Combine Solicitation – Fire Fighter Uniform Service
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Fire Fighter Uniform Service
Classification Code: 84 - Clothing, individual equipment & insignia
Solicitation Number: W9124M17T0008
Contact:
Setaside: N/AN/A
Place of Performance (address):
Place of Performance (zipcode): 31314
Place of Performance Country: US
Description:
Army Contracting Command, MICC
MICC -
STATEMENT OF WORKFire Fighter Uniforms Service Contract
1. General: : The Contractor shall furnish all personnel, uniforms, cleaning services, to provide a full
service uniform rental program for the
1.1 Location of Work Site: Site of work is located at five (5) Fire Stations at
1.2 Description of Equipment/Services: The Contractor shall furnish all personnel, uniforms, cleaning
services, to provide a full service uniform rental program for the
contract. The contractor will report to the Fire Stations at both locations to conduct sizing for each and
every Firefighter and Fire Officers. All work shall be accomplished between the hours of
1. All garments provided shall be NEW at the initiation of the contract.
2. Successful vendor must be capable of providing all services as outlined for all fire stations. Subcontracting
services shall not be allowed.
1.2.1 Fitting and Sizing: Uniforms shall be provided that are properly fitted to each individual including
any unusual or unique sizes necessary to insure comfortable wear. Each employee shall be individually
measured by trying on sample uniforms provided by the contractor. Uniform fitting shall occur within
thirty (30) days of contract award and within fourteen (14) days when new or additional employees are
added. Size alterations or exchanges shall be made at any time different size garments are needed due to
individual's weight change or other such conditions as may warrant a change to insure comfortable wear
at no additional charge.
1.2.2. Uniform Quantities: Under the terms of this contract, uniforms for each employee shall be
provided as follows:
1. Eight (8) Navy Blue Station Shirts per person for up to 78 Fire Fighting Personnel
2. Eight (8) Navy Blue Station Pants per person for up to 78 Fire Fighting Personnel
3. Eight (8) White Polo Shirts per person for up to 8 Operations Officers
4. Eleven (11) White Polo Shirts per person for up to 6 Fire Prevention Team Members
5. Two ( 2) White Polo Shirts per person for up to 3 Administrative Personnel
6. Two (2) Navy
7. Two (2) Black
Prevention, and Administrative Personnel)
8. One (1) Light Blue Long Sleeve Dress Shirt per person for up to 78 Fire Fighting Personnel
9. One (1) Black Tie per person for up to 95 personnel (78- Fire Fighters, 8 Operations Officers, 6
Fire Prevention Team Members, and 3 Administrative Personnel)
10. One (1) Long Sleeve White Executive Dress Shirt per person for up to 17 Operations Personnel
(Operations, Fire Prevention, and Administrative Personnel)
11. Two (2) Short Sleeve White Executive Dress Shirts per person for up to 14 Operations Personnel
( Operations and Fire Prevention)
12. Eleven (11) Short Sleeve White Executive Dress Shirts per person for up to 3Administrative
Personnel
13. Eight (8) Black Pants per person for up to 8 Operations Personnel
14. Eleven (11) Black Pants per person for up to 9 Fire Prevention and Administrative Personnel
15. Six (6) Blue 100% Cotton TShirts per person for up to 95 personnel (Fire Fighters, Operations,
Fire Prevention, and Administrative personnel)
16. One (1) Winter Jacket per person for up to 95 personnel ( Fire Fighters, Operations, Fire
Prevention, and Administrative Personnel)
17. One (1) black belt per person for up to 95 personnel (Fire Fighters, Operations, Fire Prevention,
and Administrative Personnel)
All sizing must be completed per person by the contractor.
list of all personnel.
contractor before sizing is scheduled.
1.2.3. Uniform Delivery: The contractor shall pickup soiled laundry and deliver cleaned laundry once
each week at each Fire and Emergency Services (F&ES) facility. Pickup and delivery shall occur on the
same day and at the same approximate time each week and shall be coordinated with the Contracting
Officer Technical Representative (COTR). The vendor shall be responsible for notifying each facility at
least one week in advance of any change in schedule due to holidays.
1. Laundered garments shall be returned grouped according to individual employee, on clothes hangers
and placed in polyethylene type bags.
2. Every garment must be bar-coded and must be electronically tracked in and out of each fire station
facility. A hand-held scanning system should be used and a receipt of pickup and delivery must be left at
the time of service.
1.2.4 Pick Up and Delivery: The contractor shall pickup soiled laundry and deliver cleaned laundry once
each week at each Fire and Emergency Services (F&ES) facility. Pickup and delivery shall occur on the
same day and at the same approximate time each week and shall be coordinated with the Contracting
Officer Technical Representative (COTR). The vendor shall be responsible for notifying each facility at
least one week in advance of any change in schedule due to holidays.
1.2.5 Cleaning and Laundering:
1. All garments shall be laundered and processed to be free of wrinkles prior to return to each fire
station facility.
2. All uniforms will be pressed on a double buck press, cuff, collared and sleeved. Pants will be pressed
and placed on strut hangers.
3. Laundering process shall be sufficient to remove soil, stains, and odors. Part of the cleaning process
shall include an inspection of all garments to identify needed repairs. Any repair needs identified during
the inspection process shall be remedied prior to return of the garment.
4. Garments are to be processed to ensure timely deliveries and a one day (24 hour) response time to any
issues that may arise.
1.2.6 Maintenance and Repair:
1. The contractor shall keep all garments in good state of repair and in serviceable condition.
2. Repairs shall be made to all garments as identified through inspection during the cleaning process or
by notification by the fire department employee.
3. Repairs must be made using Fire Resistant thread and Fire Resistant fabric.
4. Sufficient quantities of "Repair Tags" shall be provided each facility to allow individual employees to
communicate the need for repair or alteration.
5. Any repairs must meet NFPA 1975 standards and maintain acceptable appearance.
6. In the event a garment is deemed unusable (un-repairable or stained) by the Contracting Officer
Technical Representative (COTR), said garment shall be replaced with a like-new garment of like size
and material within seven (7) days.
1.2.7 New and Additional Employees: At any such time as new or additional employees are added to the
(14) days from date of request for additional garments.
1.2.8 Lost or Stolen Garments:
1. The fire department shall be billed for lost or stolen garments while the said garments are in the
possession of a member of the fire department.
2. The contractor shall replace, free of charge, lost or stolen garments while said garments are in the
possession of the contractor.
1.2.9 Uniform Specifications:
1. Shirts: NFPA 1975, Navy Blue in color with 5 sewn-in military creases, epaulets, collar band
and double-stitched front placket. Hidden snaps, pencil slot, badge tab, hook-and loop pocket
closures and Melamine buttons. All emblems must be sewn on by the uniform provider (flag
and company logo). Shirts must have extra-long tails and be permanently pressed through an
autoclaving process. Uniforms must also be certified to the NFPA 1975 station uniform
standard. These must be available in men's and women's sizes. Embroidered employee
name tag of like material to manufacture by the contractor and sewn above right breast
pocket.
2. Pants: NFPA 1975, Navy Blue or black in color (based on employee position) with double
stitched seams including zipper area which includes a solid brass zipper. An abundance of
pockets including, large rear wallet pockets. Pants must be full cut for a roomy fit with
permanent creases, and must be permanently pressed through an autoclaving process. Pants
must be certified to the NFPA 1975 station uniform standard.
3. Executive Shirts: White and
sq/yd 65/35 Dacron Polyester/
symmetrically for neater appearance, 7-button placket front, Lined finish on band and yoke
made of same shirt material, Pleated pockets and scalloped pocket flaps with Velcro-
closures, 5 sewn-in creases - 2 in front, continuing through the pocket and pocket flap, and 3
in back, Full badge sling, Hidden pencil compartment inside left breast pocket, Optional
concealed zipper may be added on placket front styles.
4. Belt: 1-- inch wide, 100% Leather, Black in color with Silver or Gold buckle based on
employee position.
5. Polo Shirts: White in color, 3.8oz, Polyester/
double needle stitching, wrinkle resistant, Dress Style, Button up, Pencil/
wick moisture managed, tag free
6. Tie: Black in Color, Snap on
7.
1. Emblems and patches are provided by fire department are the Organizational patch and American
Flag.
2. Name Tapes are provided by the contractor and shall be of like color and fabric of the shirt.
tape shall be 1-inch wide with embroidered 3 4-inch block letters employee's first initial and last
name embroidered in navy letters. Executive Shirts shall have no
3. Emblems, patches, and nametapes shall be affixed to garments by Nomex- thread by the
contractor prior to delivery of the initial issue. Glue and other adhesives will not be permitted
under any circumstance.
1.3 Personnel:
1.3.1 Contracting Officer's Representative (COR): The Government shall provide a COR. This
individual shall be responsible for the overall management and coordination of this contract and shall act
as a central point of contact with the Government. This individual shall be available for contact during
periods when work is being performed. Work will be performed between the hours of
p.m.
1.3.2 Other Personnel: The contractor shall furnish supervisory, administrative, and direct personnel to
accomplish all work required.
1.3.3 Contractor Identification: The required identification badge such as a valid driver's license should
be on hand and presented to the Main Gates at
Installations.
1.4
1.4.1 Facility: For Fiscal Year 2017, the
Services will operate at five (5) locations. We operate with a full staff of 95 personnel. Exact quantities
to be provided at each location will be determined according to number of personnel assigned to each
location. The facilities are located as follows:
Hunter Army Airfield Fire Stations Locations:
All references to locations of rooms, buildings or function are for informational purposes only. Such
references do not necessarily indicate that these locations or functions designations will remain
unchanged. Changes of functional designations or locations which affect this contract and which require
permanent changes in staffing requirements, and/or revenues will be coordinated by the Contracting
Officer's Technical Representative (COTR) and Contracting Officer (CO) prior to initiation of such
changes to assure adequate contractual coverage.
1.4.2 Site Investigation/Technical Inspection (TI): N/A
1.4.3 Special Conditions:
1.4.3.1 The Government will not be responsible for any and all rental costs for equipment necessary to
perform service.
C.1.4.3.2 Once the contract is awarded the Contractor will be required to coordinate and schedule a time
with the
the training prop.
1.4.3.3 Interference with Government Operation: The Contractor and the Contractor's employees shall
perform all work in such a manner as to avoid interference with regularly scheduled Government
operational activities. Schedules for work shall be approved by the COR or his authorized representative
and must reflect the Contractor's ability to have the work area prepared for Government business to be
performed each workday.
1.4.4 Period of Performance: The Contract period will include a base year (1st year) and four (4) option
years. Each option year will be negotiable before the start of the upcoming option year. The Period of
Performance will be as follows:
Base Year:
Option 1:
Option 2:
Option 3:
Option 4:
1.4.5 Payment: Contractor will create receiving report and invoice as 2N1 Services in iRapt monthly.
1.5 Technical Inspection (T.I.):
1.5.1 Technical Inspection (T.I.) and Inspections: The Government has the option to inspect work in
progress and areas completed to assure that all requirements of the contract are being met. The
Government will monitor the Contractor's performance under this contract by physical inspection, review
of written reports/documentation, and validated customer complaints. The Government's elected
inspection in no manner relieves the Contractor of the independent responsibility to meet the contract
requirements and perform work in accordance with industry standards.
1.6 Work Area Access: The Contractor's access to the worksites must be coordinated with the
organizations designated COR due to this being a secured area. A Government Escort will be provided
during performance of services in designated areas.
1.7 Hours of Operation: The Contractor is required to perform work during the hours
Monday thru Friday, Government holidays excluded, unless otherwise authorized by express written
consent of the Contracting Officer. The Contractor shall identify their proposed hours of operation within
the submission. Such submission, once accepted by the Government, becomes the official hours of
operation authorized by the contract.
1.8 Circumstances to be reported: The Contractor or the Contractor's employees shall report any
circumstances of needed repair of the tools to Contracting Officer's Representative. Unhealthy or
hazardous conditions or interference with the work caused by Government employees shall be reported
immediately to the Contracting Officer or his representative.
1.9 Local Rules and Regulations: The Contractors, subcontractors, suppliers and their employees shall be
governed by local rules and installation regulations. No weapons or alcohol will be brought to the
installation. Smoking will only be done in those areas designated for smoking.
1.10 Security Requirements: The Contractor and his employees shall be required to comply with
pertinent Installation Regulations on security as prescribed in AR 380-5 which are in effect or may be put
into effect during the course of performance of work under the contract.
1.11 Fire Regulations: The Contractor and his employee shall be required to comply with pertinent
Installation Regulations on fire prevention as prescribed in AR 420-1. Which are in effect or may be put
in effect during the performance of work under this contract.
1.12 Accident Prevention:
1.12.1 In order to provide safety controls for protection to the life and health of employees and other
persons; for prevention of damage to property, materials, supplies, and equipment, and to avoid work
interruptions in the performance of this contract, the Contractor shall comply with all pertinent provisions
of the
Contracting Officer may determine to be reasonably necessary for the purpose.
1.12.2 The Contractor shall maintain an accurate record of and will report to the Contracting Officer in
the manner and on the forms prescribed by the Contracting Officer, exposure data and all accidents
resulting in death, traumatic injury, occupational disease, and/or damage under this contract.
1.12.3 If the Contracting Officer notifies the Contractor of any noncompliance with foregoing provisions
and the action to be taken, the Contractor shall, after receipt of notice, immediately correct the
deficiencies. Such notice when delivered to the Contractor or his representative at the site or work shall
be deemed sufficient for this purpose. If the Contractor fails or refuses to comply promptly, the
Contracting Officer may issue a stop payment order on work performed under this contract until
satisfactory corrective action has been taken.
1.12.4. Contractor must enter work data in the Contracting Manpower Reporting Application (CMRA) At
https://cmra.army.mil/default.aspx ReturnUrl=%2F. The data entered should contain number of
employees, work location data, manpower hours, direct labor cost and so forth.
Assistant Secretary of the
data collection site where the Contractor shall report ALL Contractor manpower (including Subcontractor
manpower) required for performance of this contract. The required information includes (1) Contracting
Office, Contracting Officer, Contracting Officer's Technical Representative (COTR), also known as the
Contracting Officer Representative (COR), (2) Contract Number, including task and delivery order
number, (3) Beginning and ending dates covered by reporting period, (4) Contractor's name, address,
phone number, email address and the identity of Contractor employee entering data, (5) Estimated direct
labor hours (including Subcontractors, if different), (6) Estimated direct labor dollars paid this reporting
period (including Subcontractors), (7) Total payments (including Subcontractors), (8) Predominant
Federal Several Code (FSC) reflecting services provided by Contractor (and separate predominant FSC
for each Subcontractor, if different, (9) Estimated data collection costs, (10) Organization title associated
with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is
responsible for providing the Contractor with its UIC for the purpose of reporting this information), (11)
Locations where Contractor and Subcontractors perform the work (specified by zip code in the United
States and nearest city, country, when in an overseas location, using standardized nomenclature provided
on website), (12) Presence of deployment or contingency contract language and (13) Number of
Contractor and Subcontractor employees deployed in theater this reporting period (by country). As part of
the submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this
reporting requirement. Reporting period shall be the period of performance not to exceed 12 months
ending
year. Contractors shall use a direct XML data transfer to the database server or fill in the fields on the
website. The XML direct transfer is a format for transferring files from a Contractor's system to the
secure website without the need for separate data entries for each required data element at the website.
The specific formats for the XML direct transfer may be downloaded from the website.
1.13 SECURITY REQUIREMENTS:
1.13.1 Contractor and all associated sub-contractors employees shall comply with applicable installation,
facility and area commander installation/facility access and local security policies and procedures
(provided by the government representative). The contractor shall also provide all information required
for background checks to meet installation access requirements to be accomplished by Installation
comply with all personal identity verification requirements as directed by
policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the
Force Protection Condition (FPCON) at any individual facility or installation change, the Government
may require changes in contractor security matters or processes.
1.13.2 All contractor employees, to include subcontractor employees, requiring access
facilities and controlled access areas shall complete AT Level 1 Awareness Training within 30 calendar
days after contract start date or effective date of incorporation of this requirement into the contract,
whichever is applicable. The contractor shall submit certificates of completion for each affected
contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is
not assigned, within 30 calendar days after completion of training by all employees and subcontractor
personnel. AT Level 1 awareness training is available at the following website:
1.13.3 Access and General Protection/Security Policy and Procedures. Contractor and all associated
subcontractor employees shall comply with applicable installation, facility, and area commander
installation/facility access and local security policies and procedures (provided by government
representative). The contractor shall also provide all information required for background checks to meet
installation access requirements to be accomplished by installation
Emergency Services or Security Office. Contractor workforce must comply with all personal identity
verification requirements as directed by
otherwise authorized by the changes clause of this contract, should the Force Protection Condition
(FPCON) at any individual facility or installation change, the Government may require changes in
contractor security matters or processes.
1.13.4 Post-award conference or periodic progress meetings: The contractor agrees to attend any postaward
conference convened by the contracting activity or contract administration office. These
procedures are identified in FAR Subpart 42.5. The Contracting Officer, COR, and other government
personnel, as appropriate, may meet periodically with the contractor to review the contractor's
performance. At these meetings, the Contracting Officer will apprise the contractor of how the
government views the contractor's performance, and the contractor shall apprise the government of any
problems experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings
shall be at no additional cost to the government.
1.13.5 COR: The COR for this contract is the Fort Stewart General Supply Specialist,
located at
of the contract and assists in contract administration. The COR is authorized to perform the following
functions: assure the contractor performs the technical requirements of the contract; perform inspections
necessary in connection with contract performance; maintain written and oral communications with the
contractor concerning technical aspects of the contract; issue written interpretations of technical
requirements, monitor contractor's performance and notify both the Contracting Officer and contractor of
any deficiencies; coordinate availability of government-furnished property; and provide site-entry for
contractor personnel. A letter of designation will be issued to the COR, a copy of which will be sent to
the contractor detailing the responsibilities and limitations of the COR. The COR is not authorized to
change any of the terms and conditions of the contract.
1.13.6 Contract Manager: The contractor shall manage the contract or shall provide a contract manager
who shall be responsible for the performance of the work. The name of this person and an alternate who
shall act for the contractor during absences shall be designated in writing and provided to the Contracting
Officer. The contract manager or alternate shall have full authority to act for the contractor on all contract
matters relating to daily operation of this contract.
1.13.7 Identification of Contractor Employees: All contract personnel attending meetings, answering
government telephones, and working in other situations where their contractor status is not obvious to
third parties shall be required to identify themselves as contractors to avoid creating an impression in the
minds of members of the public that they are government officials. They shall also ensure all documents
or reports produced by the contractor are suitably marked as contractor products or that contractor
participation is appropriately disclosed.
1.13.8 Telephone Usage: Contractor employees shall not use Government telephones at the work site for
personal reasons or make any toll or long distance calls.
1.2. General Information
1.2.1. Quality Control: Quality Control is the responsibility of the Contractor. The Contractor is
responsible for the delivery of quality services/supplies to the Government (see FAR 52.246-1 Contractor
Inspection Requirements).
1.2.1.1. Quality Control Program: The Government is committed to a highly interactive relationship
between quality control by the Contractor and quality assurance by the government recipient of services.
This relationship shall be achieved through an effective Prevention Based Quality Control Program
dedicated to ensuring the best possible products and services to end users.
1.2.1.1.1. The Contractor's quality program shall demonstrate its prevention-based outlook by meeting
the objectives stated in the PWS throughout all areas of performance. The QCP shall be developed to
specify the Contractor's responsibility for management and quality control actions to meet the terms of
the contract. The QCP as a minimum shall address continuous process improvement; procedures for
scheduling, conducting and documentation of inspection; discrepancy identification and correction;
corrective action procedures to include procedures for addressing Government discovered nonconformances;
procedures for root cause analysis to identify the root cause and root cause corrective
action to prevent re-occurrence of discrepancies; procedures for trend analysis; procedures for collecting
and addressing customer feedback/complaints
1.2.1.1.3. The Contractor's QCP shall be incorporated into and become part of this contract after the plan
has been accepted by the KO. Proposed changes made after KO acceptance shall be submitted in writing
through the COR to the KO for review and acceptance prior to implementing any revision. The
Contractor's QCP shall be maintained throughout the life of the contract and shall include the
Contractor's procedures to routinely evaluate the effectiveness of the plan to ensure the Contractor is
meeting the performance standards and requirements of the contract.
1.2.1.2. Contractor Discrepancy Report (CDR): When the Contractor's performance is unsatisfactory, a
CDR will be issued. The Contractor shall reply in writing within five (5) work days from the date of
receipt of the CDR, giving the reasons for the unsatisfactory performance, corrective action taken, and
procedures to preclude recurrence.
1.2.1.3. Quality Assurance: The COR will evaluate the Contractor's performance under this contract in
accordance with the Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on
what the COR must 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 require the Contractor or designated on-site representative to initial the observation to acknowledge
the defective performance. The acknowledgement of the observation does not necessarily constitute
Contractor concurrence with the observation, only that the Contractor has been made aware of the
defective performance.
1.2.3. Recognized Federal Holidays: The Contractor shall not be required to perform services on
recognized federal holidays. The recognized federal holidays include:
Independence
1.2.3.1. When a holiday occurs on a Saturday, Federal employees are normally granted the previous
Friday as the holiday observance. When a holiday occurs on a Sunday, Federal employees are normally
granted the following Monday as the holiday. The contractor shall work on the days the Government is
scheduled to work.
1.2.3.2. When an unforeseen installation closure occurs on a regularly scheduled day of work, the
Contractor will have the following options:
1.2.3.2.1. Reschedule the work so it is performed the following day unless the following day falls on a
weekend.
1.2.3.2.2. Reschedule the work on any day that is mutually satisfactory.
1.2.4. Hours of Operation: The Contractor shall be responsible for providing services, between the hours
of
closed due to local or national emergencies, administrative closings or similar government directed
facility closings. For other than firm fixed price contracts, the Contractor will not be reimbursed when
the government facility is closed for the above reasons. The Contractor shall at all times maintain an
adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the
government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep
in mind that the stability and continuity of the workforce are essential to successful performance under
this contract. No overtime (OT) or compensatory time (CT) is authorized. Contractor personnel shall not
exceed a 40 hour work week; flexible work schedule may be considered.
1.2.5. Place of Performance: IAW PARC Policy Alert 14-33, Homeland Security Presidential Directive
12 (HSPD-12) issued 31 Dec 13.)(If applicable) Contractor shall have routine access to Governmentcontrolled
facilities. The work to be performed under this contract shall be accomplished at
1.2.5.1. Access and General Protection/Security Policy and Procedures: All Contractor personnel
performing work under this contract shall comply with applicable installation, facility and area
commander installation/facility access, local security policies and security procedures provided by the
Security Manager Government representative. Contractor personnel shall provide all information
required for background checks to meet installation access requirements to be accomplished by the
installation
personnel shall comply with all personal identity verification requirements as directed by Department of
Defense (
and persons will be responsible for monitoring contractor access by submitting a completed and approved
DES Form 118 to the Installation All American VCC, detailing the contracted services to be performed,
location of services, and duration of the contract. Contractors requesting access for less than one year may
receive an AIE visitor card on a case by case basis, or a temporary vehicle pass for 90 days. Contractor
cards will be issued for periods of one to three years depending on the terms of their contract. AIE card
expirations may be updated to reflect a new contract period by submitting an approved DES Form 118 to
the All American VCC. Renewed short term passes must be re-processed at the All American VCC. In
addition to the changes otherwise authorized by this contract, should the Force Protection Condition
(FPCON) at any individual facility or installation change, the Government may require changes in
Contractor and subcontractor security matters or processes.
1.3. Contracting Officer Representative (COR): The COR will be identified by separate letter of
appointment. The COR monitors all technical aspects of the contract and assists in contract
administration. The COR is authorized to perform the following functions: Assures that the Contractor
performs the technical requirements of the contract; performs inspections necessary in connection with
contract performance; maintains written and oral communications with the Contractor concerning
technical aspects of the contract; issues written interpretations of technical requirements, including
government drawings, designs, specifications; monitors Contractor's performance and notifies both the
KO and Contractor of any deficiencies; coordinates availability of government furnished property, and
provides site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is
sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to
changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any
of the terms and conditions of the resulting contract.
1.3.1. Key Personnel: Key personnel shall not be added to or removed from the contract without express
acknowledgement of the COR. Any changes to the working status of these key personnel shall be
transmitted (in writing) to the KO/COR within ten (10) work days of the proposed change. If, for any
reason, any of the key personnel becomes, or is expected to become, unavailable for work under this
contract for a continuous period exceeding 30 work days the contractor shall promptly replace personnel
with personnel who possess qualifications equal to or better than that of the original employee. The
Contractor shall ensure all key personnel terminated or released from employment under this contract are
replaced within ten (10) work days of the termination.
1.3.2 The follow are considered key personnel by the Government: The Contractor shall provide a
Program Manager (PM) [include other's if applicable] who shall be responsible for the performance of
the work under this contract. The name of this person, and an Alternate PM (APM), who shall act for the
Contractor when the PM is absent, shall be designated in writing to the KO at the post award conference
[or state other time]. The PM or APM shall have full authority to act for the Contractor on all contract
matters relating to daily operation of this contract. The PM or APM shall be available between the hours
of
is closed for administrative reasons
1.4 Organizational Conflict of Interest:
1.4.1. Purpose. To aid in ensuring that:
1.4.1.2 The Contractor does not obtain an unfair competitive advantage by establishing the ground rules
for a future competition;
1.4.1.3. The Contractor's objectivity and judgment are not biased because of its present or future interests
(financial, contractual, organizational, or otherwise) which relate to work performed under this contract;
and
1.4.1.4. The Contractor does not obtain an unfair competitive advantage by virtue of its access to nonpublic
or proprietary information belonging to others.
1.4.1.5. Definitions.
1.4.1.6. The term "Contractor" herein used in section 1.6.16., Organizational Conflict of Interest, means:
(a) the organization (hereinafter referred to as "it" or "its") entering into this agreement with the
Government; (b) all business organizations with which it may merge, join or affiliate now or in the future
and in any manner whatsoever, or which hold or may obtain, by purchase or otherwise, direct or indirect
control of it; (c) it's parent organization, if any and any of its present or future subsidiaries, associates,
affiliates, or holding companies, and; (d) any organization or enterprise over which it has direct or indirect
control now or in the future.
1.4.1.7. The term "proprietary information" for purposes of section 1.6.16., Organizational Conflict of
Interest, means any information considered so valuable by its owners that it is held secret by them and
their licensees. Information furnished voluntarily by the owner without limitations on its use, or which is
available without restrictions from other sources, is not considered proprietary.
1.4.1.8. Organizational Conflicts of Interest Examples. The following examples illustrate situations in
which organizational conflicts of interest may arise. These examples are not all inclusive.
1.4.1.9. Biased Ground Rules. This type of conflict may arise in situations where a company sets the
ground rules for a future competition. For example, when a Contractor develops requirements then
competes to provide products or services to satisfy those requirements, thus obtaining a competitive
advantage.
1.4.1.11 Impaired Objectivity. This type of conflict may exist where a Contractor's obligations under a
contract require objectivity, but another role of the Contractor casts doubt on its ability to be truly
objective. An example of this type of conflict is where a Contractor's work under one contract entails
evaluating itself, its affiliates, or its competitors under a separate contract.
1.4.1.12 Unequal Access to Information. This type of conflict may arise when a Contractor has access to
nonpublic or proprietary information as part of its performance under a contract that gives it an unfair
advantage in a competition for a later contract.
1.4.1.13. General Constraints. The provisions of FAR Subpart 9.5, Organizational and Consultant
Conflicts of Interest, concerning organizational conflicts of interest govern this contract. Potential
conflicts may exist in accordance with FAR 9.505-1, Providing Systems Engineering and Technical
Direction, through 9.505-4, Obtaining Access to Proprietary Information. In this regard, the Contractor is
responsible for identifying any actual or potential organizational conflicts of interest to the KO that arise
as the result of performance under this contract. To avoid or mitigate a potential conflict related to
performance under this contract, the KO will impose appropriate constraints such as the constraints
discussed below. Since it is impossible to foresee all of the circumstances that might give rise to
organizational conflicts of interest, the constraints discussed below are not all inclusive and the KO may
impose constraints other than, or in addition to, the constraints listed below.
1.4.1.14 The Contractor agrees that if it provides, under a contract or task order or delivery order, systems
engineering and technical guidance for systems and programs, but does not have overall contractual
responsibility, it will not be allowed to be awarded a contract or task or delivery order to supply the
system or any of its major components or be a subcontractor or consultant to a supplier of the system or
any of its major components (FAR 9.505-1).
1.4.1.15 The Contractor agrees that if it prepares complete specifications for non-developmental items or
assists in the preparation of work statements for a system or services under a contract or task order or
delivery order, it will not be allowed to furnish these items, either as a prime Contractor, a subcontractor
or as a consultant (FAR 9.505-2).
1.4.1.16. The Contractor agrees that it will neither evaluate nor advise the Government with regard to its
own products or activities. The Contractor will objectively evaluate or advise the Government
concerning products or activities of any prospective competitors (FAR 9.505-3).
1.5 Representations and Disclosures.
1.5.1 The Contractor represents that it has disclosed to the KO, prior to award of this contract, all facts
relevant to the existence or potential existence of organizational conflict of interest as that term is used in
FAR Subpart 9.5.
1.5.2 The Contractor represents that if it discovers an organizational conflict of interest or potential
conflict of interest after award of this contract, a prompt and full disclosure shall be made in writing to the
KO. This disclosure shall include a description of the action the Contractor has taken or proposes to take
in order to avoid or mitigate such conflict.
1.5.3. Remedies and Waiver.
1.5.4 For breach of any of the above restrictions or for non-disclosure or misrepresentation of any relevant
facts required to be disclosed concerning this contract, the Government may terminate this contract for
default, disqualify the contractor for subsequent related contractual efforts, and pursue such other
remedies as may be permitted by law or this contract. If, however, in compliance with section the
Contractor discovers and promptly reports an organizational conflict of interest (or the potential thereof)
subsequent to contract award, the KO may terminate this contract [for convenience, if such termination is
deemed to be in the best interest of the Government.
1.5.5 The parties recognize that this clause has potential effects, which will survive the performance of
this contract, and that it is impossible to foresee each circumstance to which it might be applied in the
future. Accordingly, the Contractor may at any time seek a waiver from the cognizant KO by submitting
a full written description of the requested waiver and the reasons in support thereof (FAR 9.503).
PART 2
DEFINITIONS & ACRONYMS
2. DEFINITIONS AND ACRONYMS:
2.1. DEFINITIONS:
2.1.1. CONTRACTOR. A supplier or vendor awarded 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 to 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
appointed by the contracting officer to administer the contract. Such appointment shall be in writing and
shall 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. CONTRACTOR PERSONNEL. Contractor and subcontractor employees performing working
under this contract.
2.1.5. DEFECTIVE SERVICE. A service output that does not meet the standard of performance
associated with the Performance Work Statement (PWS).
2.1.6. DELIVERABLE. Anything that can be physically delivered, but may include non-physical things,
such as meeting minutes or reports.
2.1.7. FACILITY CLEARANCE. A facility clearance (FCL) is an administrative determination that, from
a national security standpoint, a facility is eligible for access to classified information at the same or lower
classification category as the clearance being granted. The FCL may be granted at the Confidential,
Secret, or Top Secret level. The FCL includes the execution of a
Agreement (DD Form 441). Under the terms of the agreement, the Government agrees to issue the FCL
and inform the Contractor as to the security classification of information to which the Contractor will
have access. The Contractor, in turn, agrees to abide by the security requirements set forth in the National
Industrial Security Program Operating Manual, commonly referred to as the NISPOM.
2.1.8. GOVERNMENT-FURNISHED PROPERTY (GFP) OR GOVERNMENT PROPERTY (GP). In
the possession of or directly acquired by the Government and subsequently made available to the
Contractor.
2.1.9. KEY PERSONNEL. Contractor employees who are critical for achieving PWS objectives. Key
personnel shall meet position qualification and experience requirements indicated in the PWS. When key
personnel qualifications are used as an evaluation factor in "Best Value" procurement, the Contracting
Officer is the only one authorized to concur with key personnel replacement after award of the contract.
When proposed key personnel resumes are used as an evaluation factor in best value procurement, a letter
of commitment may be required from the individual whose resume is provided.
50-mile radius of the place of performance.
the contract that are to be evaluated by the COR on a regular basis, the surveillance methods to be used
for these outputs, and the performance requirement of the listed outputs.
appointed in accordance with agency procedures, responsible for administering the contract requirements
and obligations relating to government property in the possession of a Contractor.
manage GFP/GFE in its possession to control, use, preserve, protect, repair, and maintain.
confidence that adequate technical requirements are established; products and services conform to
established technical requirements; and satisfactory performance is achieved. For the purposes of this
document, quality assurance refers to actions by the Government.
written document specifying the surveillance methodology to be used for surveillance of Contractor
performance.
of an end product or service shall meet contract requirements.
does not have private of contract with the subcontractor.
accordance with the contract. Also referred to as Business Day.
2.2. ACRONYMS:
AFARS Army Federal Acquisition Regulation Supplement
AR Army Regulation
CFR Code of Federal Regulations
CONUS Continental United States (excludes
COR Contracting Officer Representative
COTS Commercial-Off-the-Shelf
DFARS Defense Federal Acquisition Regulation Supplement
DOD
FAR Federal Acquisition Regulation
HIPAA Health Insurance Portability and Accountability Act of 1996
KO Contracting Officer
OCI Organizational Conflict of Interest
OCONUS Outside Continental United States (includes
ODC Other Direct Costs
PIPO Phase-In/Phase- Out
PRS Performance Requirements Summary
PWS Performance Work Statement
QA Quality Assurance
QAP Quality Assurance Program
QASP Quality Assurance Surveillance Plan
QC Quality Control
QCP Quality Control Plan
TE Technical Exhibit
PART 3
GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES
3. GOVERNMENT FURNISHED ITEMS AND SERVICES:
3.1. Services: The Government will provide the work location for delivery of the uniforms.
3.2. Facilities: The Government will not provide a facility for the contractor.
3.3. Utilities: The Government will not provide utilities for the contractor.
3.4. Equipment: The Government will not provide equipment for the contractor.
3.5. Materials: The Government will not provide materials for the contractor.
PART 4
CONTRACTOR FURNISHED ITEMS AND SERVICES
4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES:
4.1. 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. Secret Facility Clearance: The Contractor will not need a Secret Facility Clearance
4.3. Materials: The Contractor shall provide the full service uniform rental needs necessary to meet the
requirements under this PWS.
4.4. Equipment: The Contractor shall provide the full service uniform rental needs necessary to meet the
requirements under this PWS.
PART 5
SPECIFIC TASKS
5. Specific Tasks:
5.1. Basic Services. The Contractor shall furnish all personnel, uniforms, cleaning services, to provide a
full service uniform rental program for the
APPLICABLE PUBLICATIONS
6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS):
6.1. The Contractor shall abide by all applicable regulations, publications, manuals, and local policies and
procedures.
AR 25-2 Information Assurance
AR 530-1 Operations Security (OPSEC)
PART 7
TECHNICAL EXHIBIT LISTING
7. Technical Exhibit List:
7.1. Technical Exhibits:
Technical Exhibit 1 Performance Requirements Summary
Technical Exhibit 2 Deliverables Schedule
Technical Exhibit 3 Site Locations
Technical Exhibit 4 Government Furnished Property
QASP TASK MATRIX
Contract # (Uniform Service Contract)
PWS
TASK
Contract
Task
TASK NAME PERFORMANCE STANDARD ACCEPTABLE QUALITY
LEVEL
SURVEILLANCE
METHOD AND
ASSESSMENT
1 Evaluate
Uniforms Quality
and Ensure all
uniforms are
delivered in the
correct quantity
Evaluation completed, inspection of all
uniforms per person will be inspected
No more than 10% of the
uniforms should be inaccurate
100% Inspection
2 Pick Up and
Delivery of
Uniforms
Uniforms should be picked up weekly
from all 5 Stations
No more than one station is
required to be missed per week
Random Sampling
3 Maintenance and
Repair of
Uniforms
Evaluate uniforms to ensure maintenance
and repair is done in a timely manner
No more than 10% of the
uniforms that are required to
be repaired completed and
returned on time.
Random Sampling
5 Emblems and
Nametags
Evaluate uniforms to ensure all uniforms
have the correct insignias and
nameplates attached to them
No more than 10% of the
uniforms should have
discrepancies.
Random Sampling
6 Cleaning of the
uniforms
Evaluate uniforms to ensure all uniforms
are cleaned and return weekly
No more than 10% of the
uniforms should have cleaning
issues.
Customer Input
Acceptable surveillance methods include:
* 100 Percent Inspection With this method, performance is inspected/evaluated at each occurrence. This method is often costly but
can be necessary due to health, safety and other considerations.
* Random Sampling Random sampling works best when the number of instances of the services being performed is very large and
a statistically valid sample can be obtained.
* Periodic Inspection. This method, sometimes called "planned sampling," consists planned sampling at specific dates or time
intervals. It may be appropriate for tasks that occur infrequently, and where 100 percent inspection or random testing is not desired.
* Customer Input. Although usually not a primary method, this is a valuable supplement to more systematic methods. For example,
in a case where random sampling indicates unsatisfactory service, customer complaints can be used as substantiating evidence. In
certain situations where customers can be relied upon to complain consistently when the quality of performance is poor, e.g., dining
facilities, building services, customer surveys and customer complaints may be a primary surveillance method, and customer
satisfaction an appropriate performance standard. In all cases, complaints should be documented, preferably on a standard form.
Link/URL: https://www.fbo.gov/notices/3caff375fce787bcb340a14fa681a1c8
Cleanup to begin soon at fire-damaged Munhall high-rise
Girls’ Soccer: Edison explodes against Cypress
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News