Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 30, 2023 SAM #7793
SOURCES SOUGHT

S -- Uniform Laundering Service

Notice Date
3/28/2023 7:54:59 AM
 
Notice Type
Sources Sought
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24123Q0499
 
Response Due
4/4/2023 2:00:00 PM
 
Archive Date
06/03/2023
 
Point of Contact
Kenya Mitchell, Contract Specialist, Phone: 860-666-6951
 
E-Mail Address
Kenya.Mitchell1@va.gov
(Kenya.Mitchell1@va.gov)
 
Awardee
null
 
Description
This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 812332, (Industrial Launderers) with a size standard $47 Million. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Laundry Service at the White River Junction VAMC per the Statement of Work below. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 5 PM EST, April 4, 2023. All responses under this Sources Sought Notice must be emailed to Kenya.Mitchell1@va.gov with RFQ # 36C24123Q0499 in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #: ___________________________________________________ CAGE Code: __________________________________________________________________ SAM Registered: (Y / N) Other available contract vehicles applicable to this sources sought (GSA/FSS/NASA SEWP/ETC): __________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the services as listed in Attachment 2 STATEMENT OF WORK with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal, or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the SOW. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Attachment 2 STATEMENT OF WORK GENERAL INFORMATION Title of Project: Laundering of VA owned Uniforms and Lab Coats Scope of Work: Laundering of VA owned Uniforms for Full Time Employees (FTE) as follows: Housekeeping wage grade employees will have 5 uniforms each x 54.6 FTE. Laundered weekly. The main lab wage grade employees will have 5 non-permeable each UNISEX lab coats for Pathology, Laboratory staff x 32 FTE. The lab coats will be fluid and static resistant. Laundered weekly. NFS kitchen wage grade employees will have 5 uniforms each X 16 FTE. Laundered weekly. All items will be tagged in a way that they can be scanned for accuracy upon pickup and delivery, a pickup and delivery report will be provided upon delivery. Providing all labor, materials, and equipment to pick up, launder, press, place on hangers and deliver weekly to designated areas/services to include linen room, laboratory, and NFS kitchen. Background: Based on Past performance Performance Period: Base + 4 Option Years Place of Performance: VA Medical Center 215 North Main St. White River Jct.Vt. 05009, and CBOC locations as follows: Littleton NH, Keene NH, Brattleboro VT, Bennington VT, Rutland VT, Burlington VT, and Newport VT. B. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kickoff meeting or has advised the contractor that a kickoff meeting is waived. C. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: The contractor shall provide the specific deliverables described below within the performance period stated in Section A.4 of this SOW. Weekly laundering of housekeeping Uniforms, NFS uniforms and fluid and static resistant Lab Coats. Delivery and pickup will be done weekly and will be done on Monday The expectation is that of a new clean uniform for every uniform turned in on the day of pickup and delivery. Uniforms will be laundered, pressed, placed on hangers, and delivered weekly to designated areas/services to include linen room, NFS kitchen and laboratory. All items will be scanned for accuracy upon pickup and delivery, a pickup and delivery report will be provided upon delivery. Task One: The contractor shall provide a detailed PMP and briefing for the VBA project team, which presents the contractor's plan for completing the task order. The contractor's plan shall be responsive to this SOW and describe, in further detail, the approach to be used for each aspect of the task order as defined in the technical proposal. At a minimum, the PMP shall include the risk, quality and technical management approach, work breakdown structure (WBS), detailed schedule, cost requirements, and proposed personnel. The contractor shall keep the PMP up to date throughout the period of performance. Deliverable One: A detailed PMP and briefing Task Two: Provide Storage bins for all dirty uniforms. Hangers Scan reports. This service will be based on the even exchange system (an employee receives a fresh uniform in exchange for each uniform they turn in on the day of pickup and delivery). D. EVALUATED OPTIONAL TASKS AND ASSOCIATED DELIVERABLES Optional Task One: Pickup and delivery report will be provided upon delivery. All items will be scanned for accuracy upon pickup and delivery. E. SCHEDULE FOR DELIVERABLES 1. The contractor shall complete the Delivery Date column in Attachment A for each deliverable specified. 2. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same. 3. If for any reason the scheduled time for a deliverable cannot be met, the contractor is required to explain why (include the original deliverable due date) in writing to the CO, including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response in accordance with applicable regulations. 4. If the scheduled delivery date is on a Federal holiday, the delivery date shall be changed to the next available business day. F. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. G. REPORTING REQUIREMENTS 1. The contractor shall provide the Task Order Project Manager (TOPM) with weekly reports detailing the number and types of uniforms picked up and dropped off. Each report is due to the TOPM no later than one business week of each delivery (add one business day for every Federal holiday between delivery and report due date). 2. This report will also identify any problems that arose and a statement explaining how the problem was resolved. This report will also identify any problems that have arisen but have not been completely resolved with an explanation. H. TRAVEL [If applicable] N/A I. GOVERNMENT RESPONSIBILITIES Government will provide space for all uniforms that are hung on hangers Space will be provided for dirty uniform pick up in the designated areas/services to include linen room, NFS kitchen and laboratory. Space will be provided to complete scan reports. Space will be provided for all contractor provided storage bin(s). Hampers will be provided in the following areas: Housekeeping (Rm. B02) and NFS kitchen designated location. Loading dock and ramp provided at the WRJVA site only. J. SECURITY VAAR Security clause is not required. K. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which has been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. The CO will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the CO for response. Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. Attachment A Schedule of Deliverables Deliverable No. One Item A detailed PMP and briefing Quantity Delivery Date Within ___ calendar days after award Two etc.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3ce74ee5801448a7834617666d439617/view)
 
Place of Performance
Address: White River Junction VAMC and CBOC locations listed in the SOW 215 N Main Street, White River Junction, VT 05009, USA
Zip Code: 05009
Country: USA
 
Record
SN06632803-F 20230330/230328230113 (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 |
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.