DOCUMENT
S -- Community Living Center (CLC) Personal And Emergency Facility Linen Laundry Services - 442 - Attachment
- Notice Date
- 2/12/2016
- Notice Type
- Attachment
- NAICS
- 812320
— Drycleaning and Laundry Services (except Coin-Operated)
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25916Q0177
- Response Due
- 2/17/2016
- Archive Date
- 2/20/2016
- Point of Contact
- Aldo (Fred) Girany (CO)
- E-Mail Address
-
3-3761<br
- Small Business Set-Aside
- Total Small Business
- Description
- 1.Solicitation number RFQ VA259-16-Q-0177 request for quotation (RFQ). 2.This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-86. 3.This is a Total Small Business set-aside and the associated NAICS code 812310 and small business size standard $7.5M. 4.A list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable). 5.Description of requirements for the items to be acquired. The work required by this Performance Work Statement (PWS), consists of furnishing an off-site location, all labor, supervision, management, management support, supplies, ancillary equipment, vehicles and materials necessary for accomplishment of Community Living Center residence personal laundry services and emergency facility linen on as needed basis. All work shall be performed under sanitary conditions. After processing, laundered articles shall be in serviceable and sanitary condition, folded and individually separated, meeting established quality and performance requirement standards. 6.Quotes will be sent via email only to aldo.girany@va.gov by Feb 9 2016. 7.The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. There are no addenda to the provision. 8.The provision at 52.212-2, Evaluation -- Commercial Items. Evaluation factor is that the offeror will be able to supply services in accordance with the work statement. This will be a lowest price technically acceptable (LPTA) evaluation. 9.A completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, must be included with the offer. A copy can be found at http://farsite.hill.af.mil/ 10.The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Addenda is as follows 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT VAAR 852.203-70 COMMERCIAL ADVERTISING VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS 52.252-2 CLAUSES INCORPORATED BY REFERENCE 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE 52.232-18 AVAILABILITY OF FUNDS 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 11.The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Clauses included in 52.212-5 are as follows: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note) 52.219-28, Post Award Small Business Program Re-representation (Jul 2013) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (OCT 2015) (38 U.S.C. 4212) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (MAY 2014) (41 U.S.C. chapter 67) 12.Offers are due by 1200 hours MST Feb 9, 2016 via email to aldo.girany@va.gov. 13.POC for this is aldo.girany@va.gov 307 433-3761 Statement of Work/Facility Personal and Linen Laundry 1.1. Scope of Work 1.1.1This document contains the technical provisions for laundry/linen services that are to be provided to the VISN 19, Cheyenne Medical Center located in Cheyenne, WY. 82001. 1.1.1.1The work required by this Performance Work Statement (PWS), consists of furnishing an off-site location, all labor, supervision, management, management support, supplies, ancillary equipment, vehicles and materials necessary for accomplishment of Community Living Center residence personal laundry services and emergency facility linen on as needed basis. All work shall be performed under sanitary conditions. After processing, laundered articles shall be in serviceable and sanitary condition, folded and individually separated, meeting established quality and performance requirement standards. 1.1.1.2 Any change of function by the Government, which may affect this contract as contemplated by this paragraph, and which requires permanent adjustments in frequency or type of performance, will be coordinated with the Contractor by the Contracting Officer Representative (COR) and Contracting Officer (CO) prior to initiation of such a change to assure adequate contractual coverage. 1.2 The CO and Facility COR must be provided with the name, address and telephone number to be reached during normal business hours and off duty hours within 15 days after award. 1.2.1 The Facility COR shall have access to plant facilities, without necessity of prior notification to Contractor.. 1.2.2 Each phase of the services rendered under this contract is subject to Government inspection during both the Contractor's operation and after completion of tasks. The Government's program is not a substitute for quality control by the Contractor. 1.3 Quality Assurance. The Government will monitor the Contractor's performance under this contract using the Quality Assurance Procedures. 1.3.1 Damage/Loss: All tasks accomplished by Contractor's personnel shall be performed to preclude damage or loss of articles. The Contractor shall verbally report immediately to the Facility COR, any damage or disfigurement to these items when caused by Contractor's personnel. A follow-up written report will be given to the Facility COR. 1.3.2 When the Contractor has caused damage or loss of government property, or performance is determined to be unsatisfactory; the Facility COR will contact the CO and the CO will determine what action needs to be taken. If a written request for explanation is given to the contractor the Contractor will reply in writing, to the CO within 10 working days, stating the reason for the unsatisfactory condition, the corrective measures which have been taken, and preventive procedures initiated. 1.3.3 Personal Clothing Control: Contractor shall comply with all Government request and policies relative to personal clothing control. Any articles billed for, but missing, shall be supplied by the Contractor in the next regularly scheduled delivery at no additional cost to the Government. 1.3.4 Items lost or badly damaged while under the control of the Contractor must be replaced within a 30-day period at the Contractor's cost. 1.4 Delivery Requirements: 1.4.1 The Contractor shall provide the Facility COR with an invoice or written report of all soiled linen processed and all clean linen delivered. The information must be recorded on every pick-up and delivery days. The reports of soiled linen received and clean linen delivered must show date, pounds received or delivered per Schedule Line Item number. 1.4.2 Clean linen being returned shall be covered with clean covers to protect them against contamination while in transit between the laundry facility and the Medical Center. Clean article will be processed and packaged as specified in Section 2. 1.4.3 Clean linen delivery and soiled linen pickup shall be between 0700 and 0800 hours, Tuesday & Thurs, Bldg. 1, Community Living Center (CLC). Soiled linen will be pick-up in the Bio-Hazard and shower room area by the east and north side of CLC. Section 1 - Contractor Furnished Items 1.1. Materials. Contractor shall furnish all materials necessary to perform the tasks specified in the contract. The Contractor shall secure all materials and supplies that comply with Local, State and Federal environmental laws. 1.2. Vehicles. The Contractor shall provide all required vehicles, vehicle fuels, lubricants, and repairs necessary to perform services under this contract. All vehicles to be used under this contract must be maintained in a safe and serviceable condition during duration of this contract. In addition, the vehicles must be kept clean (exterior and interior) with no unsightly residue of dirt, mud, trash, and other debris. Vehicle efficiency is solely the responsibility of Contractor. Base Period Award - 30 Sep 2016 CLINDESCRIPTION OF SUPPLIES/SERVICESQTYUNITUNIT COSTTOTAL COST 0001Personal laundry services and emergency facility linen on as needed basis as per the Statement of Work. LB 0002Trip ChargeEA TOTAL COST OF BASE YEAR Option Period I 1 Oct 2016 - 30 Sep 2017 CLINDESCRIPTION OF SUPPLIES/SERVICESQTYUNITUNIT COSTTOTAL COST 1001Personal laundry services and emergency facility linen on as needed basis as per the Statement of Work.LB 1002Trip ChargeEA TOTAL COST OF OPTION PERIOD I Option Period II 1 Oct 2017 - 30 Sep 2018 CLINDESCRIPTION OF SUPPLIES/SERVICESQTYUNITUNIT COSTTOTAL COST 2001Personal laundry services and emergency facility linen on as needed basis as per the Statement of Work. LB 2002Trip ChargeEA TOTAL COST OF OPTION PERIOD II Option Period III 1 Oct 2018- 30 Sep 2019 CLINDESCRIPTION OF SUPPLIES/SERVICESQTYUNITUNIT COSTTOTAL COST 3001Personal laundry services and emergency facility linen on as needed basis as per the Statement of Work. LB 3002Trip ChargeEA TOTAL COST OF OPTION PERIOD III Option Period IV 1 Oct 2019- 30 Sep 2020 CLINDESCRIPTION OF SUPPLIES/SERVICESQTYUNITUNIT COSTTOTAL COST 4001Personal laundry services and emergency facility linen on as needed basis as per the Statement of Work. LB 4002Trip ChargeEA TOTAL COST OF OPTION PERIOD IV
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25916Q0177/listing.html)
- Document(s)
- Attachment
- File Name: VA259-16-Q-0177 VA259-16-Q-0177.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2557916&FileName=VA259-16-Q-0177-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2557916&FileName=VA259-16-Q-0177-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-16-Q-0177 VA259-16-Q-0177.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2557916&FileName=VA259-16-Q-0177-000.docx)
- Record
- SN04019692-W 20160214/160212234603-b8b135ec6e0f1849d92afa7f3bae5492 (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 |