DOCUMENT
S -- Laundry Service - Attachment
- Notice Date
- 11/8/2016
- 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
- VA25917N0084
- Response Due
- 11/15/2016
- Archive Date
- 12/15/2016
- Point of Contact
- Francisco Velazquez
- Small Business Set-Aside
- Total Small Business
- Description
- Salt Lake City VAMC Laundry Services This is a Sources Sought Notice (NOT A SOLICITATION). The Salt Lake City, UT, VA Medical Center is seeking Laundry Services. Please direct all questions to francisco.velazquez-salazar@va.gov General Requirements: Contractor shall provide laundry services, in the event of equipment failure at the Salt Lake City Veterans Administration Medical Center (SLCVAMC) Textile Care Facility (TCF) at 500 Foothill Drive SLC. UT. 84148. DESCRIPTION OF THE SUBJECT WORK (portion of the Statement of Work) The work required by this Performance Work Statement (PWS), consists of furnishing, all labor, supervision, management, management support, supplies, equipment, vehicles and materials necessary for accomplishment of complete laundry services, in the event of equipment failure at the Salt Lake City Veterans Administration Medical Center (SLCVAMC) Textile Care Facility (TCF). All workmanship shall be in accordance with practices established by the Association of Linen Management (ALM) www.almnet.org, accepted industry standards and Veteran Affairs policies. It is intended that services shall include all processes necessary for the laundering of the articles even though every step involved is not specifically mentioned. Contractor shall provide transportation of the soiled linen from the SLCVAMC Textile Care Facility to processing plant, Monday through Friday between the hours of 6:00 am and 3:00 pm, except for government holidays. Soiled linen will be in linen carts provided by the Government. Contractor will complete the cleaning, ironing and folding process as required. Contractor will return all linen items to SLCVAMC Textile Care Facility in sanitized linen carts. 4. BPA to provide service when the hospital laundry machines are not working awaiting repairs. Estimated frequency is 3-5 times per year, 3,500 pounds per occurrence. All interested firms shall submit a response demonstrating their capabilities with regard to the above requirement. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely with the Government discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, veteran owned small business/service disabled veteran owned small business or a woman owned business. The NAICS code to be used for this acquisition is 812320 ($5.5M). The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessments. The Government s evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUB Zone, 8(a), WOSB, VOSB, etc). All prospective vendors must be registered and current within the System for Award Management (SAM). Visit www.sam.gov for details. In addition, all SDVOSBs and VOSBs must be registered and current within VetBiz. Visit www.vetbiz.gov for details. All responses must be received by 11-15-2016 by 4:30pm MST POC for this notice is Francisco Velazquez / Francisco.velazquez-salazar@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25917N0084/listing.html)
- Document(s)
- Attachment
- File Name: VA259-17-N-0084 VA259-17-N-0084.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3097438&FileName=VA259-17-N-0084-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3097438&FileName=VA259-17-N-0084-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-17-N-0084 VA259-17-N-0084.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3097438&FileName=VA259-17-N-0084-000.docx)
- Place of Performance
- Address: 500 Foothill Drive;Salt Lake City, UT
- Zip Code: 84148
- Zip Code: 84148
- Record
- SN04323731-W 20161110/161108235111-b37e2b2d5f1037dfe6a3c2c99215142e (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 |