The RFP Database
New business relationships start here

Laundry Service WVAMC Wilmington VA Medical Center


Delaware, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The Wilmington VA Medical Center (WVAMC), Contracting Department intends to issue a Request for Proposal (RFP) solicitation for Laundry Services. The contractor shall provide clean linens (including sheets, pillow case, bath towel, wash cloth, thermal blanket, mattress pad, kitchen apron, dish towel, hand towel, isolation gown, patient gown, IV gown, robe, hamper bag, pajama top, pajama bottom, Scrubs tops and bottoms, dust mop, and wet mop) labor, equipment, supervision, management, supplies, bulk delivery carts, transportation, and facilities (except as identified elsewhere in this solicitation) necessary to perform contractor owned/contractor operated bulk laundry/linen services and tasks required under this contract for WVAMC Service shall be provided at 1601 Kirkwood Highway Wilmington, DE 19805. Linen specifications are listed separately in Section 5.1. All services are to be performed in accordance with standard industry practices and quality control measures. Services shall include pick-up and delivery of items by contractor personnel. NAICS code is 812320 Dry-cleaning and Laundry Services. The size standard is 500 employees. The FSC is S209 Housekeeping- Laundry/Dry-cleaning. Upon its release, the solicitation will be issued electronically and be available for downloading at http://www.fedbizopps.gov on or about August 15, 2017. The solicitation will be a Request for Proposal and will be issued as a (service disabled veteran owned small business, veteran owned small business, HubZone, 8(a), small disadvantaged business, small business, woman owned business or large business). The closing date for the receipt of offers will be set forth in the RFQ. Paper copies, faxed copies, or e-mail copies of the solicitation will not be provided. Interested parties are solely responsible for monitoring the above website for posting of the RFQ and any amendments hereto. The Government will not pay for the information received. By submitting an offer, the offeror is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirements that a prospective awardee must be registered in the System for Award Management, (SAM), database prior to award. Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/portal/public/SAM/.


Any questions regarding this announcement should be submitted via email to Debbie Willard at debra.willard@va.gov
Please do not request additional information until the solicitation is posted.







PERFORMANCE WORK STATEMENT - LAUNDRY/LINEN SERVICES
Section 1
Scope of Work

1.1.1. This document contains the technical provisions for leasing laundry/linen services that are to be provided
to the Wilmington Veterans Affairs Medical Center (WVAMC) located at 1601 Kirkwood Highway, Wilmington, Delaware 19805.

1.1.2. The work required by this Performance Work Statement (PWS), consists of furnishing the
physical laundry plant (at an off-site location), all labor, supervision, management, management
support, supplies, commonized linen and textile items (attachment 1), ancillary equipment, vehicles and materials necessary for accomplishment of complete laundry/linen services, as described in Section 5.

1.1.3. Commonized linen services will be provided by the Contractor as described in Attachment 1. The Contractor will provide a full time Account Manager to provide On Site Support to include scheduled visits to each facility with a minimum of three visits made per month to conduct linen utilization reviews, inventories, establishing and revising linen quotas, providing in-service training on linen programs, linen usage, new product education and other subjects as needed or required and an on-line linen ordering system (electronically) with the provision of support and training. The Account Manager will be responsible for the coordination of agreement and services (utilization analysis) between the Contractor and the WVAMC submittal of inventory reports. The Account Manager will perform a bi-annual service level survey by facility. The Account Manager will be the Contractor customer service representative for the WVAMC and may perform other duties to assure services meet contract requirements. This will benefit both the facility and contractor in executing a linen management program, maintaining cost and customer.

1.1.4. All workmanship shall be in accordance with practices/guidelines established by the
Association for Linen Management (ALM), International Fabricare Institute (IFI), Textile Rental
Services Association (TRSA) and accepted industry standards. It is intended that services shall
include all processes necessary for the laundering and finishing of the articles even though every step involved is not specifically mentioned. All work shall be performed under sanitary conditions as specified by the Joint Commission (JC). Physical separation, through the presence of a barrier wall and the use of pass-through equipment is required to maintain positive air pressure in the clean section relative to a negative air pressure in the soiled section. In no case shall clean and soiled linen share the same physical space. The Laundry Plant layout/design should incorporate a design for asepsis whereby clean linen neither comes into contact with soiled linens nor shares the same physical space, thus avoiding cross-contamination and/or reintroduction of bacteria once processed. Plants in which the work is done shall be open to inspection of sanitary conditions by Government representatives. After processing, laundered articles shall be in serviceable and sanitary condition, meeting established quality and performance requirement standards.



1.1.5. Any change of function by the Government, which may affect this contract as contemplated by this
paragraph, and which requires permanent adjustments in frequency or type of performance, will be
coordinated with the Contractor by the Lead Contracting Officer Representative (COR) and Contracting
Officer (CO) prior to initiation of such a change to assure adequate contractual coverage.

1.1.6. Notwithstanding the provisions of the contract covering inspection, acceptance, and deduction
from payment, any items found to have been unsatisfactorily cleaned shall be re-cleaned at no additional
cost to the Government. Such items shall be identified, for Contractor recognition, by the COR when they
are returned on the next scheduled pickup after an unsatisfactory condition is discovered.

1.1.7. Scheduled services are to be accomplished subject to emergency situations, which may require
alteration of schedules. Emergency situations will be defined by the COR as transportation accidents,
equipment or utility failures at the plant or transportation failure. In the event of Medical Facility
emergencies, disaster, or drills, the Contractor shall perform all laundry/linen services required by the
Medical Facility.

1.1.8. This specification is intended to produce minimal acceptable level of performance. The
Government does recognize the possibility of the Contractor achieving the same or improved results due to innovative approaches, advances in the state-of-the-art materials, equipment and supplies. Accordingly,
provision is hereby made for alterations when a Contractor demonstrates the ability to maintain the
standards established herein through use of improved techniques, materials, scheduling, etc. All changes
are contingent upon the recommendations of the COR the approval of the CO or other management official as may be deemed appropriate.

1.2. Contractor Experience. The Contractor shall have experience in providing Medical Center
laundry/linen services. The firm must have gained this experience as a result of being primarily engaged in the business of providing laundry/linen services in Medical Center environments (e.g. inpatient and
outpatient medical treatment facilities) for a minimum of three (3) consecutive years prior to submitting
proposal.

Supervision by Contractor:

1.3.1. The Contractor shall assign an on-site manager at their laundry processing plant who shall be
physically present during prescribed work hours of 7:00 am to 4:30 pm. The on-site manager is solely
responsible to supervise the provision of these laundry/linen services and serves as the primary point of
contact with the Government. The Contractor shall designate a qualified alternate to substitute for the
on-site manager in his absence or during periods of work performed after normal work hours (7:00 am to
4:30 pm normal work hours and 4:30 pm to 7:00 am off duty hours). The Contractor s Plant Manager
(CPM) must meet the following requirements:

1.3.1.1. Certified by ALM or graduate of an independently controlled management-training program
emphasizing institutional laundry. The formal course must have been previously established.

1.3.1.2. CPM shall have at least three (3) years of specialized experience in this capacity. This specialized
experience may be substituted for certification.

1.3.2. The CO and COR must be provided with the name, address and telephone number where the CPM
is to be reached during normal business hours from 7:00 am to 4:30 pm, and off duty hours from 4:30 pm to 7:00 am, within fifteen (15) days after award. The same information will be provided for a qualified
alternate when the CPM is not available.

1.3.3. The Contractor is responsible for the effective implementation of their Quality Control program,
and shall be responsive to the requirements of the Government s Quality Assurance Plan conducted by the Facility COR.

1.3.4. CPM or alternate shall respond in person, or by telephone, within one (1) hour of notification by the
COR. The CPM and any designated alternate shall have full authority to contractually commit the
Contractor for prompt action on matters pertaining to the contract.

Personnel Qualifications and Requirements for Contract Service:

1.4.1. Employment

1.4.1.1 The Contractor shall provide sufficient and adequately trained personnel, who are paid at the
prevailing rate, as necessary to perform the services required by this contract and shall meet all variations,
shift schedules, and changes as may be required to assure prompt response to the requirements of contract.

1.4.2. Training:

1.4.2.1. Contractor personnel shall adhere to established training criteria (such as OSHA and JC), and shall be able to demonstrate a documented employee initial and refresher training program that includes standard precautions, basic bacteriological concepts, infection control, safety, fire protection, personal protective equipment (PPE), and laundry operating procedures and policies.

1.4.2.2. Exposure to Hazardous Working Conditions. Contractor personnel are required to perform work
under potentially hazardous conditions. Contractor personnel shall be informed of potentially hazardous
situations by Contractor and trained by Contractor in techniques required to recognize and deal with
potentially hazardous situations in a manner which will minimize personal risk. The Contractor is required to adhere to standard techniques for personnel who become injured or ill on the job at no cost to the Government. Contractor is also responsible for providing employees with required personal protective
equipment.

1.4.3. Physical Examinations:

1.4.3.1. The Contractor will be responsible for any physical examinations and emergency medical care of
personnel to include any required immunizations.

1.4.3.2. Contractor s personnel who acquire a communicable illness must not perform service under the
contract and must be free of illness before returning to work.

1.4.3.3. Miscellaneous: The Contractor is responsible for compliance with all appropriate JC, Food and
Drug Administration (FDA), Veterans Affairs (VA) and other regulatory agencies record keeping
requirements.

Quality Control and Quality Assurance for Contract Service:

1.5.1. Quality Control. The Contractor shall have a Quality Control program to assure that the
requirements of the contract are provided as specified. One copy of the Contractor s basic Quality Control
Program shall be available for review by the COR. Subsequent changes to the approved Quality Control
Program must also be reviewed and approved by the COR. The program shall include, but not be limited to the following:
1.5.1.1. An inspection system covering the performance indicators given in Section 7, of the Quality
Assurance/Performance Requirements summary.

1.5.1.2. A method for identifying deficiencies in the quality of services performed before the level of
performance becomes unacceptable.

1.5.1.3. A file of all quality control inspections, inspection results, and any corrective action required shall
be maintained by the Contractor throughout the duration of this contract. This file shall be available to the
COR during normal working hours upon request.

1.5.2. Quality Assurance. The Government will monitor the Contractor s performance under this
contract using the Quality Assurance Procedures outlined in Section 7. Assessments shall be made for each instance of service by the Government in accordance with stated limits on discrepancies.

1.6. Government Representative. The COR is responsible for providing technical assistance to the CO
in administration of the contract. This responsibility involves quality assurance inspection, surveillance
reporting and monthly certification of the Contractor s performance by the COR. The CO will furnish the
name of the COR prior to the start date of the contract. The Contractor shall be advised of the extent of the authority of the COR. The COR shall have access to plant facilities, without necessity of prior notification to Contractor. Each phase of the services rendered under this contract is subject to Government inspection during both the Contractor s operation and after completion of tasks. The Government s program is not a substitute for quality control by the Contractor.

1.7. Performance Evaluation Meetings:

1.7.1. The CPM or their designee shall meet with the COR and CO on a minimum frequency of once
each quarter according to schedule established by the COR.

1.7.2. The issuance of a Contract Discrepancy Report (CDR) may be cause for the scheduling of
additional meeting(s) between the Contractor s Plant Manager (CPM) and the COR. A mutual effort will be made to resolve all problems identified. The COR will prepare written minutes of these meetings. Should the CPM not concur with the minutes, a written statement will be presented to the CO within five (5) business days, and the CPM will be notified of the decision in writing by the CO.

1.8. Correspondence. All correspondence relative to this contract shall bear the VA contract number,
title, and name of the VA medical center, and shall be addressed to the COR with a copy to the CO.

1.9. Security. It is the responsibility of the Contractor to ensure that all extraneous articles, except trash,
found in linens or in areas under the jurisdiction of the Contractor (i.e., medical instruments and personal
items) are turned in to the COR as soon as possible. A note will accompany the articles returned identifying the area or origination, and the type of linen or item it was found on (ex: sheet, towel, etc.).

1.10. Safety and Fire Prevention:

1.10.1. In the performance of this contract, the Contractor must take such safety precautions as necessary
to protect the lives and health of individuals within the laundry plant and transportation vehicles.

1.10.2. The Contractor will comply with Federal, State, and local safety and fire regulations and codes.
The Contractor shall keep abreast of and comply with changes in these regulations and codes.


1.11. Damage and Equipment loss:

1.11.1. When the Contractor has caused damage or loss of government property, or performance is
determined to be unsatisfactory; the COR will issue a CDR. The Contractor will reply in writing, to the COR within five (5) working days, stating the reason for the unsatisfactory condition, the corrective
measures which have been taken, and preventive procedures initiated.

1.11.2. Any damage caused to Government property during the course of the Contractor s performance of
work under the contract shall be repaired or replaced to preexisting conditions at Contractor s own expense.

1.12. Linen Control

1.12.1. Contractor shall participate in linen inventories, as required by VHA Handbook 1850.03, Textile
Care Management, dated 25 March 2010 (or subsequent revisions thereto), which is attached.

1.12.2. Any articles billed for, but missing, shall be supplied by the Contractor in the next regularly
scheduled delivery at no additional cost to the Government.

1.12.3. Unusual losses, including suspected pilferage, shall be reported at once to the COR, who will take
immediate action to investigate the loss.

1.12.4. Claim of Patients. The Contractor shall establish procedures for the settlement of claims for loss or damage to property of patients while in Contractor s possession. The procedures must be established, and a copy provided to the Contracting Officer for approval, prior to contract award date.

1.13. Delivery Requirements:

1.13.1. The Contractor shall provide the COR with a written report of all soiled linen processed and all
clean linen delivered, showing cart number and weight. The information shall be recorded on a daily basis
and delivered to the COR. The reports of soiled linen received and clean linen delivered shall show date, the name of the item, including specialty items, number of pieces received and delivered per Schedule Line Item number, pounds received or delivered per Schedule Line Item number, cart number/ weight and where they were delivered.

1.13.2. The COR will verify the deliveries daily and discuss any discrepancies with the CPM.

1.13.3. The Contractor shall disinfect vehicles and carts after removing soiled linen from them and before
placing clean linen in them, with a Tuberculoicidal Germicide, which has been approved by the COR. Carts containing clean linen being returned shall not be transported in vehicles containing soil linen and shall be covered with clean covers to protect them against contamination while in transit between the laundry plant and the WVAMC. If reusable, laundry bags or liners, used to transport soiled laundry, must be laundered after use.

1.13.4. Clean linen will be processed and packaged as specified in Section 5.

1.13.5. The contractor processing facility where this requirement is to be performed shall be located within a 100 mile radius from the WVAMC Wilmington VA Medical Center.


1.14.1 Phase-in Plan. Contractor shall include with their proposal a phase-in plan, including specific
timeframes for performance start-up. The process for phase-in approval will be completed by the
Contracting Officer and his/her Technical Representatives.


1.14.2 Phase-out Plan. The Contractor shall have a phase out plan. This plan shall describe the
Contractor s methods and procedures to ensure smooth and uninterrupted service at contract expiration date for a period not to exceed ninety (90) days. The Contractor shall fully cooperate with the successor
Contractor and the Government so as not to interfere with their work or duties.

1.15. Circumstances to be reported. The Contractor shall report any circumstances, which may affect
the performance of the work and unhealthy or hazardous conditions or any delays or interference with
work. Such reports shall be made immediately upon discovery by the Contractor to the COR by phone and a follow-up fax.

1.16. Contingency Plan. Contractor shall furnish with his proposal a written Contingency Plan
indicating that services can be continued in the event of Contractor s equipment and /or production facility failure. This Contingency Plan must also include transportation vehicle failure.

1.17. Labor Disputes. In the event of a labor dispute, the contractor s responsibility to provide the service will not be terminated. The contractor shall provide the Contracting Officer his strike or other employee job action contingency plan to continue performance of service without interruption or degradation in the quality of service. In the event of a strike or other labor dispute interference with timely contract performance, the contractor shall immediately notify the Contracting Officer and initiate action under the contingency plan.

SECTION 2 - DEFINITIONS/ACRONYMS

2.1. Definitions. Definitions used throughout this Performance Work Statement shall have the following
meanings as set forth below:

Ancillary Equipment. Equipment required for Contractor s operations but not directly related to laundry
production, e.g., cleaning equipment.

AQL (Acceptable Quality Level). The maximum percent of defective work or number of defects that will be allowed before work is considered unsatisfactory. An AQL does not imply that the Contractor has
knowingly performed in an unsatisfactory way. It implies that the Government recognizes that
unsatisfactory performance sometimes happens unintentionally. As long as unsatisfactory performance
does not exceed the AQL, the service will not be subject to payment reduction by the Government. The
Contractor, however, must correct all unsatisfactory work unless excused by the COTR.

CDR (Contract Discrepancy Report). Government formal documentation of Contractor s failure to
provide services as required under the terms of the contract. The CDR requires the Contractor to explain in writing why performance was unsatisfactory, how performance will be returned to satisfactory levels, and how recurrence of the problem will be prevented in the future.

Clean. Laundered articles are dry and free of visible soil, lint and objectionable odor. Spots and stains are
removed where practical without fabric damage. No residual harmful chemicals are present.

Consumable Supplies. Those supplies used in the day-to-day operation of the laundry, e.g., detergent,
bleach, and alkali.

Contractor. An individual, partnership, or organization having a contractual relationship with the
Government for provision of service.


CO (Contracting Officer). The person with the authority to enter into, administer, and/or terminate
contracts and make related determinations and findings.

COR (Contracting Officer Representative). Any person or persons authorized to act for the Contracting
Officer within authority limits.

CPM (Contractor s Plant Manager). Contractor s representative having supervisory responsibility and
authority for total performance of work under the contract.

Cure Notice. A formal notification to Contractor to correct a deficient situation or risk termination of
contract.

COG (Customer Owned Goods). Customer Owned Goods are government owned goods. Linen items
purchased by the VA Medical Centers that require laundering. These items are not provided by the
contractor. Examples include: employee uniforms, patient clothing, cubicle curtains, and restraints.

Defect. Each instance of noncompliance with a contract requirement. A defect may be caused by either
nonperformance or poor performance. Each defect is subject to deductions, as set forth in Section VII.

Delivery Point. Point which soiled linen is picked up for processing by the Contractor and clean linen
delivered to the Medical Facility.

Department of Veterans Affairs. Government agency requiring services under the terms of the contract.
Emergency. An unforeseen combination of circumstances, or the resulting state, which requires immediate action. An emergency situation shall be declared by the COTR.

Fair Wear and Tear Condition. That which is worn out by normal usage with no negligent misuse
involved and cannot be used for its intended purpose.

Federal Holidays. The date of observance by the Federal Government of the following holidays: New
Year s Day (1 January), King s Birthday (3rd Monday in January), Washington s Birthday (3rd Monday in
February), Memorial Day (Last Monday in May), Independence Day (4th of July), Labor Day (1st Monday
in September), Columbus Day (2ndMonday in October), Veteran s Day (11 November), Thanksgiving Day (4th Thursday in November), and Christmas Day (25 December). When such holiday falls on first non-workday, the preceding workday will be considered a holiday. When such holiday falls on the second non-workday, the next workday will be considered a holiday.

General Linens. Linens (commonized) which are commercially available, such as, sheets, towels,
blankets, bedspreads, pillowcases, washcloths, bath blankets, pajamas, bathrobes, mattress pads, bed pads,
fitted sheets, surgical linen and other items identified in Attachment 1.

Government. The United States Government, Headquarters, VA, VAMC, and the term used to refer to the officials designated to administer the contract or their designated representatives.

Infection Control Committee. The group designated for implementation and monitoring of the infection
control program for the Medical Center as prescribed by Joint Commission and the VHA.

Joint Commission. A national organization dedicated to improving the care, safety, and treatment of
patients in health care facilities.

Launder. To clean by chemical and mechanical action materials composed of natural or synthetic fibers.
For the purposes of the contract the terms include tumble-drying, ironing, folding, and all other industry
standard processes, which textile products undergo while in the laundry.

Linen. Reusable textile items composed, in whole or in part, of natural, synthetic or blended fibers.

Linen Inventory. An itemized listing of quantities and values for accounting purposes of linen items in
circulation at the Medical Center.

Manning Chart. A survey chart or inventory for scheduling manpower requirements in an industrial plant showing each operation with number of workers.

Medical Center Director. The person with final responsibility for the mission of the Medical Center. A
Medical Center Director may have final authority over more than one Medical Center.

Must. This word is used in connection with the Contractor and specifies that the provision is binding.

Packaging. Packaging is the process by which cleaned garments and linen are returned to the Medical
Center. Linen is delivered in linen carts by quotas according to established arrangement agreed upon by
the COTR and CPM. All linen is packaged securely to prevent possible contamination.

Patient Clothing. Personal property of patients, e.g., pants, shirts, underwear.

Personal Property. All Government property, except real property and expendable property.

Procedures Manual. A Contractor s written document describing in detail the methods normally used to
accomplish tasks required by the contract, proper operation of equipment, and normal fire/ safety
precautions.

PWS (Performance Work Statement). A document that describes accurately the essential technical
requirements for services, including the standards used to determine whether the requirements have been
met.

Quality Assurance. Those actions taken by the government to check goods or services to determine that
they meet the requirements of the PWS.

Quality Assurance Evaluator. Government employee(s) assigned to monitor and evaluate the quality and compliance with the Performance Work Statement requirements.

Quality Control. Those actions taken by the Contractor to control the production of goods or services so
that they will meet the requirements of the PWS.

Sanitary. In a clean state, protected from the contamination of pathogenic organisms.

Satisfactory Performance. Within limits of the AQL, adherence to the requirements of the PWS.

Separation. The physical division of space through the use of an impermeable barrier wall in order to
prevent cross contamination of clean materials with soiled or contaminated materials. The physical
division of clean and soiled area must be accompanied by the use of pass-through equipment to prevent
recontamination of materials by human or environmental contacts. This physical barrier is necessary to
insure the maintenance of positive air pressure in the clean section relative to negative air pressure in the
soiled section.
Service. A job performed to the standard and within the acceptable quality level. The Contractor must do
the specific job, meet the standard, and meet the acceptable quality level before performance is acceptable
and the Contractor is paid.

Serviceable Articles. Articles usable in their current condition, or restorable by economically justified
repair methods to usable condition.

Shall. This word is used in connection with the Contractor and specifies that the provision is binding.

Specialty Items. All textile items not classified as general linens. Examples soap free linen, restraints,
cubicle curtains.

Standard. A Government acknowledged measure of comparison.

Start Date. The date work under the contract is scheduled to begin.

Surgical Linen. Linen utilized by surgical and / or specialized units. Normally blue or green linen.

Surveillance Plan. An organized written document used for quality assurance surveillance.

Task and Frequency Chart. Displays the required tasks and the minimum frequencies of performance.

Textile Care Processing Facility. A facility designed to render soiled linens clean, sanitary and
aesthetically acceptable for reuse, in an efficient and non-damaging manner.

Trash. Rubbish or refuse.

Uniforms. Government owned clothing worn by VA employees as a means of identification.

Unsatisfactory Performance. Failure to meet the AQL.

Unserviceable Item. An item, which can no longer be used for its intended purpose.

VA (Department of Veterans Affairs). The Government agency requiring services under the terms of the contract.

VAMC. Veterans Affairs Medical Center

Headquarters. Veterans Affairs Central Office.

Will. This word is used in connection with the Government and specifies that the provision is binding.










2.2. Commonly used Acronyms

ALM
Association of Linen Management
AQL
Acceptable Quality Level
CDR
Contracting Discrepancy Report
CO
Contracting Officer
COTR
Contracting Officer s Technical Representative (Lead and or Facility)
CPM
Contractor s Plant Manager
COG
Customer Owned Goods
FW&T
Fair Wear and Tear
IAW
In Accordance With
IFI
International Fabricare Institute
IG
Inspector General
JC
Joint Commission
MCD
Medical Center Director
MIL-STD-105D
Specification for sampling procedures and tables for inspections by attributes.
N/A
Not Allowable
PWS
Performance Work Statement
QAE
Quality Assurance Evaluator
QC
Quality Control
RS
Random Sampling
TRSA
Textile Rental Services Association
VA
Department of Veterans Affairs

SECTION 3 - GOVERNMENT FURNISHED PROPERTY AND SERVICES

3.1. Materials:

3.1.1. The Government will provide forms, publications and services specifically identified in this
contract as Government furnished.

3.1.2. Fair/wear/tear or unserviceable condition of Government provided specialty items will be
determined by the COR.

3.1.3. The Government will provide restroom and hand washing facilities for Contractor employees to
wash their hands following exposure to blood or other body fluids while at the Medical Facility.

3.1.4. The Government will provide facility passes for Contractor s employees as necessary to fulfill
provisions of this contract.

3.1.5. The Government will provide certification of scale calibration on a quarterly basis.

SECTION 4 CONTRACTOR FURNISHED ITEMS

4.1. Materials. Contractor shall furnish all materials necessary to perform the tasks specified in the
contract except to the extent specified in Section 3. The Contractor shall secure all materials and supplies
that comply with Local, State and Federal environmental laws.



4.2. Vehicles. The Contractor shall provide all required vehicles, vehicle fuels, lubricants, and repairs
necessary to perform services under this contract. All vehicles to be used under this contract must be
maintained in a safe and serviceable condition during duration of this contract. In addition, the vehicles
must be kept clean (exterior and interior) with no unsightly residue of dirt, mud, trash, and other debris.
Vehicle efficiency is solely the responsibility of Contractor and Contractor shall not be relieved of his
contract responsibilities due to vehicle breakdown or failure of vehicles to operate.

4.3. Linen. All commonized linen/textile items which are commercially available, as listed in
attachment 1, and/or have been agreed to by the COR and Contractor.

4.4. Carts. Contractor shall maintain bulk delivery linen carts in good repair for employee
safety/ergonomics. Replacement or additional cart requirements shall be the responsibility of the
Contractor. All carts shall be numbered and have empty weight indicated on both ends.

4.5. Rags. Salvaged items and or items to be used as rags when requested by the COR. i.e.: terry material.

4.6. Reports and Data. The Contractor shall provide, in writing, to the COR the data and reports
identified in Technical Exhibit 2.

4.7. Miscellaneous. The Contractor shall furnish other items as identified within this contract, such as,
orientation and training, procedures manual, quality control program, required data and scale certification.

SECTION 5 SPECIFIC TASKS

5.1. The Contractor shall accept for processing all soiled linens, uniforms, patient clothing, etc. After
processing all items are to be finished and delivered to the Medical Center in accordance with the terms
outlined below.

5.1.1. Flatwork items that must be conditioned, ironed, and folded:

5.1.1.1. Apron, cook

5.1.1.2. Pillowcases, regular

5.1.1.3. Pillowcases

5.1.1.4. Sheets: poly/cotton, bed

5.1.1.5. Tablecloth

5.1.1.6. Towel, huck

5.1.1.7. Scrubs: Small, Medium, Large, X-Large Etc.

5.1.1.8. Misc. Items: Medium, Large in solid colored (jade green, misty green, or ceil blue)

5.1.2. Items that must be finished through a garment finisher and placed on hangers:

5.1.2.1. Patient personal clothing (shirts / pants)

5.1.2.2. Shirt, uniform

5.1.2.3. Trouser, uniform

5.1.2.4. Smocks and warm up jackets, knee length long coats

5.1.2.5. Coveralls

5.1.2.6. Coat, short

5.1.2.7. Pantsuit, top

5.1.2.8. Pantsuit, bottom

5.1.2.9. Scrubs used as a uniform; Top, Bottom in prints or solid color

5.1.3. Items that must be tumbled dried and folded:

5.1.3.1. Bathrobe

5.1.3.2. Blankets, bath

5.1.3.3. Blankets, bedspread

5.1.3.4. Curtains, shower

5.1.3.5. Curtains, cubicle

5.1.3.6. Gown, patient

5.1.3.7. Pads, absorbent

5.1.3.8. Pajamas: top & bottom

5.1.3.9. Towel, bath

5.1.3.10. Towel, dish

5.1.3.11. Misc. items: Small, Medium

5.1.3.12. Gowns

5.1.3.13. Cloth, wash

5.1.3.14. Laundry Bags and mattress pads

5.1.4. Items that must be dried and placed in laundry bags:

5.1.4.1. Knitted fitted sheets

5.1.4.2. Bibs
5.1.5. Items that must be finished folded, identified by patient name/number, if any, and put in
protective packaging:

5.1.5.1. Patient s Personal Clothing, which is not on hangers Small, Medium

5.2. Packaging:

Linen is packaged in bulk by item according to quotas and established arrangement.

2. Items finished and placed on hangers are returned in a cart with a coat bar. They are placed on the
hanger so identification number and size is showing, if any.

5.3. Additional Guidance. To eliminate the need for separate listing of items that are received
infrequently, the item Miscellaneous: Small, Medium, large is shown at the end of each lot. This should
be interpreted as follows:

5.3.1. Laundry:

Small: An item requiring the approximate time, effort and cost to process as a pillowcase.

Medium: An item requiring the approximate time, effort and cost to process as a sheet or spread.

Large: An item requiring the approximate time, effort and cost to process as a blanket.

SECTION 6 REQUIRED TASKS

6.1 Reports: The Contractor shall provide the following reports to the Medical Center in accordance with
the terms outlined below.

6.2. Contractor Furnished Reports

6.2.1. Damage to Government property

6.2.2. Monthly report of washroom chemical titration and Ph by chemical supplier

6.2.3. Weekly report of soiled linen received per Medical Facility(s) to include:
Pounds/pieces per Schedule Line Item Received from Medical Facility(s)

6.2.4. Scale Calibration Certification (quarterly)

6.2.5. Weekly report of clean linen shipped showing pounds and pieces

6.2.6. Detailed monthly statement of charges as stated in the Contract Terms and Conditions FAR Section
52.212-4. For the purpose of required Textile Care Report, see Handbook 1850.03, a separate data sheet
will be submitted annually on October 31st of each year, that will include a total piece count by item of the
current textile inventory replacement and piece count by item of unexplained textile losses for the
facility(ies). Failure to submit the required reporting data by October 31st of each year could result in a
Contract Discrepancy Report (CDR) and deductions as outlined in Summary Table 7.3.1 performance
indicator number 7.


6.2.7. Textile Care production information and cost report as found in VHA Handbook 1850.3 appendix
B.

6.2.8. Other reports as required by the COR.

6.3 Commonized Linen Services and Specifications:
Note: substitution or deviation allowed only by approval by COR and/or CO.

Account Manager
Vendor must assign a designed account manager to be responsible for coordination of agreement and services (utilization analysis) between the vendor and facilities.
Visitation
The account manager must establish a routine schedule with the COR, one per quarter or as requested by the COR.
Linen Quotas
Establishes linen quotas. Makes adjustments as required by the COR.
Reporting
Provide monthly utilization reports by facility by item. Bi-annual service level survey by facility.
On-Line Services
Provide on-line electronic ordering system via the internet which includes internal linen tracking for distribution. Also includes training and support of on-line software.
Inventory
Once a year perform a total inventory of all items and all areas. Provide COR with analysis of current inventory levels vs. each item daily demand, by facility
Linen room inventory
Account Manager per each visit conducts inventory of all clean items in linen room.
Product evaluation And research
Keep COR abreast of any new products available. Recommend any product that may replace current items.
Reject program
Provide reject bags for all linen items that are not acceptable for patient care. Rejects will be collected weekly and credit will be issued weekly.
Floor Tours
Account Manager should walk specified areas upon request by the COR. While on these floor tours Account Manager will make themselves available to the staff, answering questions concerning quality of items, service, and make any linen utilization observations known to the COR.

SECTION 7. QUALITY ASSURANCE EVALUATOR (QAE) SURVEILLANCE PLAN

7.1. INTRODUCTION

7.1.1. This QAE Plan has been developed to implement a service contract. It is designed to aid the
Government's QAE in providing effective and systematic surveillance of all aspects of laundry/linen
services. This plan provides for monitoring all contract requirements through a combination of methods.
These are:

7.1.1.1. Sampling guides

7.1.1.2. Customer complaint surveillance guides; and

7.1.1.3. Surveillance activity checklist.
7.1.2. The objective of this surveillance plan is to evaluate how the Contractor is performing in key areas.
We are primarily interested in the final product or service being provided and not in the details of
accomplishment.

7.1.3. The principal method of surveillance will be the random sampling of the quantity and quality of
laundered items processed. The plan contains sampling guides for use in random sampling. It contains
random sampling (tally) checklists which are used to record information about the random samples.

7.1.4. Tasks not surveyed by random sampling will be covered by daily observation in some cases or by
use or periodic checklist inspections. Appropriate checklists are provided for recording observations in this type of surveillance.

7.2. HOW TO USE THE SURVEILLANCE PLAN

7.2.1. This surveillance plan has been organized to facilitate use by the QAE. It is the QAE s
responsibility to develop a monthly schedule for activities based on the surveillance plan s requirements.
The monthly schedule will be completed by the last workday of the preceding month and a copy will be
submitted to a CO or other management official for information and review by an assigned workday of the month.

7.2.2. To build the inspection schedule, the QAE will select areas and times for the random sampling
using the procedures shown in the surveillance plan. Periodic checklist items to be surveyed during the
month will be programmed into the schedule to facilitate their accomplishment. This monthly schedule
should show what the QAE is monitoring each day. Changes will be posted weekly and copies sent to
appropriate officials. The reasons for changes will be fully documented and explained. Actual surveillance activity must be comparable to the monthly schedule. The responsible management official must be able to observe a QAE s performance by using the monthly schedule, as updated. One should be able to conduct a complete audit trail from the monthly schedule by observing the QAE perform sampling or other checklist surveillance, and completion of tally and other checklists. An auditor should be able to track from the above items to the management s actions (payment deductions or other actions as necessary if contract service is being performed), described on a CDR.

7.2.3. Monthly tally checklists will be prepared for each sampling guide and will be used to record
information on observations and defects. Each observation in the sampling will be recorded on the tally
checklists. These documents will then become a formal record for later reference. The tally of observations and defects at the end of each month will be compared to the acceptable number of defects appearing in the relevant sampling guide. Any errors detected during the course of the surveillance, even if not of sufficient degree to render the service unsatisfactory in terms of the AQL parameters, will require corrective action by the Contractor. Errors detected by the QAE in the course of surveillance will be communicated to the Contractor. Notification of errors will take place within 1 working day. Specifics concerning any errors should be recorded on the tally checklist. The Contractor should be asked to initial this record.

7.2.4. If the sampling guide indicates that the number of defects is too high, the current month s service will be considered unsatisfactory. If performance in any area is judged unsatisfactory, based on random
sampling or other criteria as set forth in Summary Table 7.3.1. Performance Requirements Summary, of the Laundry Performance Work Statement, a Contractor will be given a CDR by the COR. When completed and signed, the CDR, along with the tally checklist becomes the documentation supporting payment or nonpayment or other actions as necessary for Contractor provided services.


7.2.5. There are some requirements in a contract which are more conveniently monitored on an individual
periodic basis. For example, a Contractor is required to provide continuing training. When these items are
checked (quarterly and monthly, for example), the deficiencies will be recorded on the appropriate
checklist. When these items are discovered to be unsatisfactory, actions as described above will be taken.
For the number of allowable defects, see the Performance Requirement Summary in the PWS.

7.3. PERFORMANCE REQUIREMENTS SUMMARY

7.3.1 Summary Table:

Factor No.
Performance Indicator
Performance Standard
AQL Maximum Allowable Degree If Deviation
Method Type of Surveillance Reduction When AQL Exceeded
Deduction Amount (monthly billing)
1.
Shipment quotas
are met.

All quotas are delivered to
Medical Centers per
established schedule.

4 valid discrepancies
per month

COR Weekly
inspection

1% for each
discrepancy over 4,
NTE 10%
2.
Weights are
accurate
Weight delivery equals
weight received.
4 discrepancies per
month
COR Delivery tickets
and daily weight
records
1% for each
discrepancy over 2,
NTE 10%
3.
Laundry is
clean,
serviceable and
properly
finished
Laundry is clean, in usable
condition, and free of
excessive wrinkles.
5 valid complaints per month
Random Sampling
-carts of clean linen,
and customer
complaints
2% for each
discrepancy over 5,
NTE 14%
4.
Provide required
reports
Data required submitted on time.
Within 5 working days after due date
Check list
1% for each late item
x days late (Max of
10%)
5.
Response
CPM responds within 1
hour to request for contact
from CO and/or COR
1 discrepancy per
month.
Customer awareness
2% per occurrence
above one
discrepancy, NTE
10%
6.
Transport /
vehicles/carts
are clean
Vehicles/carts are clean,
dry, and free of visible soil
4 discrepancies per
month
Daily observations
2% per discrepancy
over 4, NTE 10%

7.3.2. Performance Requirements Summary Method of Application

7.3.2.1. The Contractor is required to perform all the work specified in the performance work
statement. If the contractor fails to perform a specific element of the work, payments for the task in question will be subject to reductions as specified. Any amount deducted for deviation from the required performance will be reflected in an amount commensurate with the task.

7.3.2.2. The purpose of this section is to:

7.3.2.2.1. List the contract requirements considered most critical to acceptable contract performance.

7.3.2.2.2. Show, where applicable, the maximum allowable degree of deviation from perfect performance
for each requirement that shall be allowed by the Government before contract performance is considered
unsatisfactory. This is known as the AQL and represents the level of service and quality required.

7.3.2.2.3. Show the percentages of the major elements of the contract price that each listed contract
requirement represents.

7.3.2.2.4. Explain the quality assurance methods the Government will use to evaluate the Contractor s
performance in meeting the contract requirements.

7.3.2.2.5. Define the procedure the Government shall use in reducing the Contractor s monthly payment if
the Contractor does not render satisfactory performance.

7.3.2.3. The criteria for acceptable and unacceptable performance are as follows:

7.3.2.3.1. When the number of deficiencies in the Contractor s performance discovered by the COR
exceeds the unacceptable criteria level, the COR with involvement and concurrence of the Contracting
Officer (CO) shall be required to complete a CDR (Contract Discrepancy Report). The CDR will require
the Contractor to explain in writing to the CO why performance was unacceptable, how performance will
be returned to acceptable levels, and how recurrence of the problem will be prevented in the future. The
Contractor will not be paid for services not rendered in accordance with the standards set forth in the
contract.

7.3.2.3.2. Other Requirements: The criteria for other requirements are the level of performance deemed
acceptable to the Government. When the number of defects discovered by the COR exceeds the number
shown in the AQL column, a CDR, as described above will be issued.

7.3.2.4. Monthly payments to the Contractor will be reduced for unsatisfactory performance using the
following methods:

7.3.2.4.1. During each month, Contractor performance will be compared to contract standards and
acceptable quality levels using the Quality Assurance Plan.

7.3.2.4.2. If performance in any required service is unsatisfactory for the period of surveillance (monthly,
quarterly, etc.) and the poor performance is clearly the fault of the Contractor, an amount of money up to the percentage cost of the service as stated in the fifth column of the Performance Requirements Summary will be withheld as described below.

7.3.2.5. The amount of money to be deducted for unsatisfactory performance will be computed as follows:

7.3.2.5.1. Total monthly contract price multiplied by the percentage of the function represented by the
required service (see deduction amount (monthly billing) column of Performance Requirements Summary).

EXAMPLE PER DISCREPANCY:
IF: Shipment Quotas are not met. (Contractor is allowed 4 discrepancies)
AND: Shipment Quotas - deduction percentage is 1% for each discrepancy over 4, NTE 10%
AND: Number of total defective deliveries this month is 8 (less the 4 allowed, leaves 4, which results in 4% deduction percentage. AND: CONTRACTOR S INVOICE is $3,000.00 X Deduct Percentage 4% Deduction from this month s invoice is $120.00.
EXAMPLE PER PERCENT:

IF: Packaging is not properly accomplished. (Contractor is allowed 2% of the daily random sampling of the carts to not be in compliance with the packaging requirements)
AND: Packaging is properly accomplished - deduction percentage is 1% for each percentage over 2%,
NTE 10%.

AND: Average percentage of the daily random sampling of carts that were not properly accomplished
monthly is 5% (less the 2% allowed, leaves 3%, which results in 3% deduction percentage.
AND: CONTRACTOR S INVOICE is $3,000.00
X Deduct Percentage 3%
Deduction from this month s invoice is $90.00.

7.3.2.5.2. When a surveillance method other than sampling is used, the percentage deduction for each
defect over the allowable maximum is specified in the Deduction column. When applied, the deductible
percentage of the Deduction column is chargeable against the current month s invoices.

7.4. CUSTOMER COMPLAINT SURVEILLANCE GUIDE.

The checklists attached hereto contain those contract requirements that can best be monitored by the
individual or activity receiving the service.

7.4.1. At the start of the contract, the QAE shall instruct customers on the requirements of the contract and on the proper method to complete the customer complaint form. A written copy of the specific contract requirement will be provided to each customer. Customers shall be required to submit the complaint form within 1 working day of the discovery of the discrepancy.

7.4.2. Once each year, the QAE will contact each customer to assure that there is an understanding of the
contract requirements. The QAE will document the annual visits.

7.4.3. When a complaint is received, the QAE will contact the customer to verify the complaint. If the
complaint is valid, the QAE will notify the Contractor of VA management whoever is applicable of the
defect in writing.

7.4.4. The QAE will retain the complaint form in the files. At the end of each month, all validated
complaints will be tabulated to determine satisfactory or unsatisfactory performance, in each are, based on
the criteria in the AQL column in the Performance Requirements Summary.

7.5. CUSTOMER COMPLAINT RECORD

Date/time of complaint:

Source of complaint:

Office:

Individual:

Nature of complaint:

QAE evaluation:
Date/time Contractor or VA informed of complaint: __________________________________________________________________________________________________________________________________________________________________________


CPM initials: _________________________________________________________________________


Action taken by Contractor or VA:


QAE signature: _______________________________________________________________________

7.6. SURVEILLANCE ACTIVITY CHECKLIST. There are some contractual requirements, of a
general nature, that do not properly fit under the random sampling concept. These items are contained on
the following checklist by frequency of the surveillance (weekly, monthly, etc.)

SURVEILLANCE ACTIVITY CHECKLIST
(To be performed (daily) (monthly) (weekly) as applicable)

Contract requirement
Contract paragraphing
Method of surveillance
Date Accomp.
Where Accomp
Compliance
Shipment
Schedule is
Met
7.3.1 Summary
Table, Factor
number 1
Review all quotas delivered to Medical Center to assure they match established schedule, weekly basis.



Weights are
accurate.
7.3.1 Summary
Table, Factor
number 2
Daily weighing upon receipt. Compare to
delivery tickets on a weekly basis.



No less than
Good rating
in whiteness
index after
washing.
7.3.1 Summary
Table, Factor
number 4
Review independent laboratory reports on test
pieces submitted by Contractor.



No less than
Good rating
in tensile
strength after
washing.
7.3.1 Summary
Table, Factor
number 5
Review independent laboratory reports on test
pieces submitted by Contractor.



No lower
than a
moderate to
none rating in chlorine
retention
after washing.
7.3.1 Summary
Table, Factor
number 6
Review independent laboratory reports on test
pieces submitted by Contractor.



Provide
required
reports.
7.3.1 Summary
Table, Factor
number 7
Assure that all data requested of Contractor by
terms of contract are complete and submitted on time, weekly, monthly, quarterly, and annually basis



Response
7.3.1 Summary
Table, Factor
number 8
Review reports from Facility COR and Lead
COR addressing responses for contact in excess of 1 hour on a monthly basis




Pre-Award Survey. The Contractor shall have management officials, of an appropriate level, represent the
firm. The Contractor shall also be prepared to present a briefing regarding the manner in which these
contractual obligations are to be accomplished. As a minimum, the Contractor shall address the following
items of information in the presentation:

Start-up and phase-in schedule.
Procedures to secure Government property while under Contractor s jurisdiction.
Availability of labor force (manning chart), plan for recruiting, type and extent of training.
The role of the CPM and extent of authority. Provide evidence of certification
A copy of the Contractor s Policy and Procedure Manual.
Plans and management procedures for logistical administrative support of all functions; that is receipt,
processing, packaging and delivery of clean linens.
Procedures to be used to ensure contract requirements are met (Quality Control Program, Contingency Plan and Vehicle Emergency Procedures).
Certification that Contractor s scales used for weighing soiled and clean linens has been calibrated on a
regular basis (i.e. quarterly).

8.0 SUPPLIES AND SERVICES AND PRICES/COSTS:

GEOGRAPHICAL LOCATIONS

Bulk laundry/linen services as specified and in accordance with all contract requirements:

8.1 Contractor shall furnish all labor, equipment, supervision, management, supplies, commonized linen
and textile items (Attachment 1), bulk delivery carts, transportation, and facilities (except as identified
elsewhere in this solicitation) necessary to perform Contractor owned/Contractor operated bulk
laundry/linen services and tasks required under this contract for the WVAMC. All services are to be
performed in accordance with standard industry practices and quality control measures. Services shall
include pick-up and delivery of items by Contractor personnel. These services are in support of patient care programs.

Services are required Monday through Friday, excluding federal holidays except as awarded. The
WVAMC is required to provide twenty-four (24) hour support operations essential to patient care and
Contractor services turn-around shall be performed accordingly to support WVAMC operations.

All services shall be provided FOB at WVAMC location identified elsewhere in this contract.

8.2 SITE VISIT(S): Site visits, to the Contractor s facility, can be performed by the COR, CO or any
other authorized Government representative, either on a scheduled or unscheduled basis during normal
work hours to ensure performance with the requirements of the contract.





8.3 CONTRACTOR PICK-UP AND DELIVERY HOURS AND LOCATIONS: Deliveries shall be
made Monday through Friday between the hours of 8:00 am and 10:00 am. Delivery shall be made at least twice per week. Contractor shall include with their proposal a delivery schedule, including specific days and times deliveries will be made, to be approved by the COR prior to performance start-up. Clean linen shall be unloaded by the Contractor at laundry dock area. Soiled linen shall be picked up by the Contractor at compactor dock. Schedule modification/alteration opportunities, which would improve operations and turn-around time, without major interruption to either Contractor or the Government, shall be negotiated between the Contractor and COR and shall not be implemented until all parties have concurred.

8.4 ESTIMATED QUANTITIES: Historical data is provided in Attachment 2. It is impossible to
determine the exact quantities that will be required during the contract term. Each offeror whose offer is
accepted wholly or in part will be required to provide all services that may be ordered during the contract
term. The fact that all quantities are not ordered shall not constitute a price adjustment under any resulting
contract to this solicitation.

8.5 CONTRACT AWARD: The Government contemplates award of an FFP contracts resulting from this solicitation. Contract period will be twelve (12) consecutive months from the effective date 10/01/2017 thru 09/30/2018 terms and conditions defined herein. The solicitation will be a Request for Proposal and will be issued as a (service disabled veteran owned small business, veteran owned small business, HubZone, 8(a), small disadvantaged business, small business, woman owned business or large business).

B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B EST. ANNUALB B B B B UNITB B B B B UNITB B B TOTALB B B B B B B B B
B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B QUANTITYB B B B B B B B B B B B B B B B B B B B B B COSTB B B B B COST

BASE YEAR
B B B B B Provide laundry services for textiles
and uniforms as required by contractB B B B B B B B B B B B B B B B B B B B B B B B B B B B
B B B B B terms and conditions.
CostsB should be by dry weight.B B B B B B B B B B B B B B B B B B B B B B B 363,000B B B B B B B B B lbsB B B

i
Cost should be per piece. 4,800 Pieces


The Contracting Officers Representative (COR) is located at this facility. The COR will be responsible for the day to day administration of the contract but is not authorized to execute changes or terminations to the contract. Only the Contracting Officer is authorized to execute changes or terminations to the contract.



ATTACHMENT 1: COMMONIZED LINEN ITEM AND SPECIFICATIONS

ATTACHMENT 1: COMMONIZED LINEN ITEM AND SPECIFICATIONS

Note: Substitution or deviation allowed only by approval of Lead COR and/or Facility COR.

Sheet, Stretcher
Excel knit, 16.8 oz., wired hem, 60/40 cotton/poly, misty green, 26X76X7.75
Flat Sheet
66 x115 cut size, T180, 55/45 cotton/poly blend, white, 1 hem both ends
Pillow Case
Medline Performax pillowcases, 42 x34 ; 100%polyester,T180,white
Bath Towel
24 x 48 , 86% cotton/14%poly, 8lbs/dozen,100%cotton loop, white
Wash Cloth
12.5 x12.5 , 100% cotton, 16oz/dz, white, stacks of 50ea bundled
Thermal Blanket

74 x100 , 55% cotton/45% poly, 3.75lb. each, hemmed end, both sides selvage,
snagless thermal weave; available in four colors: white, teal, rose, and blue
Bath Blanket

Kitchen Apron.
36 x41 , 65% cotton 35% poly, cut nylon ties; white,25lbs
Dish Towel
17 x36 , cotton, red striped, hemmed
Huck Towel
17 x36 , cotton, huck weave, white, hemmed
Salon Towel

Patient Gown

49 length, 66 opening, butterfly sleeves, 55% cotton/45% poly, T130 V neck, blue
diamond print, 0.85 lb.
IV Gown

49 x66 open, snap closure sleeve, telemetry pocket, 55% cotton/45% poly, T-130
V-neck, navy basket weave pattern, 0.85lb.
Uniform Top

Uniform Bottom

Knitted Contour
Sheet

36 x84 with 15 pocket, 50% cotton/46% poly/4% spandex, 21oz., white, boxed
ends, no elastic.
Patient Robe

50/50 cotton/poly blend or seersucker, collarless, large, green print or green/white
stripe, two patch pockets, snap front
Patient Robe

50/50 cotton/poly blend or seersucker, collarless, extra-large through 5X blue print or
blue/white stripe, two patch pockets, Snap front
Hamper Bag

18 round bottom, 200 denier nylon pack cloth, yellow, Elastic closure with
flip top with reinforced handhold straps, bartacked at top & bottom,
reinforced corners, must meet JCAHO/OSHA barrier regulations

Pajama Top

Male, 50/50 cotton poly, T160, v-neck, 4 snap fronts, long sleeve, breast pocket,
double stitched, color coded by size: Sm - Ceil Blue, Med - Khaki, Lg. - Jade Green,
xlg. - Navy with Yellow bias, 2xlg - Navy/white bias on lapel, 3xlg - navy/green bias
on lapel, 4xlg - navy/tan bias on lapel, 5xlg. - Navy/navy bias.
Pajama Pants

Male, 50/50 cotton poly, T160, quad elastic waistband, 2 snap waist, 2 snap fly,
double stitched, color coded by size: Sm - Ceil Blue, Med - Khaki, Lg - Jade
Green, Xlg - Navy with yellow waistband stitching, 2xlg - Navy/white waistband
stitching, 3xlg - Navy/green waistband stitching, 4xlg - navy/tan waistband,
stitching, 5xlg - Navy/Navy waistband stitching
Pajama Top

Female, 50/50 cotton/poly, T160, 4 snap front, breast pocket, long sleeve, double
stitched, color coded by size: Small -Teal/teal bias, Med -Teal/Raspberry/bias,
Large - Teal/white bias 1x - Teal/ceil blue bias, 2x - Teal/teal bias, 3x -
Teal/teal bias, 4x - Teal/teal bias
Pajama Pants

Female, 50/50 cotton/poly, T160, double stitched, quad elastic waistband, color
coded by size: Small - Teal/teal stitching waistband, Medium - Teal/raspberry
stitching, Large - Teal/white stitching, 1x - Teal/Ceil blue stitching, 2x -
Teal/teal stitching, 3x - Teal/teal stitching, 4x - Teal/teal stitching, 5x - Teal/teal
stitching
Pajama Top

Orthopedic, 50/50 cotton/poly, T160, v-neck, 4 snap front, 9 snap sleeve to side
closure, stainless steel snaps, double stitched, breast pocket, color coded by size:
Med Khaki, Large Jade Green, Xlg - Navy 2xlg - Navy
Pajama Pants

Orthopedic, 50/50 cotton/poly, T160, quad elastic waistband, double stitched, 3 snap
front, 5 snap leg, stainless steel snaps, color coded by size: Med Khaki, Large -
Jade Green, Xlg - Navy 2xlg - Navy
Luxury Bath Towel

27x54; style E907, Majestic Collection Fibertone by Blair, color: ECRU (Beige),
17lb per dozen (Ritz Quality)
Table Cloth
54 X 114 , Oxford Blend, 100%poly







Government Purchased and Owned
Co

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP