule pocket and utility pocket on right leg, hammer loop and utility pocket on left leg, triple-needle felled out seam, one-piece waistband with button closure. Flame-resistant, Water Repellant, EXCEL FR ComforTouch material brand or equal material with ARC Rating of 14.6 cal/cm². No Nomex type.



Bins: Free-standing bins sufficient to hold clothing to be laundered. The bins shall remain at the set-up location for the duration of the contract. Bins shall not be relocated to another location without notification and written approval of the contracting officer. Bins shall be centrally located at Bldg 1981.



Clothing Racks: Free-standing clothing racks that are sufficient to hold laundered clothing being returned. The clothing racks are separate from those utilized to transport laundered clothing. The clothing racks shall remain at the set-up location for the duration of the contract. Clothing racks shall not be relocated to another location without the notification and written approval of the contracting officer. Clothing Racks shall be centrally located at Bldg 1981.



3.1. Color Selection: The color for each employee’s personal protective clothing will be determined during fitting. Employees shall have light blue colored shirts (78-52-49 Light Blue) preferred and Supervisors shall have tan colored shirts (78-52-71 Khaki). Pants shall be tan color for all personnel.



3.2. Measuring: The contractor shall coordinate with the Contracting Officer Representative (COR) to measure each employee prior to ordering protective clothing. The Contractor shall exchange without additional cost, sizes for employees due to weight gain or loss. “Off-the-shelf” sizes shall be delivered within five (5) working days. Special made items shall be delivered within thirty (30) calendar days.



3.3. Size Range: Pants: 28” waist – 60” waist



Shirts: Small – XXXX Large



4. EMBLEMS. Each shirt shall have two emblems identifying the Organization and the Employee Name. Emblems dimensions shall be 1-1/2” wide and 3-1/2” long, must meet same Arc rating of 8.6 cal/cm² as the shirt. The employee’s last name shall be sewn on the left side of the shirt and TSD (which stands for Telecommunications Support Division) shall be sewn on the right side of the shirt. Employee name should be embroidered approximately one half (1/2) inch in height and centered on the name tape. Listings of employee last names will be furnished to the contractor by the COR during the measuring of the employees. It is the CORs responsibility to ensure that all names of the employees are correctly spelled during for the initial issue of clothing and subsequent issues.



4.1 Contractor responsibilities: The contractor shall ensure that all emblems are properly sewn on all long sleeve shirts and are properly maintained. The contractor shall notify the COR in all instances, when emblems are removed from the garments by individuals other than the contractor. The contractor shall invoice for the replacement cost of the emblems. Invoice shall identify the last name of the individual for which the replacement is processed. Replacement cost does not apply to garments that are subject to normal wear and tear conditions.



4.2 Government responsibilities: The government shall notify all TSD employees that all emblems shall remain on the garments during the entire contracted period. Removal of the emblems shall be considered destruction of leased property. TSD will be responsible for the processing of employee reimbursement for costs with the Human Resource Office and Comptroller Office (G-8).



5. LAUNDERING.



5.1. Laundered clothing shall be accomplished by commercially acceptable practices utilized by mass commercial production laundry facilities in accordance with current industry standards and manufacturer warrantee cleaning instructions. Each processed item shall be entirely clean, thoroughly dry and free of lint and laundering shall not reduce or alter arc flash ratings as established in this contract. Minor discoloration as a result of staining is acceptable.



5.2. Upon completion of the laundering process, clothing shall be free of odor and no trace or residue of washing detergents shall be left on clothing. Colors shall be bright and clean. Clothing shall be machine finished so that all surfaces are smooth and free of wrinkles.



5.3. Clothing shall retain their original shape, fit and arc flash ratings. Clothing shall be hung on individual hangers. Each employee’s protective clothing shall be grouped separately and the hangers bound together by a wire tie or rubber band.



6. MINOR REPAIRS.



6.1. The Contractor shall provide minor repairs to clothing leased under this contract. A minor repair is considered the replacement of buttons and zippers, minor sewing such as small tears, seams, pockets, emblems, identification tags, and other similar damage, and repairs must not degrade arc flash ratings. The contractor’s determination that clothing is beyond economical repair shall obtain replacement approval from the COR prior to replacement.



6.2. Contractor shall provide a program of continual replacement of clothing required due to normal wear and tear throughout the life of the contract. Replacement of clothing shall be “Perfect Clothing” which may or may not be new. No stains, mends, visible repairs (except interior or pocket reinforcing) or discoloration.



6.3. The government will only pay for replacement of clothing when an item has been determined lost or damaged beyond economical repair due to government action and is not due to normal wear and tear. The COR has sole discretion to determine whether replacement is required, and the COR’s determination shall not be grounds for contractor claim or equitable adjustment.



7. LAUNDRY SERVICE.



7.1. Drop off/pickup location: At Telecommunications Support Division (TSD) located at the Marine Air Ground Task Force Training Command (MAGTFTC), Marine Corps Air Ground Combat Center (MCAGCC), Twenty-nine Palms, CA. Building #1981.



7.2. Pick-up/delivery shall occur once a week and on the same day each week. Laundry picked up one week shall be returned the following week. In the event a holiday falls on the established pick-up/ delivery day, the contractor shall perform the service on the working day prior to the holiday (i.e. if the service is scheduled on Wednesday, the contractor shall provide service on Tuesday; service scheduled on a Monday shall be performed the previous Friday).



7.3. The Contractor and COR shall conduct a joint inventory of items being picked-up and delivered each week. A check off sheet provided by the contractor shall be utilized. A copy of the inventory results shall be provided to the COR.



7.4. The Contractor shall replace all shortages during the next delivery date. Failure to make replacement within the next delivery date shall result in a deduction from the monthly invoice.



7.5. The Contractor and COR shall conduct an on-site joint inventory of all clothing on a Semi-Annual basis (every 6 months).



7.6. The Contractor shall provide a close-out, on-site physical inventory with the COR at the conclusion of the contract. A copy of the inventory results shall be provided to the COR within ten (10) business days after performing the inventory. The report shall identify, in detail, all information related to lease and laundering, loss/damaged articles and/or issues affecting the ability of the contractor to meet service requirements. The contractor will transmit this information by either email or expedited currier service to the Government’s COR.



8. CONTRACTING OFFICER REPRESENTATIVE (COR).



8.1. The designated COR shall be the technical point of contact for the Government. The COR shall be appointed in writing by the Contracting Officer of the Regional Contracting Office (RCO).



8.2. Upon learning of a discrepancy during the joint inventory or employee notification of a discrepancy with their clothing, the COR will contact the contractor and coordinate resolution. All logistical coordination and contact with the contractor shall be initiated by the designated COR.



8.3. The COR shall coordinate with the contractor their base access to the installation. Only authorized representatives may render laundering services, unless the list is subsequently modified by mutual agreement between the contractor and the COR to add/delete or terminate authorized representatives.



8.4. The COR shall review and certify the contractor’s Invoice in Wide Area Workflow (WAWF) to ensure that services cited have been performed; and are consistent and reasonable for the effort completed during the period covered by the Invoice.



8.5. The COR shall monitor the contractor’s progress, costs, and quality of performance; notify the contractor of deficiencies observed during surveillance and direct appropriate action to effect correction.



8.6. The COR shall record and report to the Contracting Officer incidents of faulty or nonconforming service, delays or problems.



8.7. The COR is not authorized to make changes, or provide monetary adjustments to the contract. The only authority that can make contractual changes is the Contracting Officer of the Regional Contracting Office at (760) 830-5118. The designated COR for TSD is listed below.



Telecommunications Support Division (TSD)



Lester Alvarez



Phone: (760) 830-8994



Fax: (760) 830-4753



Email: lester.alvarez@usmc.mil



9. GENERAL INFORMATION.



9.1. Government Remedies. The contracting officer shall follow FAR 52.212-4 Contract Terms and Conditions- Commercial Items (May 1997), for the contractor’s failure to perform satisfactory services or failure to correct non-conforming services.



9.2. Hours of Operation. The standard hours of operation for TSD and MCAGCC are 7:00 a.m. to 4:00 p.m., Pacific Standard Time, Monday through Friday. Ordinarily, no access to the installation will be granted outside of this period. Emergency circumstances requiring access outside of normal hours will be coordinated through the COR in advance.



9.3. Dress Code. The contractor shall ensure that employees maintain a clean, well-groomed appearance. Contractor shall wear company badges at all times, to include their name.



10. INVOICING.



10.1. The contractor’s weekly lease rate shall be based on the whole inventory of eleven (11) sets. Invoicing shall be based on all eleven (11) sets of uniforms each week and not based on the (5) changes per week; in accordance with the current industry standards.



10.2. The contractor shall submit all Invoicing directly into Wide Are Workflow (WAWF) in accordance with the instructions in DFAR Clause 252.232-7006. The COR will validate that services have been provided in accordance with current contract terms and conditions.



10.3. The contractor shall submit Invoicing in increments of one (1) per Week for Leasing and Laundering Services. The weekly invoice shall contain: Invoice Number, Invoice Date, Performance Period Date, CLIN number, Nomenclature, Quantity, Unit Price and Total Price.



10.4. The contractor shall include the full name (Last, First) of the new employee on the Invoice for initial issues; to include all information contained in paragraph 2 above.



10.5. The contractor shall identify on all Invoicing, all garments subject to replacement that are covered under the Protective Apparel Product Warranty. The contractor shall identify on the Invoice, the full name (last and first) of the individual for which replacement clothing is being provided.



11. WARRANTY. Must meet all technical specifications requirements. Due to the critical safety aspects product



material protection degradation failure requires immediate replacement. Product warranty specifications must



be included with the quote.



12. PERIOD OF PERFORMANCE. The leasing and laundering of personal protective clothing and associated related protective equipment is for a period of 12 months after receipt of contract award notification to proceed with four (4) option years.


Attachments/Links
Contact Information
Contracting Office Address
  • I AND L MCAGCC BOX 788108
  • TWENTYNINE PALMS , CA 92278-8108
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 29, 2023 09:15 am PDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >