The RFP Database
New business relationships start here

CONTINGENCY LAUNDRY SERVICES


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

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Solicitation number VA246-17-Q-0235 is being issued as a request for quote (RFQ) and a written solicitation will not be issued.

This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-87 effective March 7, 2016, and the Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provisions may be accessed in full text at www.acquisition.gov/far/index.html and www.va.gov/oal/library/vaar/

This Solicitation is unrestricted. The associated North American Industrial Classification System (NAICS) code for this procurement is 812320 Dry-cleaning and Laundry Services (except coin-operated) $5.5 Million.

Description of services: The Richmond VA Medical Center has identified a need for contingency laundry services. The medical facility s laundry service cleans linen for multiple government installations across the southeastern Virginia region. In the event that this facility became inoperable, patient care would be greatly impacted due to the inability to provide clean linen/laundry for beds, patients, and employees. The Contractor will provide all material, hardware, parts, tools; specialized equipment, labor, supervision and technical expertise to perform the duties outlined in the Performance Work Statement (PWS). The PWS is included as Attachment 1 to this solicitation.

This combined synopsis & solicitation notice is a request for competitive quotations. Therefore, all capability statements or quotations received prior to the RFQ close date will be considered.

The base year period of performance is anticipated to be as follows:
March 1, 2017 February 28, 2018

Wage Determination No. 2015-4332, posted on 12/30/2016 at www.wdol.gov , applies to this acquisition and will be incorporated into the resulting contract (Attachment 2). The contractor shall identify the Wage category in their offer.












The following Federal Acquisitions Regulations (FAR) and Veterans Affairs Acquisition Regulation (VAAR) apply to this acquisition:

PROVISIONS AND INSTRUCTIONS TO OFFERORS

Addenda to 52.212-1 Instructions to Offerors Commercial Items (Oct 2015) applies to this acquisition.

INSTRUCTIONS TO OFFERORS

Note that FAR Subpart 13.5 Simplified Acquisitions Procedures for Certain Commercial Items procedures will be used. This authorizes the use of simplified procedures for the acquisition of supplies and services in amounts greater than the simplified acquisition threshold but not exceeding $7 million ($13 million for acquisitions as described in 13.500(c)), including options, if the contracting officer reasonably expects, based on the nature of the supplies or services sought, and on market research, that offers will include only commercial items.

The purpose of these simplified procedures is to vest contracting officers with additional procedural discretion and flexibility, so that commercial item acquisitions in this dollar range may be solicited, offered, evaluated, and awarded in a simplified manner that maximizes efficiency and economy and minimizes burden and administrative costs for both the Government and industry (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 3305, 3306, and chapter 37, Awarding of Contracts.

1.0 OFFER SUBMISSION
Offerors shall submit their offer via email to Wayne A. Neyland at wayne.neyland@va.gov by 5:30pm, EST, February 24, 2017. Offers shall be assembled by the following Sections; each section shall be easily identified.

Section A Pricing
Pricing shall be submitted as requested in the Schedule of Services. Total price will be evaluated by the Government. Proposed price should reflect a clear understanding of the requirements, and is consistent with the various elements of the offer. (Attachment 3)

Section B Offerors Representations and Certifications
A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at www.sam.gov/portal/public/SAM/.

All Offerors shall be registered and current in the System for Award Management (SAM) database at time of award.

Section C Technical
The Technical Volume shall not exceed thirty (30) pages in length, minimum 12-point font. Page limitation includes any drawings, charts, pictures, etc., and excludes section dividers, table of contents, figures/tables, glossary of terms and cross-referencing indices and resumes -all of which are not considered content pages.

Section D Past Performance
Identify all federal, state, and local government contracts as well as any private/commercial contracts of similar scope, size, complexity that are ongoing or have been completed within the last three years.

2.0 AWARD BASIS
The Government will award a contract to the responsible offeror whose offer, conforming to the requirements in this request for quote will be most advantageous to the Government, price and other factors considered. A best value award will be made based upon the following factors:

Technical/Management Approach
Past Performance
Socio-Economic Status and Usage
Price

Factor 1: Technical/Management Approach
Offeror shall submit company's detailed technical and management approach for completing the objectives of the Performance Work Statement (PWS).

The Government will assess the quality of the offeror s proposed technical/management approach; determine the offeror s understanding of, and knowledge of the performance work statement, objectives, and work requirements.

The offer shall include, but not limited to:
Company s Organizational Chart
Titles and job descriptions of key personnel who will be providing performance in accordance with this contract
Provide legible copies of all legally required licenses and permits to operate a business in the geographic area of this contract
Provide the type of disinfectant used to clean linen carts
Provide the method of packaging clean line and laundry for delivery
Demonstrate the facility capability to incorporate a design for asepsis whereby clean linen neither comes into contact with soiled linens nor shares the same physical space
Provide a copy of the company s Quality Control Plan
Provide a Contingency Plan that illustrates services can be continued in the event of equipment failure, facility failure, or any other circumstances that would impact the ability to perform services

Factor 2: Past Performance
Past performance information will be utilized to determine the quality of the contractor s past performance as it relates to the probability of success of the required effort. The Government will evaluate customer satisfaction, responsiveness to customer needs, and past demonstration of meeting delivery schedules and the delivery of quality services. Emphasis will be on recent, relevant past performance in the previous 3 years. Recent is defined as work performed within the last three years. Relevant is defined as work similar in size and scope of the work described in the Performance Work Statement (PWS).

Past performance information is one indicator of an offeror s ability to perform the contract successfully. Current and relevant information, source of information, context of data, and general trends in Contractor s performance shall be considered as it pertains to the performance of work described in this solicitation. Offerors may provide information on problems encountered on identified contracts and the offeror s corrective action. The Government shall consider this information as well as information obtained from any other sources when evaluating the offeror s past performance.

Since the Government may not necessarily interview all of the sources provided by the offerors, it is incumbent upon the offeror to explain the relevance of the data provided. Offerors are reminded that the Government may elect to consider data obtained from other sources. Offerors with no relevant past performance or whom information is not available, shall not be evaluated favorably or unfavorably on past performance

Factor 3: Socioeconomic Status and Usage
VA recognizes the contributions of our Nation s veterans, and we strive to make contract awards to small businesses owned by veteran-and service-disabled veterans. In an effort to achieve socioeconomic small business goals, VA will evaluate offerors based on their service-disabled veteran-owned small business (SDVOSB) or veteran-owned small business (VOSB) status, and their proposed use of eligible service-disabled veteran-owned small businesses and veteran-owned small businesses as subcontractors. Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for this Service-Disabled Veteran-Owned and Veteran-Owned Small Business Status evaluation factor. To receive evaluation credit, an offer or must be verified in VetBiz.gov Vendor Information Pages (http://www.VetBiz.gov).

Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors in proportions which meet or exceed the VA subcontracting goals for these firms (regardless of business size) will receive the lowest amount of credit under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be verified in the VetBiz.gov Vendor Information Pages (VIP) (http://www.vetbiz.gov).

SDVOSB offerors will weighed higher than Veteran Owned Small Business (VOSB), if proposals are considered technically equal considering all factors and quoted prices are significantly balanced.
Non-veteran offerors which use no service-disabled veteran-owned or veteran-owned small businesses as subcontractors shall receive no credit under this evaluation factor.

Factor 4: Price
Offers shall be submitted on a unit price per pound of serviced laundry and linen. Unit prices shall include all costs to the Government of providing the service, including pickup and delivery charges.

The Contracting Officer will evaluate offers based on the price per pound. Total price will be evaluated by the Government. The proposed price shall reflect a clear understanding of the requirements; it shall be consistent with the various elements of the offer, reasonable in comparison with proposed prices received in response to the solicitation and the independent Government cost estimate.

3.0 TECHNICAL QUESTIONS
Offerors should submit all technical questions regarding this solicitation to the Contracts Specialist in writing, via email, to Wayne A. Neyland at wayne.neyland@va.gov on or before Noon, February 22, 2017.

Address Subject Line: Richmond VAMC Contingency Laundry Services

Telephonic (verbal) questions Will Not be addressed.

All responses to questions, which may affect offers, will be incorporated into a written amendment to the Request for Quote.

4.0 DUE DATES
All offers shall be submitted by 5:30PM EST, February 24, 2017 via email to Wayne A. Neyland at wayne.neyland@va.gov .

Facsimile are not authorized under this announcement.


The full text of FAR provision or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html .

The following solicitation provisions apply to this acquisition:
FAR 52.203-98, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements Representations (Deviation) (FEB 2015)
FAR 52.209-5, Representation By corporations Regarding An Unpaid Tax Liability Or A Felony conviction Under any Federal Law (Deviation) (MAR 2012)
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (DEC 2016)

Offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/SAM/#1 , in accordance with FAR 52.212-3. If paragraph (j) of the provision is applicable, a written submission is required.

VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business evaluation Factors (Deviation) (JUL 2016)

PROVISIONS INCORPORATED BY REFERENCE:
FAR 52.204-16, Commercial And Government Entity Code Reporting (JUL 2016)

The following contract clauses apply to this acquisition:

CLAUSES INCORPORATED BY REFERENCE:
FAR 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016)
FAR 52.212-4, Contract Terms And Conditions Commercial Items (INCORPORATED BY REFERENCE ON STANDARD FORM 1449)
The following clauses are added to the terms and conditions in FAR 52.212-4
FAR 52.203-99, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION) (FEB 2015)
FAR 52.216-18, Ordering (OCT 1995)
FAR 52.216-19, Ordering Limitations (OCT 1995)
FAR 52.216-21, Requirements (OCT 1995)
FAR 52.217-8, Option to Extend Services (NOV 1999)
FAR 52.217-9, Option to Extend The Term Of The Contract (MAR 2000)
FAR 52.228-5, Insurance Work On a Government Installation (JAN 1997)
Supplemental Insurance Requirements in accordance with FAR 28.307-2 and FAR 52.228-5
VAAR 852.203-70, Commercial Advertising (JAN 2008)
VAAR 852.215-71, Evaluation Factor Commitments (DEC 2009)
VAAR 852.232-72, Electronic Submission Of Payment Requests (NOV 2012)
INCORPORATED BY REFERENCE:
FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (APR 2014)
FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer fiber Content Paper (MAY 2011)
FAR 52.204-18, Commercial And Government Entity Code Maintenance (DEC 2016)

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JUN 2016)
The following subparagraphs of FAR 52.212-5 are applicable:
(a)(1)-(3)
(b)(4), (12), (25), (26), (27), (28), (30), (33), (44), (48 ii), (57),
(c) (2)-(4), (8), (10)
(e)(1)

CLAUSES INCORPORTATE D FULL TEXT:

FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
https://www.acquisition.gov/?q=brosefar

Wayne A. Neyland
Contracts Specialist
(757)251-4109
wayne.neyland@va.gov

wayne.neyland@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP