REQUEST FOR QUOTATION # 09-Q-SM-052 UNIFORMS FOR PUBLIC SAFETY DIVISION ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: SUBMITTAL DATE:

Similar documents
REQUEST FOR QUOTATION # 09-Q-LP-034 Blanket Purchase Agreement (BPA) for Propane Gas Delivery and Pick-up COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.

REQUEST FOR QUOTATION (RFQ) # 07-Q-AS-119 Blanket Purchase Agreement (BPA) for Motorola Radios and Accessories

REQUEST FOR QUOTATION RFQ # 09-Q-LP-031 Blanket Purchase Agreement (BPA) for Copywriter and Editing Services COMPANY NAME: ADDRESS: PHONE NO.

REQUEST FOR QUOTATION RFQ# 07-Q-JS-118 Six (6) Portable Visitor Information Desks COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.:

REQUEST FOR QUOTATION (RFQ)- #09-Q-LP-047 Installation of Lenel Card Readers for Mechanical Rooms

REQUEST FOR QUOTATION RFQ# 07-Q-WT-123 Courier Services ADDRESS: PHONE NO.:

REQUEST FOR QUOTATION # 08-RFQ/BPA-BF-036 Blanket Purchase Agreement (BPA) for Architectural Services TITLE:

REQUEST FOR QUOTATION RFQ# 07-Q-JW-111 Employee Assistance Program COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE:

REQUEST FOR QUOTATION # 09-Q-SM-060 Lift and Cart Maintenance Services

REQUEST FOR QUOTATION # 07-RFQ/BPA-BF-101 ELECTRICAL SUPPLIES AND EQUIPMENT

REQUEST FOR QUOTATION # 08-BPA-JW-024 Blanket Purchase Agreement (BPA) to Install & Furnish Pelco, Optelecom, Lenel and Additional Spare Parts

REQUEST FOR QUOTATION RFQ # 10-Q-LP-001 Blanket Purchase Agreement (BPA) for Printing Services COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.

June 14, Request for Quotation (RFQ) # 10-Q-BF-030. Maintenance and/or Repair of Glass Doors. Dear Offerors:

REQUEST FOR PROPOSAL UNIFORM RENTAL SERVICES

REQUEST FOR QUOTATION RFQ# 07-Q-JS-106 Turnkey A/V system with 3 integrated LCD displays and Desktop computers COMPANY NAME: ADDRESS: PHONE NO.

Invitation for Bid Uniform Rental and Maintenance Services T. F. Green Airport

Request for Bid #1683 (RFB) BASEBALL & SOFTBALL UNIFORM SUPPLY

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

2018 Recreation Center Dectron Unit - R22 Refrigerant

Request for Quotation Page One

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921

Uniform (Embroidery/Screening) Request for Proposals RFP#

REQUEST FOR PROPOSAL (RFP) # 08-P-BF-034

Request for Quotation

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

Request for Quotation Page One

REQUEST FOR QUOTES (RFQ) DECAL STRIP ADVERTISEMENTS FOR RAIL CAR MODESTY PANELS. RFQ ISSUED: September 13, 2018

Invitation to Bid BOE. Diesel Exhaust Fluid

Request for Quotation Page One

Our mission is to procure supplies and services for our customers at the best value utilizing innovative supply-chain practices and technology.

Request for Bid/Proposal

GENERAL CONDITIONS. The award will be made in accordance with Section of the South Carolina Consolidated Procurement Code.

CITY OF TITUSVILLE, FLORIDA

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

VIRGINIA RAILWAY EXPRESS REQUEST FOR QUOTES (RFQ) PRINTING SERVICES FOR VRE MARKETING MATERIALS. RFQ ISSUED: May 2, 2017

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

SAN DIEGO CONVENTION CENTER CORPORATION

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

City of New Rochelle New York

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

Bids received after the appointed date set for receipt will be returned unopened.

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

PURCHASING DEPARTMENT

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

INSTRUCTIONS TO BIDDERS

WHITLEY COUNTY BOARD OF EDUCATION 300 MAIN STREET WILLIAMSBURG, KY INVITATION TO BID--

Invitation to Bid BOE. Fluorescent Bulbs

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Invitation to Bid UNIFORMS RE-BID

Request for Quotation

INVITATION TO BID (ITB)

Santa Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Invitation For Bid. Uniforms IFB U

REQUEST FOR FORMAL BID

(SEE ATTACHED FOR CONDITIONS AND INSTRUCTIONS)

Request for Quotation

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

REQUEST FOR SEALED BID PROPOSAL

Company: Legal Status: Ordering Address: Phone: Remit Address: Payment Terms:

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS

INVITATION FOR BIDS FOR AIRFIELD MARKING PAINT AND REFLECTIVE MEDIA SOLICITATION NO

2018 Athletic Field Prep & Turf Materials

Request for Quote RFQ# Date: 02/01/2017

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

BID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013

Request for Bid #1667 (RFB) CONCRETE SERVICES

REQUEST FOR SEALED BID PROPOSAL

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

REQUEST FOR QUALIFICATIONS

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

COUNTY OF COLE JEFFERSON CITY, MISSOURI

PURCHASING DEPARTMENT

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

REQUEST FOR PROPOSAL. UPS Maintenance

Quotations for Small Purchase (QSP) Wilkinson Terrace Real Estate Appraisal Services CONDITIONS TO QUOTE - NONCONSTRUCTION

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

REQUEST FOR QUOTATION

City of Albany, New York Traffic Engineering

STATEMENT OF WORK. Installations, Repair and/or Maintenance of Sewage and Drain Lines. Presque Isle State Park (Erie County)

REQUEST FOR PROPOSALS

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

REQUEST FOR FORMAL BID

REQUEST FOR QUOTATION

COUNTY OF ROCKLAND Department of General Services Purchasing Division

WEST VALLEY SANITATION DISTRICT

REQUEST FOR QUOTATION

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ For CONSULTANT SERVICES CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST.

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

Transcription:

REQUEST FOR QUOTATION # 09-Q-SM-052 UNIFORMS FOR PUBLIC SAFETY DIVISION COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE ISSUED: August 10, 2009 SUBMITTAL DATE: 1

August 10, 2009 RE: Request for Quotation (RFQ) # 09-Q-SM-52, Blanket Purchase Agreement (BPA) WCCA Uniforms Dear Quoter(s): This is an invitation for you to submit a quotation to provide uniforms for the Washington Convention Center (WCCA). WCCA is seeking to establish a Blanket Purchase Agreement (BPA) for the above referenced solicitation. This Request for Quotation (RFQ) is designated for Certified Small Business Enterprises (SBE) only. This is a one hundred percent (100%) set-aside and only businesses Certified by the Department of Small and Local Business Development as s Small Business Enterprise can submit a bid in response to this solicitation. There will not be a site visit held for this requirement. The quote shall be submitted to the Office of Contracts and Procurement at WCCA no later than 4:00 PM, EST, Friday, August 28, 2009. The quote shall include an original and four (4) copies. The quote must be signed by an official authorized to bind the company. The quote must state that the terms of the quote are valid for a period of thirty (30) days from date of quote. Submit quotes to Walter E. Washington Convention Center, Attn: Sean K. Mitchell, Contract Specialist, Office of Contracts and Procurement Services, 801 Mount Vernon Place, NW, Washington, DC 20001. Hours of operation for this office are 8:30 am to 5:30 pm, EST, Monday thru Friday (excluding holidays). Should you have any questions, please contact me at (202) 249-3027 or Smitchell@dcconvention.com. Sincerely, Sean K. Mitchell Contract Specialist 2

Scope of Requirement REQUEST FOR QUOTATION (RFQ) #09-Q-SM-052 WCCA Uniforms A.1 Introduction A. Statement of Work The Washington Convention Center Authority ( WCCA ) is soliciting responses from vendors to establish a Blanket Purchase Agreement (BPA) for the purchase of uniforms. The three (3) Departments that currently require uniforms are (3): Security Services, Transportation Services and Guest Services. Additionally departments may be added during the life of the requirement. The goods and services shall be delivered to the Walter E. Washington Convention Center (WEWCC), located at 801 Mount Vernon Place, NW, Washington DC 20001. The offeror shall furnish all supervision, labor, equipment, and materials to provide this service. A.2 Security Services Uniform Scope of Services and Specifications A.2.1 The Offeror shall provide various uniform items for WCCA s Security Services Department staff. There are approximately (twenty three) (23) staff members that require uniforms. A.2.2 The Offeror must be able to accommodate sizes such as small to 3X (XXXL). A.2.3 The Offeror shall individually measure each employee for his/her uniforms at WCCA. A.2.4 The Offeror shall provide jackets, shirts/blouses; dress pants; blazer; and necktie (male/female). A.2.5 Each item shall be of an industrial type material and made with 65% polyester and 35% combed cotton twill as follows: a. shirts/blouses (white - Long and short sleeve); b. dress pants (khaki - The male dress pants shall have two front pockets and two back pockets with reinforced stitching, belt loops and zipper. The female dress pants shall have two front pockets with reinforced stitching belt loops and zipper); c. jackets (color - with zip-out lining. The jacket shall have side or front hand pockets with the WEWCC logo affixed to the upper left side and the words SECURITY SERVICES affixed to the upper right side.) and be waterproof; d. blazer (dress blue - dry cleanable); and e. necktie (green, blue and gold striped - stain proof, male/female). A.2.6 Each uniform shall be identified as follows: 3

a. Identification Patches: The Walter E. Washington Convention Center (WEWCC) logo shall be red, white and blue in color as indicated in Attachment A. The patches are to be provided by the Contractor. b. The words SECURITY SERVICES shall be embroidered on the front upper right side of chest area in color lettering as indicated in Attachment B. c. All identifying patches shall be sewn onto the uniform. e. The offeror (s) shall complete a uniform within ten (10) days from the completion of the fitting process. A.3 Transportation Services and Guest Services A.3.1 The offeror shall provide various uniforms items for and additional fifty (50) employees (20-25 employees in each department). The uniforms shall be provided once a selection is made from their catalog by the COTR or designee. A.3.2 The Offeror shall individually measure each employee for his/her uniforms at the WCCA in a TBD location by the COTR. A.3.3 The offeror (s) shall be expected to produce a uniform within ten (10) days from the completion of the fitting process. A.4 Inspection Offeror shall thoroughly inspect uniforms prior to making deliveries to the WCCA. Offeror s inspection shall follow quality control measures to ensure that proper sizes and quantities being delivered agree exactly with what was originally ordered. Offeror shall also inspect for wear and tear, missing or damaged buttons, etc. A.5 Delivery Offeror shall ensure complete delivery of all uniforms per order to prevent partial deliveries. Any damage to the uniforms during shipping shall be the responsibility of the Contractor. A.6 Time Frame The time frame for completion of measurements/fittings for this project shall not exceed five (5) working days from date of request. The uniform shall be delivered ten (10) working days after the fitting process is completed. A.7 Building Access All employees of the Offeror must enter at the House Dock located at 7 th and M St., NW. A.8 Report of Services 4

A.8.1 Upon completion of delivery, the Offeror shall provide a receipt to the ordering Manager(s): Gladys Jones, Manager of Security Services 202-249-3104 Ron Branch, Transportation 202-249-3037 Patrick Kearney, Guest Services 202-249-3204 or designee a legibly written receipt of uniforms delivered and a listing of uniforms picked-up for cleaning. A.8.2 The report shall contain, but not be limited to, the following information: a. number of items delivered; b. any problems identified; c. the Offeror s inspector s signature of approval; and d. the WCCA Manager s or designee s signature of acceptance of delivery/pick-up A.9 WCCA Responsibilities The Contracting Officer Technical Representative (s) (COTR) for this Contract is: Gladys Jones, Manager of Security Services 202-249-3104 Ron Branch, Transportation 202-249-3037 Patrick Kearney, Guest Services 202-249-3204 A.10 Deliverables The Offeror shall provide the following deliverables: Deliverable Qty Format/Method of Delivery Due Date Individual (S) TBD Hand Delivered 10 Days after order To Whom COTR Inspection Report EA Hand Delivered TBD COTR Measurements of WCCA TBD In Person 5 Days after COTR employees Request Reports 3 3 Hard copies TBD COTR (Section A.9.). upon delivery of uniforms A legibly written receipt of 3 3 Hard copies Date of COTR 5

uniforms delivered. upon delivery of uniforms Date of Delivery B. Performance B.1.1 WCCA desires to obtain complete and satisfactory performance in accordance with the specifications and requirements in the contract. To this end, WCCA is contracting for the complete performance of services identified in the Statement of Work. WCCA reserves the right to assess deductions for nonperformance. WCCA will consider inadequate performance to be as undesirable as non-performance, as the cost of correcting inadequate performance may equal or exceed the cost of initial performance. B.1.2 All performance under the contract must be of high standards and must conform to good trade practices by skilled uniform rental and cleaning service providers. All service under the contract shall be rendered promptly and efficiently upon receipt of an official order. All work performed under the contract is subject to inspection by the Authority to insure compliance with all terms and conditions of the contract. B.1.3 The term of this agreement shall be for a base period, from date of awards through October 30, 2010. B.2 Alterations and Uniform Replacement Offeror shall perform alterations and repair (e.g., hemming of pants, repairing torn articles) on an as-needed basis. Services shall be completed within a one week time frame from the date of pick-up, when requested. Offeror shall replace uniforms as requested by the Center within one (1) week from the date of request. New uniforms shall be provided for new hires and for replacement of damaged uniforms within one week after receipt of request. B.3 Base Year a) The term of this agreement shall be for a base period, from date of award through October 30, 2010. B.4 Option to Extend the term of the Contract a) WCCA may extend the term of this BPA for a period of Four (4) one-year option periods, or successive fractions thereof, by written modification to the Offeror before the expiration of the contract; provided that WCCA will give the Offeror a preliminary written notice of its intent to extend at least thirty (30) days before the BPA expires. The preliminary notice does not commit WCCA to an extension. The exercise of this option is subject to the availability of funds at the tine of the exercise of this option. The Offeror may waiver the thirty (30) day preliminary notice requirement by providing a written waiver to the contracting office prior to expiration of the BPA. 6

b) If WCCA exercises this option, the BPA contract shall be considered to include this option provision. c) The prices for the option period shall be as specified in the BPA. d) The WCCA will base the exercising of an option period upon satisfactory performance by the vendor. C. EVALUATION OF RESPONSES C.1 The WCCA will make the award based on the Offeror s response which is: a) Compliant to the stated or implied specifications; b) Lowest evaluated cost to the WCCA over projected useful life; and c) Administratively compliant including all required bonds, insurance, established quality of work and general reputation financial responsibility, relevant experience, compliance with federal laws and all relevant District of Columbia laws, including EEOC hiring guidelines and requirements under the American with Disabilities Act and related criteria, if applicable. d) Advantages to WCCA. D.1 Insurance Requirement D. TERMS AND CONDITIONS D.1.1 Commercial General Liability Insurance-The Offeror shall secure and maintain during the Contract period Commercial General Liability insurance with limits of not less than one (1) million dollars($1,000,000.00) per occurrence and in the aggregate. The Commercial General Liability coverage must be extended to include owners, employees and Offerors protective liability. The coverage should also include all premises and product operations, personal and advertising injury and contractual liability. D.1.2 Worker s Compensation Insurance-The Offeror shall secure and maintain during the Contract period all Worker s Compensation insurance required by the District of Columbia Government law for all employees, and its employees involved in the Contract, without exclusion of any class of employee. D.1.3 Upon execution of this Contract, the Offeror shall provide Certificates of Insurance to WCCA for review and approval. All insurance policies and Certificates described herein shall state that WCCA, its Board of Directors, employees and officers, are named as additional insured. D.1.4 Notice - The Offeror shall immediately report in writing to the WCCA s Manger of Contracts and Procurement any incident which might reasonably be expected to result in any claim under any of the coverage s mentioned herein. Offeror agrees to cooperate with WCCA in promptly releasing information as to the disposition of any claims, including a resume of claims experience relating to WCCA 7

D.2 Applicability of Standard Contract Provisions WCCA Standard Contract Provisions (SCP) dated May, 2006, is incorporated by reference from this solicitation and any resulting contract. A copy of WCCA s SCP may be downloaded from WCCA s website at http://www.dcconvention.com/community/business_current.asp. D.3 Local, Disadvantaged Businesses, Businesses Operating In an Enterprise Zone, Or Resident Business Ownership Quoters submitting evidence that they are certified as small, local, disadvantaged, operating in an enterprise zone or having resident business ownership shall receive: (a) (b) (c) (d) (e) (f) A three (3%) percent reduction in the bid price or the addition of three points on a 100-point scale for a small business enterprise (SBE) certified by the District of Columbia Small and Local Business Opportunity Commission (SLBOC) or the D.C. Department of Small and Local Business Development (DSLBD), as applicable, A five (5%) percent reduction in the bid price or the addition of three points on a 100-point scale for a resident-owned business (ROB) certified by the SLBOC or the DSLBD, as applicable, A ten (10%) percent reduction in the bid price or the addition of ten points on a 100-point scale for a longtime resident business (LRB) certified by the SLBOC or the DSLBD, as applicable, A two (2%) percent reduction in the bid price or the addition of two points on a 100-point scale for a local business enterprise (LBE) certified by the SLBOC or the DSLBD, as applicable, A two (2%) percent reduction in the bid price or the addition of two points on a 100-point scale for a local business enterprise with its principal office located in an enterprise zone and certified by the SLBOC or the DSLBD, as applicable, and A two (2%) percent reduction in the bid price or the addition of two points on a 100-point scale for a disadvantaged business enterprise (DBE) certified by the SLBOC or the DSLBD, as applicable. (g) Offerors may qualify for more than one of these categories, so that the maximum number of points available under this section is 12 points. E. INSTRUCTIONS E.1 Hand Delivery, Mailing or Faxing of Quotations Requests for clarifications or questions and responses shall be delivered to: Sean K. Mitchell Contract Specialist Contracts and Procurement Services Washington Convention Center Authority 8

801 Mount Vernon Place, NW Washington, DC 20001 Phone: 202-249-3027 Fax: 202-249-3114 E-Mail: Smitchell@dcconvention.com E.2 Submission Date and Time Quotations must be submitted to WCCA no later than 12:01 p.m. EST, Friday, August 28, 2009. Via email, U.S. Postal Service or hand-delivery to the above referenced Contract Speacialist. 9

REQUEST FOR QUOTATION RFQ# 09-Q-SM-052 WCCA Uniforms QUOTE FORM Please provide the labor category, the unloaded hourly rate, fringe, overhead, G&A, profit, other, and loaded hourly rates for the contract. Offerors shall describe what is included in the loader hourly rates (i.e., fringe, overhead, general & administrative, profit & other). Also, provide a list of materials and equipment to include description, quantity and total cost. Price /Costs A. The charts below are provided for Labor Maintenance service for (4) four one year options. LABOR CATEGORY (List) Base Year (Date of Award thru September 30, 2009) UNLOADED HOURLY RATE FRINGE OVERHEAD G&A PROFIT OTHER LOADED HOURLY RATE Overtime Rate 1. Please identify hours of operation Monday-Friday 8:30 to 5:30 p.m. est.. 2. Please provide percentage mark-up on materials. Sub-Total Fixed Price Labor: $ MATERIALS AND EQUIPMENT (PLEASE ATTACH ITEMIZED LIST THAT INCLUDES DESCRIPTIONS AND QUANTITIES). Material shall be reimbursed at cost, plus a materials handling charge Sub-Total Fixed Price Materials or Percent Mark Up $ or % Sub-Total Delivery: $ per mile with a maximum rate of 20 miles per round trip. Total Labor and Materials Price: $ 10

Price/Costs QUOTE FORM Base Year (Date of Award thru September 30, 2009) Contract Line Item Nos. (CLIN) Description Qty Unit Unit Price Total 001 Tailor Fitting Per Item 002 Delivery Round Trip 003 Embroidery of WCCA Logo s 1 each 004 Logo s 1 each 005 Dress Pants 1 each 006 Jacket 1 each 007 Shirt/Blouse 1 each 008 Blazer 1 each 009 Necktie (Male/Female) 1 each 010 Other Grand Total This requirement for delivery of services is needed to begin with two days after Notice of Award. Discount offered: (%) percent a. All prices shall exclude District of Columbia sales tax and all other taxes. The WCCA is exempt from state and local taxes. If Federal Excise Tax applies, show amount of same which has already been deducted to determine your net price. b. Price quote shall be F.O.B. Destination, unless otherwise specified in writing by the WCCA. Signed by: Date: Title: Company: Quotes are valid for a period of thirty (30) days from date of quote 11

REQUEST FOR QUOTATION RFQ# 09-Q-SM-052 WCCA Uniforms QUOTE FORM Please provide the labor category, the unloaded hourly rate, fringe, overhead, G&A, profit, other, and loaded hourly rates for the contract. Offerors shall describe what is included in the loader hourly rates (i.e., fringe, overhead, general & administrative, profit & other). Also, provide a list of materials and equipment to include description, quantity and total cost. Price /Costs A. The charts below are provided for Labor Maintenance service for (4) four one year options. LABOR CATEGORY (List) Option Year 1 (October 1, 2009 thru September 30, 2010) UNLOADED HOURLY RATE FRINGE OVERHEAD G&A PROFIT OTHER LOADED HOURLY RATE Overtime Rate 1. Please identify hours of operation Monday-Friday 8:30 to 5:30 p.m. est.. 2. Please provide percentage mark-up on materials. Sub-Total Fixed Price Labor: $ MATERIALS AND EQUIPMENT (PLEASE ATTACH ITEMIZED LIST THAT INCLUDES DESCRIPTIONS AND QUANTITIES). Material shall be reimbursed at cost, plus a materials handling charge Sub-Total Fixed Price Materials or Percent Mark Up $ or % Sub-Total Delivery: $ per mile with a maximum rate of 20 miles per round trip. Total Labor and Materials Price: $ 12

Price/Costs QUOTE FORM Option Year 1 (October 1, 2009 thru September 30, 2010) Contract Line Item Nos. (CLIN) Description Qty Unit Unit Price Total 001 Tailor Fitting Per Item 002 Delivery Round Trip 003 Embroidery of WCCA Logo s 1 each 004 Logo s 1 each 005 Dress Pants 1 each 006 Jacket 1 each 007 Shirt/Blouse 1 each 008 Blazer 1 each 009 Necktie (Male/Female) 1 each 010 Other Grand Total This requirement for delivery of services is needed to begin with two days after Notice of Award. Discount offered: (%) percent a. All prices shall exclude District of Columbia sales tax and all other taxes. The WCCA is exempt from state and local taxes. If Federal Excise Tax applies, show amount of same which has already been deducted to determine your net price. b. Price quote shall be F.O.B. Destination, unless otherwise specified in writing by the WCCA. Signed by: Date: Title: Company: Quotes are valid for a period of thirty (30) days from date of quote 13

REQUEST FOR QUOTATION RFQ# 09-Q-SM-052 WCCA Uniforms QUOTE FORM Please provide the labor category, the unloaded hourly rate, fringe, overhead, G&A, profit, other, and loaded hourly rates for the contract. Offerors shall describe what is included in the loader hourly rates (i.e., fringe, overhead, general & administrative, profit & other). Also, provide a list of materials and equipment to include description, quantity and total cost. Price /Costs A. The charts below are provided for Labor Maintenance service for (4) four one year options. LABOR CATEGORY (List) Option Year 2 (October 1, 2010 thru September 30, 2011) UNLOADED HOURLY RATE FRINGE OVERHEAD G&A PROFIT OTHER LOADED HOURLY RATE Overtime Rate 1. Please identify hours of operation Monday-Friday 8:30 to 5:30 p.m. est.. 2. Please provide percentage mark-up on materials. Sub-Total Fixed Price Labor: $ MATERIALS AND EQUIPMENT (PLEASE ATTACH ITEMIZED LIST THAT INCLUDES DESCRIPTIONS AND QUANTITIES). Material shall be reimbursed at cost, plus a materials handling charge Sub-Total Fixed Price Materials or Percent Mark Up $ or % Sub-Total Delivery: $ per mile with a maximum rate of 20 miles per round trip. Total Labor and Materials Price: $ 14

Price/Costs QUOTE FORM Base Year 2 (October 1, 2010 thru September 30, 2011) Contract Line Item Nos. (CLIN) Description Qty Unit Unit Price Total 001 Tailor Fitting Per Item 002 Delivery Round Trip 003 Embroidery of WCCA Logo s 1 each 004 Logo s 1 each 005 Dress Pants 1 each 006 Jacket 1 each 007 Shirt/Blouse 1 each 008 Blazer 1 each 009 Necktie (Male/Female) 1 each 010 Other Grand Total This requirement for delivery of services is needed to begin with two days after Notice of Award. Discount offered: (%) percent a. All prices shall exclude District of Columbia sales tax and all other taxes. The WCCA is exempt from state and local taxes. If Federal Excise Tax applies, show amount of same which has already been deducted to determine your net price. b. Price quote shall be F.O.B. Destination, unless otherwise specified in writing by the WCCA. Signed by: Date: Title: Company: Quotes are valid for a period of thirty (30) days from date of quote 15

REQUEST FOR QUOTATION RFQ# 09-Q-SM-052 WCCA Uniforms QUOTE FORM Please provide the labor category, the unloaded hourly rate, fringe, overhead, G&A, profit, other, and loaded hourly rates for the contract. Offerors shall describe what is included in the loader hourly rates (i.e., fringe, overhead, general & administrative, profit & other). Also, provide a list of materials and equipment to include description, quantity and total cost. Price /Costs A. The charts below are provided for Labor Maintenance service for (4) four one year options. LABOR CATEGORY (List) Option Year 3 (October 1, 2011 thru September 30, 2012) UNLOADED HOURLY RATE FRINGE OVERHEAD G&A PROFIT OTHER LOADED HOURLY RATE Overtime Rate 1. Please identify hours of operation Monday-Friday 8:30 to 5:30 p.m. est.. 2. Please provide percentage mark-up on materials. Sub-Total Fixed Price Labor: $ MATERIALS AND EQUIPMENT (PLEASE ATTACH ITEMIZED LIST THAT INCLUDES DESCRIPTIONS AND QUANTITIES). Material shall be reimbursed at cost, plus a materials handling charge Sub-Total Fixed Price Materials or Percent Mark Up $ or % Sub-Total Delivery: $ per mile with a maximum rate of 20 miles per round trip. Total Labor and Materials Price: $ 16

Price/Costs QUOTE FORM Base Year 3 (October 1, 2011 thru September 30, 2012) Contract Line Item Nos. (CLIN) Description Qty Unit Unit Price Total 001 Tailor Fitting Per Item 002 Delivery Round Trip 003 Embroidery of WCCA Logo s 1 each 004 Logo s 1 each 005 Dress Pants 1 each 006 Jacket 1 each 007 Shirt/Blouse 1 each 008 Blazer 1 each 009 Necktie (Male/Female) 1 each 010 Other Grand Total This requirement for delivery of services is needed to begin with two days after Notice of Award. Discount offered: (%) percent a. All prices shall exclude District of Columbia sales tax and all other taxes. The WCCA is exempt from state and local taxes. If Federal Excise Tax applies, show amount of same which has already been deducted to determine your net price. b. Price quote shall be F.O.B. Destination, unless otherwise specified in writing by the WCCA. Signed by: Date: Title: Company: Quotes are valid for a period of thirty (30) days from date of quote 17

REQUEST FOR QUOTATION RFQ# 09-Q-SM-052 WCCA Uniforms QUOTE FORM Please provide the labor category, the unloaded hourly rate, fringe, overhead, G&A, profit, other, and loaded hourly rates for the contract. Offerors shall describe what is included in the loader hourly rates (i.e., fringe, overhead, general & administrative, profit & other). Also, provide a list of materials and equipment to include description, quantity and total cost. Price /Costs A. The charts below are provided for Labor Maintenance service for (4) four one year options. LABOR CATEGORY (List) Option Year 4 (October 1, 2012 thru September 30, 2013) UNLOADED HOURLY RATE FRINGE OVERHEAD G&A PROFIT OTHER LOADED HOURLY RATE Overtime Rate 1. Please identify hours of operation Monday-Friday 8:30 to 5:30 p.m. est.. 2. Please provide percentage mark-up on materials. Sub-Total Fixed Price Labor: $ MATERIALS AND EQUIPMENT (PLEASE ATTACH ITEMIZED LIST THAT INCLUDES DESCRIPTIONS AND QUANTITIES). Material shall be reimbursed at cost, plus a materials handling charge Sub-Total Fixed Price Materials or Percent Mark Up $ or % Sub-Total Delivery: $ per mile with a maximum rate of 20 miles per round trip. Total Labor and Materials Price: $ 18

Price/Costs QUOTE FORM Base Year 4 (October 1, 2012 thru September 30, 2013) Contract Line Item Nos. (CLIN) Description Qty Unit Unit Price Total 001 Tailor Fitting Per Item 002 Delivery Round Trip 003 Embroidery of WCCA Logo s each 004 Logo s each 005 Dress Pants each 006 Jacket each 007 Shirt/Blouse each 008 Blazer each 009 Necktie (Male/Female) each 010 Other Each 011 Heming of pants/skirt Each 012 Take in waist pants/skirt Each 013 Alterations to Blazer Male/Female each Grand Total This requirement for delivery of services is needed to begin with two days after Notice of Award. Discount offered: (%) percent a. All prices shall exclude District of Columbia sales tax and all other taxes. The WCCA is exempt from state and local taxes. If Federal Excise Tax applies, show amount of same which has already been deducted to determine your net price. b. Price quote shall be F.O.B. Destination, unless otherwise specified in writing by the WCCA. Signed by: Date: Title: Company: 19

Quotes are valid for a period of thirty (30) days from date of quote 20

BLANKET PURCHASE AGREEMENT No.09-BPA-SM-052 With NAME OF COMPANY The Washington Convention Center Authority (WCCA), Office of Contracts and Procurement Services (OCPS) executes this Blanket Purchase Agreement (BPA) for the purchase of uniforms for the Public Safety Division. The Offeror agrees to the following terms of a BPA with WCCA. 1. SERVICES AVAILABLE UNDER THIS BPA: The services available under this BPA are in accordance with terms and conditions of Request for Quotation (RFQ-) 09-Q-SM-052 and the Offeror s proposal dated,, which is herein incorporated and made a part of this BPA. 2. PRICING: a) Purchase of uniforms for PSD, this BPA shall be in accordance with Offerors response date,. b) The prices offered shall be as low as or lower than those charges to the Offeror s most favored customer for comparable quantities, terms and conditions. c) Offeror shall provide an updated pricing list of labor and materials for each fiscal year. Offerors rates is herein incorporated as Attachment A 3. DELIVERY: a) The Offeror shall deliver the services under this BPA as needed by the Washington Convention Center Authority (WCCA), located at 801 Mount Vernon PL, NW, Washington, DC 20001. b) No single individual purchase order under this BPA shall not exceed $99,999.00. (Transactions placed against this BPA will not be processed utilizing any Purchase Card P-Card). 4. PURCHASE VOLUME: WCCA estimates, but does not guarantee, that the volume of purchases through this agreement will amount to $$99,999.00 (Ninety Nine Thousand Nine Hundred and Ninety Nine Dollars and Zero Cents). 21

5. OBLIGATION OF FUNDS: This BPA does not obligate any funds. WCCA is obligated only to the extent of authorized purchases through Orders actually made under the BPA. 6. TERM OF BPA: a) The term of this agreement shall be for a period of one year from date of award. b) This BPA may be extended by Four (4) one-year option periods or fractions thereof. The Government may extend the term of this agreement for a period of one (1) year, or a fraction thereof, or multiple successive fractions thereof, by providing a thirty (30) day written notice to the Offeror before the expiration of the agreement. 7. ORDERING: a) Any goods and/or services to be furnished under this agreement shall be ordered by Issuance of a service order/purchase order by the WCCA Office of Contracts and Procurement Services. b) All services/purchases orders are subject to the terms and conditions of this agreement. In the event of conflict between a service/purchase order and this agreement, the agreement shall control. c) A service/purchase orders is considered issued when the Offeror receives the order. Service/purchase orders shall be issued in writing only. d) In the event a blanket service/purchase order is issued against this BPA, only the authorized users identified in the blanket service/purchase order shall be able to order against it. 8. AUTHORIZED BPA USERS: The following office(s) is/are hereby authorized to place orders under this BPA: Gladys Jones, Manager of Security Services 202-249-3104 Ron Branch, Transportation 202-249-3037 Patrick Kearney, Guest Services 202-249-3204 9. CONTRACT ADMINISTRATION: Contracting Officer: The WCCA Contracting Officer is the official authorized to contractually bind WCCA. Send all correspondence regarding this BPA to Sean K. Mitchell, Contract Specialist, Washington Convention Center Authority, Office of Contracts and Procurement Services, 801 Mount Vernon Place, NW, Washington, D.C. 20001, telephone number (202) 249-3027. Contracting Officer s Technical Representative, (COTR): The COTR is responsible for daily monitoring and supervision of the contract, the technical representative(s) are as follows: 22

Gladys Jones, Manager of Security Services (Gjones@dcconvention.com) 202-249-3104 Ron Branch, Transportation (RBranch@dcconvention.com ) 202-249-3037 Patrick Kearney, Guest Services (PKearney@dcconvention.com ) 202-249-3204 Vendor Contact Information: 10. DELIVERY TICKETS: Unless otherwise agreed to, all deliveries under this BPA shall be accompanied by a copy of the purchase/service order and each invoice shall contain the following information as a minimum: (a) (b) (c) (d) (e) (f) Name of Offeror; BPA Number (09-BPA-SM-052) Purchase/Service Order Number; Date of Purchase; Brief description of the supplies and services provided; and Date/period of Service Delivery. WCCA may authorize partial services and partial payments to the Offeror for services to be provided under this agreement. 11. INVOICES: The original invoice for payment against a purchase/service order shall be submitted to the following: a) Invoices must be e-mailed to the WCCA Accounts Payable Office in PDF format to: invoices@dcconvention.com. A copy of the invoice shall be submitted to the COTR as identified in Section 9. 12. TERMS AND CONDITIONS: a) All orders placed against this BPA are subject to the terms and conditions of the WCCA Standard Contract Provisions (SCP) dated May, 2006, which is incorporated as part of the agreement. A copy of the WCCA SCP may be downloaded from the WCCA s website at http://www.dcconvention.com/community/business_current.asp. b) The Offeror is bound by Wage Determination No. 2005-2103, Revision No. 7, dated March 16, 2009, issued by the U.S. Department of Labor in accordance with the Service Contract Act of 1965, as amended (41 U.S.C. 351). The Offeror shall be bound by the wage rates for the term of the base period of the contract. If the option period is exercised, the Offeror shall be bound by the wage rate in effect at the time that the option is exercised. c) If the option is exercised and a revised wage rate determination obtained by the WCCA s Contracting Officer for the option period is applicable, the Offeror may be entitled to an equitable adjustment. 23

d) The terms and conditions included in this BPA apply to all purchases made pursuant to it. In the event of an inconsistency between the provisions of this BPA and the Offeror s invoice, the provisions of this BPA will take precedence. The undersigned parties have caused this Agreement to be signed by their duly authorized agents: Vendor Information WASHINGTON CENTER AUTHORITY, an Independent Corporate Authority of the Government of the District of Columbia By: Name: Title: Date: By: Name: Title: Date: 24

Attachment (A) PM S RED/200-294 BLUE Attachment (B) SECURITY SERVICES 200-294 BLUE/PM S RED 25