Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 26, 2015 FBO #5146
DOCUMENT

J -- SERVICE: LAUNDRY PLANT BLOWDOWN - Attachment

Notice Date
12/24/2015
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
VA24616Q0275
 
Response Due
12/29/2015
 
Archive Date
4/6/2016
 
Point of Contact
CHERISSE HALL
 
E-Mail Address
Cherisse.Hall@va.gov
(CHERISSE.HALL@VA.GOV)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICIATION VA246-15-Q-0275 RICHMOND VA MEDICAL CENTER LAUNDRY PLANT BLOWDOWN SERVICE AND INSPECTION (I)This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this action. Quotes are being requested, and a written solicitation will not be issued. (II)This solicitation is issued as a Request for Quote (RFQ). Submit written quotes on RFQ VA246-15-Q-0275. (III)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. (IV)Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov). (V)The Network Contracting Office 6-SAO EAST intends to award a firm-fixed price contract for Laundry Plant Blowdown service and Inspection for the Department of Veteran Affairs, Richmond VA Medical Center, 1201 Broad Rock Blvd, Richmond, VA, 23249. (VI)The North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $7.5 Million. This procurement is unrestricted to and for all eligible offerors may submit quotes. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. (VII)Questions concerning this solicitation shall be addressed to Cherisse Hall, Contracting Specialist, and emailed to Cherisse.Hall@va.gov. All questions or inquires must be submitted no later than 1:00 PM Eastern Standard time on Monday December 28, 2015. No phone calls will be accepted. (VIII)The Government will award a contract resulting from this RFQ to the responsible offeror whose quote is the lowest price and meets the requirements of the SOW. Quotes are due by 3:00 pm Eastern Standard time on Monday December 29, 2015, 2015. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via email to Cherisse.Hall@va.gov. (IX)This combined solicitation/synopsis is for the purchase of the following commercial services: CLINDESCRIPTION OF SERVICES QUANITYUNITUNIT PRICEAMOUNT 0001Blowdown service (performed twice a month) 18JB 0002Monthly interior duct inspection (performed once a month in conjunction with blowdown service)4JB TOTAL: $ STATEMENT OF WORK (SOW) GENERAL INTENTIONS AND REQUIREMENTS 1. Purpose: To provide services to the outlined veterans medical centers throughout Virginia and North Carolina in accordance with the terms and conditions of the contract. The contract shall process and finish all clothing and other items in accordance with the requirements contained in the contract. Environmental Management Service Textile Care Section will acknowledge and comply with the regulations set forth by the McGuire Veterans Hospital, Richmond, Virginia (RVAMC). 2. Scope: In support of patient care, the Hunter Holmes McGuire VAMC laundry facility will require vehicle support to transport to external customers within the VISN 6 regions of Virginia and North Carolina. The twice monthly blowdowns will be required to maintain the laundry facility at the RVAMC to meet our obligations. This service will insure that the equipment will operate at an optimum level and to prevent a fire hazard. a. Workmanship and Sanitation. Delivered articles shall conform to the generally accepted industry and local standards of quality, cleanliness, finish, appearance, and packaging. The items shall not only be clean in the sense of being free from soil and stains, but also free from bacteria, fungi and micro organisms, including pathogens and disease producing organisms. (If available, some contingency locations may be too remote for this requirement. REQUIRED for medical laundry) All work performed shall be done under sanitary conditions. The contract facility shall be open to inspection of conditions at any time by a representative of the government, and the government reserves the right to perform or cause to have performed any test necessary to determine the sanitary condition of the articles delivered by the contractor. b. Classification of Items: Clothing or linen articles received by the contractor shall be individually inspected for condition of serviceability and classified as to the type of service required. 3. Objective: RVAMC's goal is to eliminate all fire hazards due to lint particles, 24/7 365 days. 4. Requirements: RVAMC will require the company selected to blowdown the following items Pit area, Internals of the dryer, Dry duct system, Power house Ironers, King Edge Spreader feeders, Chicago Folders, Towel Machine, Overhead top to bottom of the laundry area/facility, Chicago Sky liner Folders Air Chicago, Folders Chicago Touch Towel Folder, Chicago blanket blaster skyline/cross folder, Chicago VAC to fulfill all external and internal obligations to distribute linen to our customers. The duration of use of these vehicles will be an all-encompassing operations during a 24 hour 7 days a week operation to meet our obligations. Blowdown of plant to include: all mirrors and light fixtures, rail system, all equipment including all doors removed and put back on, floors are blown down and swept up around all equipment and lint is bagged up and taken out of laundry. TEA system is broken down and cleaned as well as the shaker screens before putting system back together. The outside pit area is cleaned including the return, lint screens, floors are scraped and all lint bagged and removed from pit area. Pictures are taken before and after cleaning as well as a checklist is provided to laundry staffs after each cleaning and the pictures are mailed in the following week. Blowdown of the plant will be performed every two weeks. RVAMC will require the company selected to perform interior duct inspection to include: opening every piece of duct work with man holes to inspect and clean as well as white vacuum tube in front of discharge dryers cleaned out. A checklist will be provided to laundry staff after cleaning and a service status will be recorded and reported to laundry the following week. Interior duct inspection is performed once a month in conjunction with one of the blow down cleanings. This requirement period of performance is December 30, 2015 to September 30, 2016. 5. General Information: a. Hours of Operation: The contractor shall maintain the operating hours from (7 days per week.). Concessions are made for religious holidays, at the discretion of the US, when it does not interfere with operations. b. Removing objects from refuse for personal use is unauthorized. Contractor Personnel may request items through unit designee. Violations are grounds for termination. c. At no time, without authorization, will a Contractor Personnel purchase any items from the local economy for any employee. 6. Standard of Conduct: Contractor Personnel must adhere to standards of conduct as established by the McGuire Veterans Hospital, Richmond, Virginia. 7. Security Requirements: Contractor shall adhere to current installation security policies. 8. Physical Security: The contractor shall be responsible for safeguarding all government property provided for contractor use. At the close of each work period, government facilities, property, and materials shall be secured. The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) clauses and provisions are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/ FAR Provisions: 52.204-7System for Award Management (JUL 2013) 52.212-1 Instructions to Offerors- Commercial Items (JUL 2013) 52.212-2 Evaluation-Commercial Items (JAN 1999) 52.212-3 Certifications and & Representations (NOV 2013) Offeror shall provide a quote addressing all CLINS: 0001 and 0002 The government will award a firm-fixed price purchase order to the vendor whose quotation represents the best value for the government. The Government intends to make an award based on the initial quotations. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) VAAR Provisions: 852.233-70Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71Alternative Protest Procedure (JAN 1998) 852.252-70Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.273-74Award without Exchanges (JAN 2003) FAR Clauses: 52.212-4 Contract Terms and Conditions- Commercial Items (MAY 2014) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2015) Full text of the reference FAR Clauses may be accessed electronically at http://farsite.hill.af.mil/. -52.204-10Reporting Executive Compensation and First-TierSubcontract Awards -52.209-6Protecting the Government's Interest When Subcontractingwith Contractors Debarred, Suspended, or Proposed forDebarment -52.222-3Convict Labor -52.222-19 Child Labor - Cooperation with Authorities and Remedies -52.222-21 Prohibition of Segregated Facilities -52.222-26 Equal Opportunity -52.222-35 Equal Opportunity for Veterans -52.222-36 Affirmative Action for Workers with Disabilities -52.222-41 Service Contract Labor Standards -52.223-18Encouraging Contractor Policies to Ban Text MessagingWhile Driving -52.227-17 Rights in Data-Special works -52.232-33Payment by Electronic Funds Transfer- System for AwardManagement (End of Clause) 52.252-2 Clauses incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70Commercial Advertising (JAN 2008) 852.232-72Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 852.246-70 Guarantee (JAN 2008) 852.246-71Inspection (JAN 2008)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24616Q0275/listing.html)
 
Document(s)
Attachment
 
File Name: VA246-16-Q-0275 VA246-16-Q-0275.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2481406&FileName=VA246-16-Q-0275-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2481406&FileName=VA246-16-Q-0275-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS;RICHMOND VA MEDICAL CENTER;1201 BROAD ROCK BLVD;RICHMOND VA
Zip Code: 23249
 
Record
SN03978240-W 20151226/151224233637-3c1947242178ae4bca12c2fce9a85d4e (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.