The RFP Database
New business relationships start here

Copy of Copy of Albany Uniform and Locker Rentals (VA-18-00107858)


New York, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Page 12 of 12
COMBINED SYNOPSIS/SOLICITATION UNIFORM RENTAL PROGRAM FOR ALBANY-STRATTON VA MEDICAL CENTER, 113 HOLLAND AVE, ALBANY, NY, 12208
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 FAR 13.5 Simplified Procedures for Certain Commercial Items , 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 solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24219Q0027.
(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 unrestricted. The North American Industry Classification System (NAICS) code is 812332 Industrial Launderers, with a small business size standard of $38.5 Million. The government intends to award an indefinite quantity contract from this solicitation.

(v) The Contractor shall provide pricing to provide the establishment of a Uniform Rental Service Program. Any costs outside of the provided pricing schedule should be added by the contractor. See applicable salient characteristics/requirements below:

PRICING FOR Uniform Rental Service Program:

The guaranteed minimum award amount for this contract is 170 sets of uniform rented. The maximum aggregate value of orders that can be placed under this contract is 220 units sets of uniforms rented. The Government does not guarantee that it will place any orders under this contract in excess of the guaranteed minimum award amount.

Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from December 1,2018 through November 30, 2019.

Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor s and Government s rights and obligations with respect to that order to the same extent as if the order were completed during the contract s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after November 30, 2019.

Albany Uniform Rental Pricing Worksheet


CLIN
ITEM Description
UNITS
UNIT PRICE
Total per Employee
Estimated Total all Employees
BASE YEAR 01/01/19 - 12/31/19


0001
EMS Employee Uniform
SET
B


0002
Acquisition Employee Uniform
SET
B


0003
Kitchen Employee Uniform
SET
B


0004
Transportation Employee Uniform
SET
B


0005
Electric Shop Employee Uniform
SET
B


0006
HVAC Shop Employee Uniform
SET
B


0007
Boiler Plant Employee Uniform
SET
B


0008
Plumbing Shop Employee Uniform
SET
B


0009
Capenter Shop Employee Uniform
SET
B


0010
Paint Shop Employee Uniform
SET
B


0011
Machine Shop Employee Uniform
SET
B


0012
Grounds Employee Uniform
SET
B


Estimated Total Base Year

OPTION YEAR 1 01/01/20- 12/31/20


1001
EMS Employee Uniform
SET
B


1002
Acquisition Employee Uniform
SET
B


1003
Kitchen Employee Uniform
SET
B


1004
Transportation Employee Uniform
SET
B


1005
Electric Shop Employee Uniform
SET
B


1006
HVAC Shop Employee Uniform
SET
B


1007
Boiler Plant Employee Uniform
SET
B


1008
Plumbing Shop Employee Uniform
SET
B


1009
Capenter Shop Employee Uniform
SET
B


1010
Paint Shop Employee Uniform
SET
B


1011
Machine Shop Employee Uniform
SET
B


1012
Grounds Employee Uniform
SET
B


Estimated Total Option 1

OPTION YEAR 2 01/01/21 - 12/31/21


2001
EMS Employee Uniform
SET
B


2002
Acquisition Employee Uniform
SET
B


2003
Kitchen Employee Uniform
SET
B


2004
Transportation Employee Uniform
SET
B


2005
Electric Shop Employee Uniform
SET
B


2006
HVAC Shop Employee Uniform
SET
B


2007
Boiler Plant Employee Uniform
SET
B


2008
Plumbing Shop Employee Uniform
SET
B


2009
Capenter Shop Employee Uniform
SET
B


2010
Paint Shop Employee Uniform
SET
B


2011
Machine Shop Employee Uniform
SET
B


2012
Grounds Employee Uniform
SET
B


Estimated Total Option 2

OPTION YEAR 3 01/01/22 - 12/31/22


3001
EMS Employee Uniform
SET
B


3002
Acquisition Employee Uniform
SET
B


3003
Kitchen Employee Uniform
SET
B


3004
Transportation Employee Uniform
SET
B


3005
Electric Shop Employee Uniform
SET
B


3006
HVAC Shop Employee Uniform
SET
B


3007
Boiler Plant Employee Uniform
SET
B


3008
Plumbing Shop Employee Uniform
SET
B


3009
Capenter Shop Employee Uniform
SET
B


3010
Paint Shop Employee Uniform
SET
B


3011
Machine Shop Employee Uniform
SET
B


3012
Grounds Employee Uniform
SET
B


Estimated Total Option 3

OPTION YEAR 4 01/01/23 - 12/31/23


4001
EMS Employee Uniform
SET
B


4002
Acquisition Employee Uniform
SET
B


4003
Kitchen Employee Uniform
SET
B


4004
Transportation Employee Uniform
SET
B


4005
Electric Shop Employee Uniform
SET
B


4006
HVAC Shop Employee Uniform
SET
B


4007
Boiler Plant Employee Uniform
SET
B


4008
Plumbing Shop Employee Uniform
SET
B


4009
Capenter Shop Employee Uniform
SET
B


4010
Paint Shop Employee Uniform
SET
B


4011
Machine Shop Employee Uniform
SET
B


4012
Grounds Employee Uniform
SET
B


Estimated Total Option 4

Estimated Base and All Options Total



(vi) Description of the Requirement
STATEMENT OF WORK (SOW) UNIFORM SERVICES
ALBANY STRATTON VA MEDICAL CENTER
113 Holland Ave, Albany, NY 12208


Background: The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to supply a uniform rental, cleaning, replacement, and locker program. Uniform rental shall include all items specified in the scope of work, to include lockers, one (1) uniform delivery of clean uniforms and pick up of soiled uniforms per week, replacement of worn uniforms and repair of damaged uniforms. The government intends to enter into an indefinite quantity type contract for these services.

Scope of Work:

Contractor shall provide all uniforms for VA employees listed in the Employee Listing. The names and sizes will be contained in the employee listing. Employee listing shall be provided upon award. Contractor shall supply the VA with sizing with sample garments of the exact clothing to assure a comfortable fit.

Contractor shall provide lockers to hold employee uniforms. Locker should be able to accommodate at least five (5) sets (shirt and pants) of uniforms. Contractor shall deliver uniforms to the VA and stock employees uniforms in their designated lockers.

Contractor shall provide soiled bins for uniforms. Contractor shall launder uniform garments weekly. Garments shall be inspected weekly for items that are stained or in need of repair or replacement. Contractor shall replace worn garments with new garments. Contractor shall repair garments in need of repair.

Contractor shall provide 24 hour turnaround response to all customer service inquires during regular weekday business hours.

Delivery will be made during normal business hours only. Facility will be available for deliveries between the hours of 8:00am and 3:00pm Monday through Friday excluding Federal Holidays.

All shirts will have the VA logo embroidered on the pocket.


Uniform Styles and Types:

Contractor shall provide rental of the following uniform styles and types:

A. Seventy Five (75) Environmental Management employees with Poly/Cotton, moisture management, snag resistant shirts with pocket (some long sleeved, some short sleeved) and 65/35 twill flat front pants
B. Twenty (20) Acquisition Employees with Poly/Cotton, moisture management, snag resistant polo shirts with pocket (some long sleeved and some short sleeved) and 65/35 twill pants with cargo pockets

C. Thirty (30) kitchen employees with Poly/Cotton, moisture management, snag resistant polo shirts (some long sleeved, some short sleeved), and 65/35 twill pants with cargo pockets and Chef Coats with B> length sleeves and Classic Fit Chef pants

D. Twelve (12) Transportation employees with Poly/Cotton, moisture management, snag resistant, enhanced visibility polo shirt with pocket and cargo pants

E. Seven (7) Electric Shop employees with Fire Retardant button down shirts with button collar and pocket, and Carhartt Fire Retardant Pant.

Six (6) HVAC Shop employees with button down poly/cotton shirts with button down collar and pocket, (some long sleeved some short sleeved), and Carhartt Pant.

Seven (7 )Boiler Plant employees with Fire Retardant button down shirts with button collar and pocket and some short sleeved button down shirts with button collar and pocket, and Carhartt Fire Retardant Pant.


Six (6) Plumbing Shop employees with button down poly/cotton shirts with button collar and pocket (some long sleeved and some short sleeved), and Carhartt Pant.

I. Five (5) Carpenter Shop employees with button down poly/cotton shirts with pocket and button collar (some long sleeved some short sleeved), and Carhartt Pant.

J. Two (2) Paint Shop employees with pants & poly/cotton moisture management polo shirts with pocket (some long sleeved and some short sleeved), and Carhartt Pant.

K. Five (5) Machine Shop employees with Fire Retardant button down shirts with button collar and pocket and some short sleeved poly/cotton button down shirts with button collar, and Carhartt Fire Retardant Pant.

L. Five (5) Grounds employees with Carhartt pants, enhanced visibility poly/cotton T-shirts with pocket (long sleeved and short sleeved), five (5) Carhartt cargo shorts, one (1) pair each heavy duty bib overalls (polyfill insulation), one each high visibility parka. High visibility to meet ANSI Type R and Class 3.

As employees join and leave the VA, the quantity of uniforms will fluctuate. At these times the COR shall notify the contractor of the changes in uniform requirements. The contractor shall adjust the totals accordingly.


Uniform Condition Requirements:

The contractor shall maintain all uniforms in reasonable condition to include the replacement of buttons and sewing of all tears or rips. Patching damages will not be acceptable. Damages due to work related activities, such as burn holes from welding, heavy soiling from painting, rips and tears from work material snags or equipment will not be considered willful abuse and will be repaired by the contractor. The interpretation and definition of reasonable condition as used herein, shall be unconditionally that of the Albany VA and said interpretations shall be unconditionally accepted by the contractor.

Worn uniforms shall be replaced when requested by the government at no additional cost. Uniforms in need of repairs shall be repaired when requested by the government at no additional cost. Repair tags shall be provided to the Albany VA as needed throughout the term of the contract. Uniforms tagged for repairs shall be returned in a repaired condition, or shall be replaced, within one week (next delivery). All replacement of uniforms shall be with new uniforms. Uniforms delivered with rips, holes, missing buttons, etc., will be sent back and no rental charge will be paid for that item until it is returned in an acceptable condition. Patching damaged areas will not be acceptable, except press-on or sewn patches may be used on repairs up to 1 in length. In the event a garment is beyond repair and not willful abuse, the contractor shall replace the garment at no cost (no set up charge) to the Albany VA

Uniforms shall be washed in accordance with standards governing commercial and industrial laundries. All uniforms shall be treated for mildew prevention. All uniforms shall be laundered using detergents or cleaners which leave the garment odor free. Uniforms which retain an offensive smell or residual odor after laundering will not be acceptable. Expected types of laundering issues include heavily soiled from grease, oil, dirt and mud; solvent damages, paint splatters, grass stains, tar stains, holes/burns from welding slage, tears, battery acid, missing buttons, and torn pockets.

All uniforms must be neatly pressed and delivered one set per hanger. Pressing of uniforms shall be in accordance with acceptable standards and the best practices of the industry.

If the Contractor fails to deliver all the required uniforms, picked up the week prior, on the regular delivery day, the contractor shall make every effort to special deliver any missing uniforms no later than the next workday after the regularly scheduled delivery day.



Fire Retardant button down shirts:

Must satisfy the performance requirements of NFPA 70E and is ULB. Classified to NFPA 2112, ATPV [cal. /cm2] 8.6, CAT 2.

Fire Retardant Pants:

Must satisfy the performance requirements of NFPA 70E and is ULB. Classified to NFPA 2112, ATPV [cal. /cm2] 12, CAT 2.


Services not covered in this requirement:

Performance outside of the requirement detailed in the SOW are not authorized. Unauthorized services will not be certified for payment. Additional work that is required shall not be performed prior to receiving written modification to the contract from the Contracting Officer. Additional services performed will be considered complementary work ancillary to complete performance.


Place of Performance:

The services shall be performed at the Stratton VA Medical Center located at 113 Holland Avenue, Albany, New York 12208-3410

Period of Performance:

The estimated period of performance is Jan. 1, 2019 to Dec. 31, 2019 with the provision of 4 option years.

Contractor Personnel Security Requirements
All contractor employees will require a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to all subcontractor personnel.
Contracting Office Address:
VISN 2 Network Contracting Office Albany
20 Madison Ave Extension
Albany, New York, 12203

Place of Performance:
Albany-Stratton VA Medical Center
113 Holland Ave
Albany, NY 12208

(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 (MARCH 2016), applies to this acquisition. All offers must reference:

solicitation number for this requirement as 36C24219Q0027.
Name, address and telephone number of offeror
Technical description of services to be performed in accordance with the Statement of Work
Terms of any express warranty
Price
Acknowledgement of any solicitation amendments
Past performance information
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:

52.216-1 Type of Contract (April 1984)
52.233-2 Service of Protest (SEPT 2006)
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)
852.233-70 Protest Content (JAN 2008)
852.233-71 Alternate Protest (JAN 1998)
852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
852.270-1 Representatives of Contracting Officers (JAN 2008)

(ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition.
Award shall be made to the contractor, whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: (1) technical capability to meet all of the requirements of the SOW, please provide a maximum 10 page capability statement; (2) Past performance, please provide three references for contract of similar scope and magnitude to be evaluated, The contractors Past Performance shall also be reviewed in CPARs; (3) Price, the government will evaluate offers for award purposes based on the pricing for the total requirement. Offers for partial requirement will not be evaluated and will be deemed incomplete upon receipt.
Factor 1 - Technical
Technical Capabilities - Provide a capability statement demonstrating the contractor s capability to meet the requirements of the Statement of Work.
Technical Experience - Provide reference of at least two (2) previous contracts for similar services in scope and complexity.
Proposed Team - Provide proposed team, including all subcontractors and the duties which will be performed by the pertinent individuals. The Prime and each subcontractor named will need background checks prior to commencement of service.


Factor 2 Past Performance

Each offeror will be evaluated on his/her performance under existing and prior contracts for similar services. The Government will focus on information that demonstrates quality of performance relative to the size and complexity of the procurement under consideration. CPARS records will be reviewed. Offerors shall submit the following:

Provide three references for contracts of similar scope and magnitude to be evaluated, the contractors past performance shall also be evaluated in CPARS. Contractors without past performance will receive a neutral rating.


Factor 3 Price

Price will be evaluated using the unit prices on the pricing worksheet.



Except when it is determined in accordance to FAR 17.206(b) not to be in the Government s best interest, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the options

(x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items apply 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 NON-RESPONSIVE.

(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:

52.203-16 Preventing Personal Conflicts of Interest (DEC 2011)
52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014)
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011)
52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
52.216-18 Ordering (Oct 1995)
52.216-19 Order Limitations (OCT 1995
52.216-22 Indefinite Quantity (Oct 1995)
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)
52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
852.203-70 Commercial Advertising (JAN 2008)
852.215-71 Evaluation Factor Commitments (DEC 2009)
852.232-72 Electronic Submission Of Payment Requests (NOV 2012)
852.237-70 Contractor Responsibilities (APR 1984)
852.219-9 VA Small Business Subcontracting Plan Minimum Requirements (DEC 2009)
852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018)
852.219-76 Subcontracting Plans Monitoring and Compliance (JUL 2018)

(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)
52.219-8, Utilization of Small Business Concerns (NOV 2016)
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 (OCT 2016)
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)
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
52.222-50, Combating Trafficking in Persons (MAR 2015)
52.222-54, Employment Eligibility Verification (OCT 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)
52.222-17, Nondisplacement of Qualified Workers (MAY 2014)
52.222-41, Service Contract Labor Standards (MAY 2014)
52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014)
52.222-55, Minimum Wages under Executive Order 13658 (DEC 2015).
52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017)

(xiii) The Service Contract Act of 1965 does apply to this procurement; the applicable wage determination is attached to this combined synopsis/solicitation
(xiv) N/A

(xv) This is an open-market unrestricted combined synopsis/solicitation for Uniform Rental Services Program at the Stratton VA Medical Center as defined herein.B B The government intends to award a contract 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).
Submission shall be received not later than 12:00 PM EST, Tuesday October 30, 2018. The government shall only accept electronic submissions via email, please send all quotations to Anthony.Murray2@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). RFI s will not be accepted after Wednesday October 24, 2018 @ 2:00pm EST.
(xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Anthony Murray, Contracting Officer at Anthony.Murray2@va.gov.

MURRAY, ANTHONY
518-626-6138
ANTHONY.MURRAY2@VA.GOV

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP