Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 11, 2018 FBO #6166
SOLICITATION NOTICE

S -- Santa Fe SU Laundry Services - Solicitation

Notice Date
10/9/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Albuquerque Area Office, 4101 Indian School Road NE, Suite 225, Albuquerque, New Mexico, 87110, United States
 
ZIP Code
87110
 
Solicitation Number
19-242-SOL-00003
 
Archive Date
11/8/2018
 
Point of Contact
Patricia Trujillo, Phone: 505-256-6754, Judith A. Mariano, Phone: 505-248-4560
 
E-Mail Address
patricia.trujillo@ihs.gov, judith.mariano@ihs.gov
(patricia.trujillo@ihs.gov, judith.mariano@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Fee Schedule - Laundry Services (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This Request for Quotation (RFQ) is being issued via solicitation number 19-242-SOL-00003. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitions Circular 2005-98. (iv) Pursuant to the authority under FAR 19.5, this requirement is a total small business set-aside but if it is found there is no small business (veteran owned, veteran-owned disabled, woman owned, etc.) then with this same solicitation will consider any Large business once the determination has been made regarding the small business set-aside and the associated NAICS code is 812320 with small business standard of $5.5. (v) The Contract Line Items (CLIN) and pricing structure are as shown below: CLIN0001: Laundry Services. (See Fee Schedule Attached). No. Qty/Lbs Item No. Description 1 537 1006 Flat Sheets 2 239 1014 Bath Blanket 3 571 1019 Draw Sheets (Cotton) 4 327 1027 Contour Sheet 5 1100 1030 Pillowcase 6 9 1035 Incontinence Skincare Peds 7 256 1039 Thermal Blanket 8 658 1042 Bath Towels 9 149 1050 Wash Cloth 10 187 1101 Patient Gowns 11 3 1102 Patient Gowns (3 XL) 12 0 1110 ISO Gown (P/C) 13 192 1112 IV Gown 14 1 1117 Housecoat 15 587 2011 Mops 16 2836 2024 Dust Mop - 18 Inch 17 0 3524 PJ Pants Lg 18 0 3530 Pajamas 19 18 4000 COG Curtains 20 27 4016 COG - Mattress Pad 21 458 4201 CG - Tech Jacket 22 1 6256 Scrub Top 23 1 6257 Scrub Pants 24 679 8026 Surgical Gown (Gortex) 25 5004 A101 General Items 26 1 DEL CHARGE Delivery Charge RECAP OF ITEMS: Base Year: TBD, 2018 through TBD, 2019 Option Year One: TBD, 2019 through TBD, 2020 Option Year Two: TBD, 2020 through TBD, 2021 Option Year Three: TBD, 2021 through TBD, 2022 Option Year Four: TBD, 2022 through TBD, 2023 (vi) The purpose of this fixed price purchase order is to procure Laundry Services with the following specifications: The Vendor shall provide Laundry Services which are essential to clean linens, patient use, staff personal protective clothing and cleaning materials. In providing healthcare services, soiled linen is generated and must be removed, laundered and delivered. This Laundry Services shall meet the following statement of work below: 1. Laundry services are essential to provide clean linen for the hospital bedding, patient use, staff personal protective clothing and cleaning materials. In the course of providing healthcare services, soiled linen is generated and must be removed, laundered and clean linen delivered. 2. Contractor is to provide pickup of soiled linen and delivery of clean laundry two days per week on Tuesday and Thursday. If delivery falls on Christmas or Year's Day, then delivery will occur on the day before or the day after. 3. Pickup and delivery times shall be in the evening between 5:00 pm - 8:00 pm. 4. Contractor must be in compliance to acceptable standards from organizations such as the Joint Commission, HFCA, ASHRAIE and associations having jurisdictions over laundry. 5. Washing and rinsing temperatures will be maintained at levels required to sanitize linens and meet Infection Control Standards. 6. Mops are classified as rough and contaminated items. They will be laundered separately from other linens and must be thoroughly dried before being packaged. 7. All linen from Santa Fe Indian Hospital shall be processed by following all universal precautions, which means treating all human blood and other body fluids as if they were infected with blood borne pathogens. 8. Clean linen shall be wrapped with plastic to prevent contamination during transport. Separate carts, trucks shall be cleaned after soiled linen has been transported. Cleaning involves disinfecting by using a germicidal detergent. 9. If a pre-sorting method is used, the area where sorting takes place shall be separated from the washing area. 10. A soiled linen storage room shall be provided, separated from the washing. The pre-sorting area may be incorporated into the soiled linen storage room. The storage area shall have exhaust ventilation. 11. A separate clean linen processing room shall be provided. The area shall have a ventilation system capable of providing 10 room air changes per hour. The system should create equal pressure adjacent areas. 12. Sufficient ventilation shall be provided over ironers with exhaust hoods to remove excess heat and steam. 13. A separate linen storage area shall be provided. Items shall be stored above the floor on covered shelves easily clearable, or in enclosed carts. This area shall have a positive pressure ventilation system capable of providing 4 room air changes per hour with a least 2 air changes of fresh outside air. 14. Floors, walls and ceiling in the laundry shall be smooth, easily cleanable and durable construction and must be kept clean. 15. All stains shall be removed in a manner that is acceptable for hospital use. For the removal of stains extra time and supplies may have to be used for re-washing. The finished articles shall be thoroughly cleaned and must be free of odor and free of all processing materials that would or might cause skin infection. 16. The Contractor agrees to launder all articles by such acceptable methods that will ensure the absolute minimum of shrinkage and loss of tensile strength. 17. Tumble or rough dry finished articles shall be completely dry and neatly folded. Damp or wet linens received at destination will be returned for reprocessing at no charge to the government. 18. Flat work articles which are machine finished shall be smooth or without wrinkles, evenly and neatly folded. No two articles shall be folded together. Flat sheets and fitted sheets shall be packaged separately for Santa Fe Indian Hospital. 19. Articles, which are finished by machine press or hand iron are to be smooth and free of wrinkles and to be pressed in such a manner that the original dimensions and shape are retained. 20. All laundry and uniforms that were picked up on previous delivery shall be returned within two days or next scheduled delivery. No articles shall be held back by the Contractor. 21. Any shortages or damages will be noted by the Government and given to Contractor. The Contractor assumes responsibility for any damage or loss of articles in transit to the or from his place of business and will guarantee the return of such articles to the hospital in as good condition as received. The contractor will replace in kind, not payment, for any loss or damage due to fire, theft or otherwise of articles while in charge, including uniforms. 22. The linen from Santa Fe Service Unit will not be washed and packaged with any linen from any other source. 23. Clean laundry items will be counted and recorded on ticket that accompanies delivery and tickets should be left with Santa Fe Indian Hospital Housekeeping Linen Staff or Supervisor. 24. Periodic inspections on the contractor's premises will be conducted with the assistance of the contractor. PICK UP AND DELIVERY/SHIPPING: The Vendor shall include all associated shipping costs and provide delivery time and date information to the Contracting Officer's Representative (COR)/Point of Contact (POC) listed. The laundry services shall be picked up and delivered to the following location: Santa Fe Service Unit 1700 Cerrillos Road Santa Fe, NM 87505 (505) 946-9508 The laundry services shall be picked up two (2) days per week: Tuesday 5:00pm - 8:00pm Thursday 5:00pm - 8:00pm If delivery falls on Christmas or New Year's Day, delivery will occur on the day before or after the holiday. PERIOD OF PERFORNMANCE: The period of performance is a Base Period of (12) months with four (4), twelve (12) month Option Years, unless the period is extended by modification to this contract. The Government may exercise options to extend the period of performance in accordance with FAR Clause 52.217-9, Option to Extend the Term of the Contract (MAR 2000); upon written notification by the Contracting Officer within 30 days of the contract expiration. The period of performance shall be as follows: Base Year: TBD, 2018 through TBD, 2019 Option Year One: TBD, 2019 through TBD, 2020 Option Year Two: TBD, 2020 through TBD, 2021 Option Year Three: TBD, 2021 through TBD, 2022 Option Year Four: TBD, 2022 through TBD, 2023 CONTRACTING OFFICER'S REPRESENTATIVE: The vendor shall verify all pickups and deliveries with the COR: Geraldine Nieto, Housekeeping Supervisor 1700 Cerrillos Road Santa Fe, NM 87505 (505) 946-9508 (vii) The delivery and acceptance terms for this order are Origin, 2 days or next scheduled delivery after Receipt of Award. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Aug 2018), applies to this acquisition. Quotes shall be submitted on company letterhead stationery, signed and dated, it shall include the following: 1. Solicitation number. 2. Name, address, telephone number of the offeror and email address of the contact person. 3. Technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. 4. Completed Pricing Information and discount terms if applicable. 5. A completed copy of the representations and certifications at FAR 52.212-3. 6. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (ix) The provision at 52.212-2, Evaluation - Commercial Items (October 2014), applies to this solicitation. 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: (i) Technical Capability (specifications) and (ii) Price; All technical factors other than price, when combined, are more important than price. 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. (x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2018), with its offer. The offeror shall complete only paragraph (b) of the provision of the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), applies to this acquisition. The following addendum applies: E-Mail Addresses for submission of invoices are patricia.trujillo@ihs.gov and alb_aoapinvoices@ihs.gov. Invoice shall be submitted once delivery has been completed. (xii) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Item (Aug 2018), and the additional FAR clauses cited in the clauses are applicable to the acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)) (3) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). (4) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)) (5) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). (6) 52.222-3, Convict Labor (June 2003) (E.O. 11755) (7) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126) (8) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (9) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246) (10) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) (11) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b) (12) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) (13) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). (14) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332) (15) 52.242-5, Payments to Small Business Subcontractors (Jan 2017)(15 U.S.C. 637(d)(12)). (xiii) The following additional contract requirement(s) and terms and conditions are determined by the contracting officer to be necessary for this acquisition consistent with customary commercial practices: a) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) & 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) applies to the RFQ. This solicitation incorporates solicitation provisions and clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.acquisition.gov/far/. 1) FAR 52.217-8, Option to Extend Services (Nov 1999) 2) FAR 52.236-12, Cleaning Up (Apr 1984) b) The following HHSAR clauses are incorporated to this RFQ: 1) 352.211-3, Paperwork Reduction Act (DEC 2015) 2) 352.226-1, Indian Preference (DEC 2015) 3) 352.226-2, Indian Preference Program (DEC 2015) 4) 352.227-70, Publications and Publicity (DEC 2015) (xiv) N/A (xv) Proposals are due by 4:00 pm MDT on October 24, 2018, e-mails the proposals to patricia.trujillo@ihs.gov. Questions are due on October 19, 2018 by 4:00 pm MDT. Offer must confirm the receipt of the proposal by IHS. (xvi) Technical Contact is Geraldine Nieto at geraldine.nieto@ihs.gov. Contact for solicitation is Patricia Trujillo at patricia.trujillo@ihs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ALB/19-242-SOL-00003/listing.html)
 
Place of Performance
Address: Santa Fe Service Unit, 1700 Cerrillos Road, Santa Fe, New Mexico, 87505, United States
Zip Code: 87505
 
Record
SN05118413-W 20181011/181009230612-02c33830448b17ff511e094da026eac3 (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.