The RFP Database
New business relationships start here

Uniform Rental Services (VA-17-116518)


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

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 VA242-17-Q-0784.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1.
(iv) This procurement is being issued as a total small business set aside. The North American Industry Classification System (NAICS) code is 812332 Industrial Launderers, with a small business size standard of $38.5 Million.
(v) The Contractor shall provide pricing to provide the establishment of a Uniform Rental Service Program. See applicable salient characteristics/requirements below:

PRICING FOR Uniform Rental Service Program
Line Item
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
001A
Base year: Albany VAMC Uniform Rental Services
10/1/17 09/30/18
12
MONTH


001B
Base year: Albany VAMC Uniform Cleaning Services
10/1/17 09/30/18
12
MONTH


001C
Base year: Albany VAMC Uniform Replacement Services
10/1/17 09/30/18
12
MONTH


001D
Base year: Albany VAMC Uniform Locker Program
10/1/17 09/30/18
12
MONTH


100A
Option year 1: Albany VAMC Uniform Rental Services
10/1/18 09/30/19
12
MONTH


100B
Option year 1: Albany VAMC Uniform Cleaning Services
10/1/18 09/30/19
12
MONTH


100C
Option year 1: Albany VAMC Uniform Replacement Services
10/1/18 09/30/19
12
MONTH


100D
Option year 1: Albany VAMC Uniform Locker Program
10/1/18 09/30/19
12
MONTH


200A
Option year 2: Albany VAMC Uniform Rental Services
10/1/19 09/30/20
12
MONTH


200B
Option year 2: Albany VAMC Uniform Cleaning Services
10/1/19 09/30/20
12
MONTH


200C
Option year 2: Albany VAMC Uniform Replacement Services
10/1/19 09/30/20
12
MONTH


200D
Option year 2: Albany VAMC Uniform Locker Program
10/1/19 09/30/20
12
MONTH


300A
Option year 3: Albany VAMC Uniform Rental Services
10/1/20 09/30/21
12
MONTH


300B
Option year 3: Albany VAMC Uniform Cleaning Services
10/1/20 09/30/21
12
MONTH


300C
Option year 3: Albany VAMC Uniform Replacement Services
10/1/20 09/30/21
12
MONTH


300D
Option year 3: Albany VAMC Uniform Locker Program
10/1/20 09/30/21
12
MONTH


400A
Option year 4: Albany VAMC Uniform Rental Services
10/1/21 09/30/22
12
MONTH


400B
Option year 4: Albany VAMC Uniform Cleaning Services
10/1/21 09/30/22
12
MONTH


400C
Option year 4: Albany VAMC Uniform Replacement Services
10/1/21 09/30/22
12
MONTH


400D
Option year 4: Albany VAMC Uniform Locker Program
10/1/21 09/30/22
12
MONTH



TOTAL PRICE






(vi) STATEMENT OF WORK (SOW) UNIFORM SERVICES ALBANY STRATTON VA MEDICAL CENTER
GENERAL REQUIREMENTS
This service is to include:

Sizing with sample garments to assure a comfortable fit.
Lockers supplied by contractor to hold employee uniforms
Soiled bins to be supplied by the contractor
Garments are to be inspected weekly for items that are in need of repair/replacement.
Garments are to be laundered weekly
Worn garments are to be replaced with NEW garments at NO cost for replacement
Garments in need of repair are to be repaired at NO additional cost.
Delivery to VA and stocking of employee uniform lockers
24 hour turnaround response to all customer service inquires during regular weekday business hours.

Supply the following items:

A. Supply 75 Environmental Management employees with 5 sets of uniform pants & polo shirts with pocket.
-Poly/Cotton, moisture management, snag resistant and 65/35 twill pants, or like product
B. Supply 15 Acquisition Employees with 5 sets of uniform pants & polo shirts with pocket
- Poly/Cotton, moisture management, snag resistant, and 65/35 twill pants, or like product
C. Supply 30 kitchen employees with 5 sets of uniforms pants & polo shirts with pocket and chef coats and chef pants
- Poly/Cotton, moisture management, snag resistant, Black Chef Coats and baggy Chef pants, and
65/35 twill pants, or like product
D. Supply 11 Transportation employees with 5 sets of uniform pants & polo shirts with pocket
- Poly/Cotton, moisture management, snag resistant, and Carhartt Pant, or like product
E. Supply 7 Electric Shop employees with 5 sets of Flame Retardant pants & button down shirts
-Flame Retardant button down shirts, and Carhartt Fire Resistant Pant, or like product
F. Supply 6 HVAC Shop employees with 5 sets of uniform pants & button down shirts
-Button down cotton shirts, and Carhartt Pant, or like product
G. Supply 7 Boiler Plant employees with 5 sets of Flame Retardant pants & button down shirts
-Flame Retardant button down shirts, and Carhartt Fire Resistant Pant, or like product
H. Supply 6 Plumbing Shop employees with 5 sets of uniform pants & button down shirts
-Button down cotton shirts, and Carhartt Pant, or like product
I. Supply 5 Carpenter Shop employees with 5 sets of uniform pants & button down shirts
-Button down cotton shirts, and Carhartt Pant, or like product
J. Supply 2 Paint Shop employees with 5 sets of uniform pants & polo shirts with pocket
- Poly/Cotton, moisture management, snag resistant, and Carhartt Pant, or like product
K. Supply 5 Machine Shop employees with 5 sets of Flame Retardant pants & button down shirts
-Flame Retardant button down shirts, and Carhartt Fire Resistant Pant, or like product
L. Supply 5 Grounds employees with 5 sets of uniform pants, enhanced visibility shirts (5 long sleeved and 5 short sleeved), 5 cargo shorts, 1 pair each heavy duty bib overalls, one each enhanced visibility parka
- High visibility to meet ANSI Type R and Class 3, polyfill insulation overalls and Carhartt Pants/shorts, or like product
M. Performance outside of the requirement detailed in the SOW must be authorized by the CO with a modification prior to performance or else services will be considered complementary work ancillary to complete performance
N. The Government intends to award a firm fixed price contract inclusive of all travel, accommodations and other fees or costs.
O. The period of performance will be from Oct. 1, 2017 to Sept. 30, 2018.




OTHER IMPORTANT CONSIDERATIONS
Access Control:

Delivery will be made during normal business hours only.

Hours of Operation:
Facility will be available for deliveries between the hours of 0800 and 1500 M F excluding Federal Holidays.
DEFINITIONS:

Rental pricing:

Rental prices shall be based on the quantities specified on section 2 of this Statement of Work with one (1) pick up per week including start-up and replacement of garments as a result of normal wear and tear. Initial outfitting of uniforms shall be new.

The government reserves the option to request additional uniforms for new employees. In such case/circumstances, any supplementary incurred costs shall be provided for by modification to the contract.

Reasonable condition/willful abuse:

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.
Repair/replacement:

Worn uniforms shall be replaced when requested by the government at no additional cost. Uniforms in need of repairs shall be repair 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


Laundering:

Uniforms shall be washed in accordance with standards governing commercial and industrial laundries, the clothing manufacturer specifications, and VA Directive 1850.07. 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. Shop rags must be well cleaned and free from debris such as metal shavings and caulk.

Pressing:

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.

Delivery:

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

Flame 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 Resistant Pants:

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

Timeliness of uniform replacement/initial issue:

When a new employee comes onboard, contractor shall deliver associated uniforms within 10 to 15 days. This is a non-negotiable factor.


3. Quality Assurance Surveillance Plan
The Contractor, and not the Government, is responsible for management and quality control actions to meet the terms of the contract. The role of the Government is quality assurance to ensure contract standards are achieved. The Contractor and the COR shall develop specific monitors covering work performance and management under this contract. A copy of these monitors shall be maintained by both parties. Monitors shall be completed no later than six (6) weeks after date of award. The Government will monitor the Contractor s performance under this contract utilizing customer complaints, performance requirements, and random quality assurance inspections. In accordance with FAR 37.604, prospective vendors shall submit a Quality Assurance Surveillance Plan (QASP).


Quarterly Reviews with CO/COR:
It is the COR s responsibility to develop a monthly schedule for activities based on the surveillance plan s requirements. This schedule will cover the times during which work is being performed or re-performed under the terms of this contract. The surveillance schedule will be quarterly. The monthly schedule will be completed by the last workday of the preceding month and a copy will be submitted electronically to the Contracting Officer for information. The COR will routinely inspect containers on-site, and document the inspection. Unannounced inspections will be completed periodically with the privacy Officer and COR to ensure information within the containers are safeguarded at all times.
4. Period of Performance.
Services are required to start on October 1, 2017 through September 30, 2018 with provision of four (4) option periods.
5. 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 - Canandaigua
400 Fort Hill Ave
Canandaigua, New York, 14424
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 VA242-17-Q-0726.
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:

52.204-16 Commercial and Government Entity Code Reporting (July 2016)
52.204-17 Ownership or Control of Offeror (July 2016)
52.204-20 Predecessor of Offeror (July 2016)
52.204-22 Alternate Line Item Proposal (Jan 2017)
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 5 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 non-responsive upon receipt.
Factor 1 - Technical Capabilities
(a) Provide a capability statement to meet all the requirements of the Statement of Work.

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

This factor indicates what each offeror s proposal will cost the Government, if selected.

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)
52.217-8 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)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
852.203-70 Commercial Advertising (JAN 2008)
852.233.71 Alternate Protest procedures (JAN 1998)
852.232-72 Electronic Submission Of Payment Requests (NOV 2012)
852.237-70 Contractor Responsibilities (APR 1984)
001AL-11-15- A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011)
001AL-11-15- B Subcontracting Commitments - Monitoring and ComplianceB (JUNE 2011)
(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.

52.219-6, Notice of Total Small Business Set-Aside (NOV2011)
52.219-28, Post Award Small Business Program Representation (Jul 2013)
52.222-3, Convict Labor (June 2003)
52.222-21, Prohibition of Segregated Facilities (APR 2015)
52.222-26, Equal Opportunity (APR 2015)
52.222-50, Combating Trafficking in Persons (MAR 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)
52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013)
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).

(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 total small business set-aside combined synopsis/solicitation for Uniform Rental Services Program at the Western NY Health Care System 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 2:00 PM EST, Thursday August 24, 2017. The government shall only accept electronic submissions via email, please send all quotations to Juan.Cobas@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 August July 17, 2017 @ 2:00pm EST.
(xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Juan Cobas, Contract Specialist, 585-393-7731; Juan.Cobas@va.gov.
See attached document: P07 WD 17Albany COUNTY.

COBAS, JUAN
585-393-7731
Juan.Cobas@va.gov

CONTRACT SPECIALIST

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP