Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2012 FBO #3751
SOURCES SOUGHT

S -- Laundry for VANCHCS and SFVAMC

Notice Date
2/29/2012
 
Notice Type
Sources Sought
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Palo Alto Health Care System (90/NCA);3801 Miranda Ave;Palo Alto CA 94304-1207
 
ZIP Code
94304-1207
 
Solicitation Number
VA26112R0137
 
Response Due
4/15/2012
 
Archive Date
7/14/2012
 
Point of Contact
Bill Ulibarri
 
E-Mail Address
9-0385<br
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: RFQ No.: VA261-12-R-0137; Laundry Services for San Francisco VA Medical Center (SFVAMC) and VA Northern California Health Care System (NCHCS) The Department of Veterans Affairs is issuing a sources sought to inquire as to potential sources that possess the expertise, capability and experience to provide Laundry/Linen Cleaning Services for the above named VA facilities. Areas to be covered include Northern California Health Care System (includes Martinez, Mather, McClellan, Travis AFB, Redding, and Chico); and the San Francisco VA Medical Center, and other Tenant and Satellite Activities. The requirement consists of furnishing all the linen items for all wards, clinics, research and any other SFVAMC and NCHCS needs. Contractor furnishes all linen items and ensures minimum stock levels (par) are continuously available. Anticipated base year is October 1, 2012 through September 30, 2013 (subject to availability of funds) with four one-year option periods. The Contractor shall provide all personnel, equipment, transportation, supplies, vehicles, and facility, except items specified as government-furnished, necessary to assure that all operations and services are conducted in accordance with the performance work statement. The services include pick-up soiled/contaminated linen and deliver clean linen. Laundry facility must be close enough to provide pick-up and delivery daily, 365 days a year, except as otherwise stated. Services include processing articles received through the following tasks: wash/dry, presswork, and folding. Types of items to launder include Laundry Bags, Blankets, Physician Coats, Cubicle Curtains, Patient Gowns, Mop Heads, Bed Pads, Table Cloths, Bed Sheets, Pillowcases, Bibs, Towels, Scrub Suits/Jackets, Uniforms, etc. Contractor must maintain a system of records as to work performed sufficient to answer all reasonable issues with regard to the linen supply and work performed. Contractor must accomplish all work in accordance with the Joint Commission (on Accreditations of Hospital Manual), all regulations cited in the contract, and industry standards. The Contractor must have experience in providing hospital laundry cleaning services. The firm must have gained this experience as a result of being regularly engaged in the business of providing laundry services in health care/patient care environments (e.g., inpatient and outpatient medical treatment facilities). The minimum level of acceptable experience required is 24 months within the previous 36 months. The Government will evaluate and consider only firms with this experience as qualified to receive an award and conduct a Site Visit of the Laundry Facilities prior to making award. Multiple Awards may be made for these services. The North American Industry Classification System (NAICS) code is 812332 and the Small Business Size Standard is $35.5 million. It is anticipated that the solicitation will be released approximately April 1, 2012. All interested parties must be registered in the Central Contractor Register (CCR) at www.ccr.gov in order to receive an award. All firms interested in this requirement should notify the Contracting Officer via email to Bill.Ulibarri@va.gov. Provide Company Name, Address, Point of Contact, Telephone and Fax Number, Business Size (Large, Small, Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Women-Owned Small Business (WOSB), etc.) and Email Address. Telephone inquiries will not be accepted. Any SDVOSB/VOSB/WOSB or other small business category firms responding should advise of their status as this requirement may be set aside accordingly. The solicitation document and incorporated provisions and clauses will be those in effect through FAC 2005-55. This may be updated as necessary. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. Offeror shall submit all information with offer as required in 52.212-1; a completed copy of provisions 52.212-3 Offeror Representations and Certifications-Commercial Items; and 852.219-70, Veteran Owned Small Business Certification. Offeror shall submit evidence of compliance with FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. Offerors may obtain copies of the reference provisions and clauses at: http:///arnet.gov/far and http://www.va.gov/oa&mm/vaar/ or http://farsite.hill.af.mil/vffara.htm or by sending an email to the Contracting Officer at bill.ulibarri@va.gov. The Contracting Officer may include any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices. Contracting Officer Contact Info: William Ulibarri (NCO 21) VA Palo Alto Health Care System, Bldg. T-50, 3801 Miranda Ave., Palo Alto, CA 94304 or via fax to the Contracting Officer at (650) 849-0395. Web based offers will not be accepted. Note: The Government does not intend to award a contract based upon this Sources Sought announcement. This market research is to identify potential Small Businesses that have the capabilities to provide these services. This research does not constitute an invitation for bid or request for proposal and is not to be construed as a commitment by the Government. Electronic solicitation may be accessed at no cost at www.fedbizopps.gov. Any amendment issued against this solicitation will also be available from the same URL addresses. Contractor is responsible for submitting all documents required in accordance with the solicitation, including any amendments which will be posted on this website. Solicitation is also subject to availability of funding. Proposals/Quotations shall be submitted on an all or nothing basis. Partial proposals/quotations will be rejected. Quotations shall be valid for 90 days from offer due date. Proposals/Quotations shall be submitted in both hard and electronic copy (no flash drives) to: William Ulibarri, (NCO 21), VA Palo Alto Health Care System, Bldg. T-50, 3801 Miranda Ave., Palo Alto, CA 94304. Small businesses, especially veteran-owned and service-disabled veteran-owned small businesses, are encouraged to contact their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their proposal. The website address for the location of the nearest PTAC is http://www.sellingtothegovernment.net.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAPAHCS/VAPAHCS/VA26112R0137/listing.html)
 
Record
SN02685957-W 20120302/120229235133-84c9abbb7ab9c18c2f342c25a0464e3a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.