DOCUMENT
W -- SCRUB DISPENSER MACHINE SYRACUSE VA MEDICAL CENTER 528A7 - Attachment
- Notice Date
- 9/18/2018
- Notice Type
- Attachment
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 2;2875 Union Road;Suite 3500;Cheektowaga NY 14227
- ZIP Code
- 14227
- Solicitation Number
- 36C24218U0098
- Response Due
- 10/5/2018
- Archive Date
- 12/4/2018
- Point of Contact
- Kimberly Wiatrowski
- E-Mail Address
-
Contract Specialist
(Kimberly.wiatrowski@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION To provide purple scrubs individually packaged, and scrub dispensing unit, and 2 each soiled scrub return units for the Operating Room (OR) Dept. Syracuse VA Medical Center, 800 Irving Avenue, Syracuse, New York 13210. (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and 13 Simplified Acquisitions, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24218U0098. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. (iv) This procurement is being issued as a total small business set-aside solicitation. The North American Industry Classification System (NAICS) code is 532490 Other Commercial and Industrial Machinery and Equipment Rental and Leasing, with a small business size standard of $32.5 million. (v) The contractor shall provide purple scrubs individually packaged, and scrub dispensing unit, and 2 each soiled scrub return units for the Operating Room (OR) Dept. for the Syracuse VA Medical Center, 800 Irving Avenue, Syracuse, NY 13210 for a base year with provision of four (4) option years. Price Schedule: To be made part of the contract agreement: Base 11/1/2018 to 10/31/2019 Rental Program Quantity Frequency Cost per Unit Total Cost Line Item 1 Scrub Dispenser Machine to fit W32 x L8 area. Deliver and stock purple scrubs. Unit to hold 800 pieces The Vendor will deliver and stock the Scrub Dispensing Machine by 6 am est. Monday and Wednesday. (Twice per week) 52 Per Week Line Item 2 Two (2) Soil Return Units to fit H8 x W8 x L6 room. The Vendor will collect, transport, and launder soiled scrubs per CDC Healthcare Laundry guidelines. The Vendor will inspect and repair scrub garments. The Vendor will replace and replenish scrub garments to maintain necessary inventory levels. No loss/ replacement charges for lost or damaged scrubs. Twice per week. 52 Per Week Base Year Total: _______________________ Option Yr 1 11/1/2019 to 10/31/2020 Rental Program Quantity Frequency Cost per Unit Total Cost Line Item 1 Scrub Dispenser Machine to fit W32 x L8 area. Deliver and stock purple scrubs. Unit to hold 800 pieces The Vendor will deliver and stock the Scrub Dispensing Machine by 6 am est. Monday and Wednesday. (Twice per week) 52 Per Week Line Item 2 Two (2) Soil Return Units to fit H8 x W8 x L6 room. The Vendor will collect, transport, and launder soiled scrubs per CDC Healthcare Laundry guidelines. The Vendor will inspect and repair scrub garments. The Vendor will replace and replenish scrub garments to maintain necessary inventory levels. No loss/ replacement charges for lost or damaged scrubs. Twice per week. 52 Per Week Option Year 1 Total: _____________________ Option Year 2 11/1/2020 to 10/31/2021 Rental Program Quantity Frequency Cost per Unit Total Cost Line Item 1 Scrub Dispenser Machine to fit W32 x L8 area. Deliver and stock purple scrubs. Unit to hold 800 pieces The Vendor will deliver and stock the Scrub Dispensing Machine by 6 am est. Monday and Wednesday. (Twice per week) 52 Per Week Line Item 2 Two (2) Soil Return Units to fit H8 x W8 x L6 room. The Vendor will collect, transport, and launder soiled scrubs per CDC Healthcare Laundry guidelines. The Vendor will inspect and repair scrub garments. The Vendor will replace and replenish scrub garments to maintain necessary inventory levels. No loss/ replacement charges for lost or damaged scrubs. Twice per week. 52 Per Week Option Year 2 Total: ____________________ Option Year 3 11/1/2021 to 10/31/2022 Rental Program Quantity Frequency Cost per Unit Total Cost Line Item 1 Scrub Dispenser Machine to fit W32 x L8 area. Deliver and stock purple scrubs. Unit to hold 800 pieces The Vendor will deliver and stock the Scrub Dispensing Machine by 6 am est. Monday and Wednesday. (Twice per week) 52 Per Week Line Item 2 Two (2) Soil Return Units to fit H8 x W8 x L6 room. The Vendor will collect, transport, and launder soiled scrubs per CDC Healthcare Laundry guidelines. The Vendor will inspect and repair scrub garments. The Vendor will replace and replenish scrub garments to maintain necessary inventory levels. No loss/ replacement charges for lost or damaged scrubs. Twice per week. 52 Per Week Option Year 3 Total: _____________________ Option Year 4 11/1/2022 to 10/31/2023 Rental Program Quantity Frequency Cost per Unit Total Cost Line Item 1 Scrub Dispenser Machine to fit W32 x L8 area. Deliver and stock purple scrubs. Unit to hold 800 pieces The Vendor will deliver and stock the Scrub Dispensing Machine by 6 am est. Monday and Wednesday. (Twice per week) 52 Per Week Line Item 2 Two (2) Soil Return Units to fit H8 x W8 x L6 room. The Vendor will collect, transport, and launder soiled scrubs per CDC Healthcare Laundry guidelines. The Vendor will inspect and repair scrub garments. The Vendor will replace and replenish scrub garments to maintain necessary inventory levels. No loss/ replacement charges for lost or damaged scrubs. Twice per week. 52 Per Week Option Year 4 Total: ____________________ Total for Base plus four (4) Option years: ____________________________________________ (vi) Statement of Work: Statement of Work Scrub Machine Rental Syracuse VA Medical Center 800 Irving Avenue Syracuse, NY 13210 GENERAL INFORMATION Scope of Work: The Department of Veterans Affairs Syracuse NY VA Medical Center intends to award a Firm Fixed Price Contract to a qualified firm with the capability and capacity to provide purple scrubs individually packaged, and scrub dispensing unit to fit in an L8 x W32 x H8 area, and two (2) each soiled scrub return units that will go in an L6 x W8 x H8 room for the Operating Room (OR) Dept. The Contractor shall provide all resources necessary to accomplish the deliverables described in this Statement of Work (SOW), except as may otherwise be specified. The Syracuse Veteran Affairs Medical Center, Syracuse, NY, has a requirement for a scrub program. Environmental Management Services is committed to providing high quality, clean purple scrub uniforms for the Syracuse VA Medical Center staff. General: The Contractor shall provide no upfront cost to purchase scrub program garments. No upfront cost to purchase the Scrub Dispensing Machine. The Vendor will deliver and stock the Scrub Dispensing Machine by 6 am est. on Mondays and Wednesdays every week. If the delivery/ pick-ups should fall on a holiday they are to pick up the day after the holiday. Federal Holidays observed by the VAMC are: New Year s Day Martin Luther King Day President s Day Memorial Day Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Day Christmas Day Any other day declared a holiday by the President. The Vendor will collect, transport, and launder soiled scrubs per CDC Healthcare Laundry guidelines. The Vendor will inspect and repair scrub garments. The Vendor will replace and replenish scrub garments to maintain necessary inventory levels. No loss/ replacement charges for lost or damaged scrubs. The Vendor will individually package each scrub garment for Infection Control purposes. The Vendor will provide program management through reporting and ongoing communication with staff. The Vendor will provide an initial outfitting for all staff, if necessary. If maintenance or service is needed for the Scrub Dispensing Machine during the Agreement term there will be no cost to customer. If maintenance is necessary the vendor will have 24 hours to respond and repair the unit at no cost to the VA. If an emergency visit to the VA is necessary the VA will incur no additional charge. Period of Performance The base period of performance for this contract shall begin on November 1, 2018, unless otherwise specified, and shall expire on October 31, 2019 with provision of four (4) option years. Place of Performance VAMC Syracuse 800 Irving Avenue, Syracuse, N Y 13210. REQUIREMENTS The contractor shall provide all labor, equipment, tools, materials, supervision, and technical expertise necessary to maintain a properly managed and stocked supply of purple scrubs and the scrub dispensing machine. The COR will perform monthly random inspections for quality, quantity and response time for emergencies. The Contractor shall be required to (a) commence all work under this contract immediately upon award (Notice of Award), (b) Prosecute the work diligently, and (c) Complete performance in accordance with the terms and conditions of the contract. (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1: 1) Solicitation number for this requirement as 36C24218U0098 2) Name, address and telephone number of offeror 3) Technical description of services to be performed in accordance with the Statement of Work 4) Price 5) Acknowledgement of any solicitation amendments 6) Past performance information 7) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 852.270-1 Representatives of Contracting Officers (JAN 2008) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. The government shall award this procurement to the vendor with the lowest priced quote that is technically acceptable and has acceptable, or neutral, past performance. Vendors with no past performance shall be rated as neutral. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Evaluation Factors Factor 1 Technical Capability: The Offeror shall provide a maximum of a 10-page capability statement demonstrating technical Capability to meet all the requirements of the Statement of Work. Factor 2 Past Performance: Identify at least three references, preferably federal agency contracts, including contract number, dates of performance, points of contact, and telephone numbers, whereby you have provided the same or similar services, of the magnitude described in this solicitation. References will be considered in the evaluation process. The contractor will be evaluated based on the following: reliability, cost, order accuracy, delivery/timeliness, quality, business relations, personnel, customer support, and responsiveness. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contracting office will also review performance history in CPARS. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. Factor 3 Price: This factor indicates what each offeror s proposal will cost the Government, if selected. The Government reserves the right to make award without discussions. Vendor s price must be fair and reasonable as determined by Contracting Officer s price analysis. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. This requirement includes options executed under FAR 52.217-8. The government will evaluate prices for the option under FAR 52.217-8 by using the last year s option prices to calculate the price for six months of efforts, and adding that amount to the base and other option years to arrive at the total. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NOT ACCEPTABLE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.228-5 Insurance Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 852.203-70 Commercial Advertising (JAN 2008) 852.215-71 Evaluation Factor Commitments (DEC 2009) 852.219-74 Limitations on Subcontracting -Monitoring and Compliance (JUL 2018) 852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-6, Notice of Total Small Business Set-Aside (NOV2011) 52.219-14 Limitations on Subcontracting (JAN 2017) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (JAN 2018) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-35 Equal Opportunity for Veterans (OCT 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37 Employment Reports on Veterans (FEB 2016) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (xiii) The Service Contract Act (SCA) of 1965 does not apply to this procurement. (xiv) N/A (xv) This is a small business set-aside combined synopsis/solicitation, the government intends to award a firm fixed price contract in accordance with FAR parts 12 and 13, as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" The Quoter shall list exception(s) and rationale for the exception(s) Quotes are required to be received NO LATER THAN 10:00 AM EST, October 5, 2018. Quotes and supporting documentation must be emailed to Kimberly Wiatrowski at Kimberly.wiatrowski@va.gov. RFI s will not be accepted after September 27, 2018 10:00 am EST. (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via email to Kimberly Wiatrowski, Contracting Specialist, 585-297-1460 x 72467; Kimberly.wiatrowski@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/36C24218U0098/listing.html)
- Document(s)
- Attachment
- File Name: 36C24218U0098 36C24218U0098.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4597360&FileName=36C24218U0098-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4597360&FileName=36C24218U0098-000.docx
- File Name: 36C24218U0098 15-4163 Syracuse Wage Determination.txt (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4597361&FileName=36C24218U0098-001.txt)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4597361&FileName=36C24218U0098-001.txt
- 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: Syracuse VA Medical Center;Upstate New York Healthcare System;Enviromental Management;800 Irving Avenue;New York
- Zip Code: 13210
- Record
- SN05094467-W 20180920/180918231137-04f33538737a15edc3a213fd1d8df87f (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 |