Base Seattle laundry service
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Jun 18, 2024 03:25 pm PDT
- Original Published Date: Jun 13, 2024 06:07 am PDT
- Updated Date Offers Due: Jun 21, 2024 04:00 pm PDT
- Original Date Offers Due: Jun 21, 2024 04:00 pm PDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Jul 06, 2024
- Original Inactive Date: Jul 06, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: S209 - HOUSEKEEPING- LAUNDRY/DRYCLEANING
- NAICS Code:
- 812320 - Drycleaning and Laundry Services (except Coin-Operated)
- Place of Performance: Seattle , WA 98134USA
Description
General Information:
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
Instructions to offerors, evaluation criteria, and all applicable FAR Provisions and Clauses are attached.
Contracting Office Address:
U.S. Coast Guard Base Seattle
1519 Alaskan Way S.
Seattle, WA 98134
United States
Description of services:
This contract is to provide linen and laundry services for Base Seattle Medical, Barracks, and Hazmat divisions. Contractor shall provide all personnel, equipment, tools, material, supervision, and other items and services necessary to perform linen and laundry service.
Tasks:
Medical:
The contractor shall pick up three bags approximate 55 gallons of soiled laundry from medical weekly; facility located in BLDG 1 2nd floor physical therapy and dental rooms. Inventories consist of scrub top navy, scrub bottom navy, warmup jacket navy, lab coat white, biohazard bag pillowcases, and towels. Size of scrub bottom and tops will vary from size extra small to extra-large.
Barracks:
The contractor shall pick up two bags approximate 20 pounds of soiled laundry from Barracks bi-weekly; facility located in BLDG 6 1st floor. Inventories consist of full sheets, twin sheets, pillowcases, and thermal blankets.
Hazmat:
The contractor shall pick up various quantities of shop rag (bags) not to exceed 10 five-gallon bags of soiled shop rags for laundry and/or replacement from the Hazmat facility bi-weekly; facility located in BLDG 14 between warehouse and security. Clean inventory of shop rags (red rags or suitable substitute) used in various shops for tool cleaning and machine maintenance (rags may contain small quantities/trace concentrations of synthetic or petroleum-based oil, lubricant, or related cleaning solvent).
Special qualifications:
Due to the possible presence of synthetic or petroleum-based oil, lubricant, or related cleaning solvent, the contractor is required to provide a copy of their National Pollutant discharge Elimination System (NPDES) permit; Industrial wastewater discharge permit; Wastewater discharge permit; other state approved and provided laundry facilities operations water quality permit or water quality certification as applicable.
Classification:
This acquisition is set aside small business. The NAICS is 812320 Dry Cleaning and Laundry Services (except Coin-Operated). Size Standard is $8.0. The contract type will be a firm fixed price purchase order.
Site Visit:
There will be no site visits held for this solicitation.
Questions:
E-mail all questions regarding the solicitation to Michelle.M.Myhra2@uscg.mil. Questions regarding the statement of work (SOW) will be forwarded to the unit for an accurate response. All responses will be uploaded for an equal and fair solicitation to all interested vendors. No more questions will be answered after 06/18/24.
Quote submission:
All quotes will be required to be on SF 1149 and include a breakdown of materials, rental, and labor costs. Submit quotes to the following E-mail address Michelle.M.Myhra2@uscg.mil with solicitation RFQ number 70Z03324QSEAT0014139 in the subject line. Date of offers due on 06/21/2024 at 1600 PST; all offers that are submitted late (by day and time zone) will not be considered in award determination.
Award: Award is based on LTPA, evaluation criteria is lowest price, technically acceptable, and past performance of contractor performing the work.
Under FAR 4.1103 prospective contractor shall be registered in System Award Management (SAM) prior to award. Failure for contractor to be registered in SAM shall result in Contracting Officer to proceed with next successful registered offeror. Website: www.sam.gov
Performance Start Date:
Start date will occur July 1, 2024. Once award has been made, coordinate with Michelle Myhra at Michelle.M.Myhra2@uscg.mil
Further details of this project are located in the statement of work provided in the documents section of this solicitation.
Attachments/Links
Contact Information
Contracting Office Address
- 1519 ALASKAN WAY SOUTH
- SEATTLE , WA 98134
- USA
Primary Point of Contact
- Michelle Myhra
- michelle.m.myhra2@uscg.mil
- Phone Number 2062176381
Secondary Point of Contact
History
- Jul 06, 2024 08:55 pm PDTCombined Synopsis/Solicitation (Updated)
- Jun 18, 2024 01:52 pm PDTCombined Synopsis/Solicitation (Updated)
- Jun 13, 2024 07:08 am PDTCombined Synopsis/Solicitation (Updated)
- Jun 13, 2024 06:55 am PDTCombined Synopsis/Solicitation (Updated)
- Jun 13, 2024 06:07 am PDTCombined Synopsis/Solicitation (Original)