SOURCES SOUGHT
S -- VA Laundry Service Seattle/AMLK
- Notice Date
- 4/9/2020 3:20:48 PM
- Notice Type
- Sources Sought
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26020Q0321
- Response Due
- 4/24/2020 12:00:00 AM
- Archive Date
- 05/09/2020
- Point of Contact
- Laura Davis, laura.davis5@va.gov
- E-Mail Address
-
laura.davis5@va.gov
(laura.davis5@va.gov)
- Awardee
- null
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential sources which can provide the following services The Veterans Affairs Puget Sound Health Care System (VAPSHCS) with campus locations at 1660 South Columbian Way; Seattle, WA 98108 and 9600 Veterans Drive; Tacoma, WA 98439 has a requirement for full commercial laundry services. The estimated volume is approx. two (2) million pounds per year. The work required by this Performance Work Statement (PWS), consists of furnishing all labor, supervision, management, management support, supplies, reports, and materials, necessary to successfully perform laundry services. The Contractor shall process, package, and assist in loading/delivering laundry. Soiled linen, patients clothing, uniforms, specialty items and general linens shall be shipped in contained in facility identified linen shipping/receiving carts. The contractor shall separately process each Facility s linens except for specialty items and uniforms. Specialty and uniforms will have a specially identified cart. The contractor shall transport each facility s soiled linens to the laundry plant. Then, after the linens are cleaned and processed, the contractor shall transport the clean linens back to the original facility. Individual facility linen items shall remain separate through all processing cycles; soiled receipt, pre-sort, washing, drying, post-sort, processing and clean shipment. The use of tags will be used to record the processing in and out time of each Medical Center s laundry processing and maintain for time verification. A maximum of two empty washer pockets shall be placed in between each facility s linen to ensure linens are kept separate through the tunnel washer. Soiled linen with the same wash/dry formulas shall be combined to conserve water, chemicals, utilities and energy to ensure full utilization of and avoid damage to laundry equipment. All workmanship shall be in accordance with practices established by the National Association of Institutional Laundry Managers (ALM), and VA Laundry publications. 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. All work shall be performed under sanitary conditions. After processing, laundered articles shall be in serviceable and sanitary condition. Contractor shall provide copies of Material Safety Data Sheets for all chemicals. The contractor shall provide delivery services to transport clean and soiled textiles daily including weekends and holidays. Contractor shall be responsible for delivering and exchanging prepackaged clean linen carts for preloaded soiled linen carts. Carts average 28 wide x 54 long x 63 in height and may vary in quantity and weights from delivery to delivery, particularly subsequent to the weekends and/or holidays. Any changes that require permanent adjustments in frequency or type of performance, shall be coordinated with the Contractor by the Contracting Officer s Representative (COR) and approved by the Contracting Officer (CO) in writing, prior to initiation of such change to assure adequate contractual coverage. Any items found to be unsatisfactorily cleaned shall be identified for the Contractor by COR. Items identified by the COR shall be returned on the next scheduled pickup after an unsatisfactory condition is discovered. These items are to be kept separate from the normal laundry items. The contractor shall re-wash items as needed or directed by the COR. Responsibility for the cost of re-wash shall be borne by the party governing control over the cause for unsatisfactory cleaning. Emergency situations may require alteration of schedules. Emergency situations will be defined by the COR. In the event of medical facility emergencies, disaster, or drills, the Contractor shall perform all services required by the Emergency Operations Plan. The Contractor shall respond to the requirements in the Medical Center Disaster Plan placed upon the ""Laundry"" or Textile Care Section. Potential candidates having the capabilities necessary to provide the above stated equipment with installation are invited to respond to this Sources Sought Notice via e-mail to Laura Davis at laura.davis5@va.gov no later than April 24, 5PM PDT. No telephone inquiries will be accepted. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: company name, address, and business size; point of contact name, phone number, and e-mail address; capability statement and if the services are available on a current GSA Federal Supply Schedule contract. NAICS Code 812332 is applicable to determine business size standard. Any questions or concerns may also be directed to Laura Davis via e-mail. Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/27597af39d734751a3a34a48b330eff3/view)
- Place of Performance
- Address: Puget Sound VAMC;1660 S. Columbian Way;Seattle, WA 98108
- Zip Code: 98108
- Zip Code: 98108
- Record
- SN05616923-F 20200411/200409230154 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |