SOLICITATION NOTICE
99 -- IAW SOW for infection control-MAT SERVICES
- Notice Date
- 6/18/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of Veterans Affairs;VISN 9 ASC (90C);1639 Medical Center Parkway, Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- VA24910RQ0273
- Response Due
- 6/21/2010
- Archive Date
- 7/21/2010
- Point of Contact
- Stacey McClendon
- E-Mail Address
-
Contract Specialist
(stacey.mcclendon4@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Mat services-14 locations with base + 4 option years Mat Statement of Work- 1.GENERAL: The Contractor shall provide all labor, materials, equipment, transportation and supervision necessary to provide initial inventory of mats in the styles, sizes and quantities; and ongoing cleaning, maintenance and replacement services at the Veteran's Health Administration Facilities shown in Paragraph 3 below. 2.BACKGROUND: Tennessee Valley Healthcare System (TVHS) is an integrated healthcare system comprised of Medical Centers, the Alvin C. York Campus in Murfreesboro, TN, and the Nashville Campus in Nashville, TN, and many community based outpatient clinics located in Tennessee (Charlotte Avenue, Chattanooga, Clarksville, Tullahoma, McMinnville, Cookeville, Vine Hill and Dover), and Kentucky (Fort Campbell, Hopkinsville, and Bowling Green). TVHS provides ambulatory care, primary care, and secondary care in acute medicine and surgery, specialized tertiary care, transplant services, spinal cord injury, outpatient care, and a full range of extended care and mental health services. The Nashville Campus is the only VA facility that supports all solid organ transplant programs, including total in-house kidney and bone marrow transplants. The Alvin C. York Campus is a network referral center for mental health services, geriatrics, and extended care. TVHS provides a full range of specialized medical services. 3.PLACES OF PERFORMANCE: a.Alvin C. York VA Medical Center 3400 Lebanon Pike Murfreesboro, TN 37129 b.Nashville Campus 1310 24th Avenue South Nashville, TN 37212 c.CORPCARE 1110 Wilkinson Trace Circle Hartland Medical Plaza Bowling Green, Kentucky 42103 d.Fort Campbell Outpatient Clinic Desert Storm Ave. Building 39 Fort Campbell, KY 42223 e.Hopkinsville OPC 1102 South Virginia Drive Hopkinsville, KY 42240 f.Chattanooga VA OPC 6200 Building Suite 5200 150 Debra Road Chattanooga, Tennessee 37411 g.Clarksville OPC1832 Memorial Street Clarksville, Tennessee 37043 h.Cookeville Veterans Primary Care Clinic 851 S. Willow Ave Suite 108 Cookeville, Tennessee 38501 i.Stewart County Community Medical Center1021 Spring Street Dover, Tennessee 37058-0497 j.McMinnville Outpatient Clinic 1014 S Chancery Street McMinnville, TN 37110 k.Charlotte Avenue Clinic 1919 Charlotte Avenue Nashville, TN 37203 I.Vine Hill Clinic 601 Benton Ave Nashville, TN 37204 m.Women Veterans Healthcare Center 1919 Charlotte Avenue, Suite 300 Nashville, TN 37203 n.Tullahoma Outpatient Clinic 225 First Street Arnold Air Force Base, TN 37389 4.HOURS OF OPERATION: Monday - Friday 8:00 a.m. to 4:30 p.m. except federal holidays. 5.PERIOD OF PERFORMANCE: One Base year with the possibility of four one year option periods. Base Year:1 July 2010 - 30 September 2010 1stOption Period-1 October 2010- 30 September 2011 2nd Option Period-1 October 2011- 30 September 2012 3rd Option Period-1 October 2012- 30 September 2013 4th Option Period-1 October 2013- 30 September 2014 6.PERFORMANCE REQUIREMENTS: a. The Contractor shall provide an initial approximate inventory of the following styles, sizes and quantities of mats. Actual inventory will be based on the needs at the time the contract is awarded. Style Description:SizeEstimated Quantity Standard Mat/Wayfinding3' X 5'61 Scraper Mat (outside)3' X 5'44 Standard Mat/Wayfinding4' X 6'44 Scraper Mat (outside)4' X 6'29 Logo Mat (Logo will be provided)6' X 10'4 Kitchen/SPD Anti- Micro/Fatigue30 Ergonomic /Anti - Fatigue2' X 3'42 Ergonomic /Anti - Fatigue3' X 5'48 * Kitchen/SPD Anti - Microbial/Anti - Fatigue mats will be the only required services from 1 July to September 30, 2010 at the Nashville and York locations.* (twice a week) b.The Contractor shall perform initial placement of mats throughout the inside and outside of each VA location. c.The contractor shall clean, sanitize, maintain, and replace mats once per week. d.Contractor shall remove soiled mats and replace them with clean, sanitized mats. e.Soiled mats shall be professionally cleaned and returned to inventory stock. 7.PHASE IN/PHASEOUT: At the time the contractor is given the notice to proceed there will be a two week phase in phase out overlap period. This time frame will be allowed for the existing contractor to remove their mats and the new contractor for placement. 8.CHECK IN/SECURITY: a. Check In: The Department of Veterans Affairs locations are Government facilities requiring proper identification for all personnel entering the grounds/facilities. Contractor shall be required to comply with all security and personnel identification processes at each facility. Contractor Check-In: The contractor's employees shall report to the location's designated VA COTR, prior to the performance of each service. b.Security: (1)Contractor shall maintain a current listing of employees performing this contract. The list shall include the employee's name, address, phone number, social security number, level of security and position. The list shall be validated and signed by the company Facility Security Officer and provided to the Contracting Office and Contracting Officer's Technical Representative (COTR). An updated listing shall be provided when an employee's status or information changes. The Contractor has 24 hours to inform the Contracting Office and COTR that an employee's status has changed unless it is a pick up day. On pick up days the contractor shall immediately inform the Contracting Office by FAX at 803-695-6729 or the COTR by email: leon.lanaauth@va.gov (2)Contractor and Staff shall comply with all VA security requirements. (3)Contractor personnel shall report to the COTR any information or circumstances of which they are aware may pose a threat to the security of Department of Veterans Affairs personnel, contractor personnel, resources and classified and unclassified information. (4)Contractor employees are prohibited from possessing weapons, firearms, or ammunition, on themselves or their contractor-owned or privately owned vehicle while on the property of the designated VA Locations listed in SOW Section 3. (5)If the Contracting Officer finds it in the best interest of the Government he/she may at any time during the performance of this contract order the Contractor to remove any of his/her personnel from further performance under this contract for reasons of their moral character, unethical conduct, security reasons and violation of on-site building rules. In the event that it becomes necessary to replace any Contractor personnel for any of the above reasons, the Contractor shall bear all costs associated with such removal, including the costs for the replacement of any personnel so removed. These charges will not be billable to the Government. (6)In the event of an accident on the Department of Veterans Affairs property or involving Government personnel or property, the Contractor shall submit a report immediately to the COTR in letter form that shall include the following: (1) the time and date of occurrence; (2) the place of occurrence; (3) a list of personnel directly involved; and (4) a narrative or description of the accident to include chronological order of the accident and circumstances; (5) corrective action to prevent future occurrences. (7)The Contractor shall not hold any discussions or release any information relating to the contract to anyone not having a direct interest in performance of this contract, without written consent of the Contracting Officer or the COTR. This restriction applies to all news releases of information to the public, industry or Government agencies. (8)The Contractor shall not advertise information about projects preformed for this contact without Government review and approval. Advertisement is considered but not limited to promotional brochures, posters, tradeshow handouts, world-wide-web- pages, magazines, newspapers and similar promotions. (9)The Contractor will be provided an electronic access badge for building access. 8. ADMINISTRATIVE: a.Federal holidays or weekends: Unless directed by the Contracting Officer (CO), work at the site(s) shall not take place on Federal holidays or weekends. When a holiday falls on Sunday, the following Monday will be observed as a legal holiday. When a holiday falls on a Saturday, the preceding Friday is observed by the U.S. Government agencies. b.Deliverables: A trip ticket or service ticket shall be completed by the contractor and provided to the COTR upon completion of each weekly service at each location. c.Invoice: Payment will be made upon receipt of a properly prepared, itemized invoice, validated by the COTR, and submitted to VA FSC, P. O. BOX 149971, AUSTIN, TX 78714. FMS customer support number is (877) 353-9791. (1) A properly prepared invoice will contain: oInvoice Number and Date oContractor's Name and Address oAccurate Purchase Order Number oItemization of mats serviced oDates service performed oLocation of service performed oTotal amount due (2) A separate invoice will be prepared for each facility.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24910RQ0273/listing.html)
- Place of Performance
- Address: VAMC-KENTUCKY&TENNESSEE
- Zip Code: 37129
- Zip Code: 37129
- Record
- SN02182275-W 20100620/100618234953-518793aa98bd384a5631d68d4258b5a8 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |