The RFP Database
New business relationships start here

Cubicle Curtain Dry Cleaning Coatesville VAMC


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

Page 11 of 11
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C24419Q0417
Posted Date:
March 13, 2019
Original Response Date:
March 20, 2019
Current Response Date:
March 20, 2019
Product or Service Code:
S209
Set Aside:
Small Business
NAICS Code:
812320, Dry cleaning and Laundry Services
Contracting Office Address
The Department of Veterans Affairs
Network Contracting Office 4
135 East 38th Street
Erie, PA 16504
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. The Government reserves the right to make no award from this solicitation.

This solicitation is a request for quotations (RFQ). The government anticipates awarding a zero-dollar 5 year firm-fixed price BPA and place orders as needed resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101.

The associated North American Industrial Classification System (NAICS) code for this procurement is 812320, dry cleaning and laundry services, with a small business size standard of $5.5 Million. This solicitation is a 100% set-aside for Small Businesses. Offerors must be registered in System for Award Management (SAM), at the time of receipt of quotes and at the time of award.

The Department of Veterans Affairs, Network Contracting Office 4, 135 East 38th Street, Erie, PA 16504 is soliciting quotations from small businesses to provide complete Dry Cleaning Services at the Coatesville VAMC. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information along with any other documents necessary to support the requirements below.

All interested companies shall provide quotation(s) for the following:


Dry Cleaning Services
Statement of Work

Section 1 Scope of Work
Scope of work

This document contains the technical provisions for dry cleaning services that are to be provided to the Veterans Affairs Medical Center (VAMC) located in Coatesville, PA.

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

1.1.1.2. All workmanship shall be in accordance with practices established by the
Association for Linen Management (ALM) (formerly National Association of
Institutional Linen Management), Drycleaning & Laundry Institute International
(DLI) (formerly International Fabricare Institute), Textile Rental Services
Association (TRSA) and accepted industry standards. It is intended that services shall include all processes necessary for the laundering of articles even though every step involved is not specifically mentioned. All work shall be performed under sanitary conditions as specified by the Joint Commission (formerly the Joint Commission on Accreditation of Healthcare Organizations)

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 Contracting Officer s Technical Representative (COR) and Contracting Officer (CO) prior to initiation of such a change to assure adequate contractual coverage.

Notwithstanding the provisions of the contract covering inspection, acceptance, and deduction from payment, any items found to have been unsatisfactorily cleaned according to quality and performance standards established in Section 5 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. These items are to be kept separate from the normal laundry items for separate processing. Re-cleaned items will be identified separately and not charged to the Government.

1.1.4. Scheduled services are to be accomplished subject to emergency situations, which may require alteration of schedules. Emergency situations will be defined by the COR. In the event of Medical Facility emergencies, disaster, or drills, the Contractor shall perform all dry cleaning services required by the Medical Facility.

1.1.5. 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 and 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 hospital dry cleaning services. The firm must have gained this experience as a result of being primarily engaged, in the business of providing dry cleaning services in health care/patient care environments (e.g. inpatient, and outpatient medical treatment facilities); for a minimum of three consecutive years prior to submitting proposal.

1.3 Supervision By Contractor

1.3.1 The Contractor shall assign an on-site manager who shall be physically present during work hours. The on-site manager is solely responsible to supervise the provision of these dry-cleaning services to the Coatesville VAMC and serves as the primary point of contact with the Government. The Contractor shall designate a qualified alternate to substitute the on-site manager in his absence or during periods of work performed after normal work 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.

1.3.1.2 CPM shall have at least three (3) years of specialized experience in this capacity. This specialized experience may be substitute 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 and off duty within 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 COR.

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

1.4 Personnel Qualifications and Requirements for Contract Service

1.4.1 Employment

1.4.1.1 The CPM and qualified alternate must be able to read, write, speak and understand the English language.

1.4.1.2 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 No contractor personnel may be assigned to work under the contract until initial orientation and training, as specified in the Contractor s procedures manual is completed. Documentation verifying the content of the training and a list of the personnel who attended shall be maintained by the Contractor. When the
Government exercises one or more of the option years to the contract, the
Contractor shall provide, to the COR documentation that personnel attended refresher training.

1.4.2.2 Initial intensive training covering the topics below shall be completed prior to initial start-up for all personnel. Initial training plan, including topics, with a brief statement of content and method of training shall be available for review. Initial training will include but will not be limited to the following topics:

1.4.2.2.1 A general orientation of basic bacteriological concepts, including the basic of how disease is caused and transmitted.

1.4.2.2.2 Infection control orientation, relating duty functions to how infections can be prevented, reduced, or contained through proper environmental sanitation methods and to the technical provisions of this specification.

1.4.2.2.3 Proper use and handling of supplies and equipment.

1.4.2.2.4 Care and maintenance of Contractor and Government-furnished property.

1.4.2.2.5 Familiarization with local fire prevention and safety procedures.

1.4.2.2.6 Familiarization with equipment operational manuals.

1.4.2.2.7 Individual duties and responsibilities.

1.4.2.2.8 Procedures for replenishing supplies and obtaining equipment repair.

1.4.2.2.9 Role of Contractor personnel and their impact on patient care.

1.4.2.2.10 Techniques or methods for measuring the quality of work performance.

1.4.2.2.11 A general orientation of laundry operating procedures and policies.

1.4.2.2.12 Hazard communication, including location and access to the
Material Safety Data Sheets (MSDS)

1.4.2.2.13 Compliance with Occupational Safety and Health Administration
(OSHA) s Bloodborne Pathogens Standard 29 CPR 19.10.1030, which covers Universal precautions and use of PPE (Personal Protective Equipment).
1.4.2.2.14 Hepatitis B virus (HBV) requirement.

1.4.2.3 Safety or protective clothing or equipment shall be provided and maintained by the contractor at the Contractor s own expense.

1.4.2.4 Personal Hygiene Contractor personnel shall be clean and neat in appearance.

1.4.2.5 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, trained by Contractor in techniques required to recognize and deal with potentially hazardous situations in a manner which will minimize personal risk, and required to adhere to standard techniques for personal that become injured or ill on the job at cost to the Government.

1.4.2.6 Physical Examinations

1.4.2.6.1 The contractor will be responsible for any physical examinations and emergency medical care of personnel.

1.4.2.6.2 Contractor s personnel who acquire a communicable illness must not perform service under the contract. He/she must be free of illness before returning to work.

1.4.2.7 Miscellaneous

1.4.2.7.1 The contractor is responsible for compliance with all appropriate
Joint Commission, VA and other regulatory agencies record keeping requirements.

1.5 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 and CO. 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 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 become 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 the property of the Government and shall be available to the Lead COR during normal working hours. The file shall be turned over to the Government within 14 days of the completion of termination of the contract.

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 may be made monthly by the Government in accordance with stated limits on discrepancies.

1.5.3 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. At a minimum, the Contractor shall address the following items of information in the presentation:

1.5.3.1 Start-up and phase-in schedule.

1.5.3.2 Procedures to secure Government property while under Contractor s jurisdiction.

1.5.3.3 Availability of labor force (manning chart), plan for recruiting, type and extent of training.

1.5.3.4 The role of the CPM and extent of authority.

1.5.3.5 A copy of the Contractor s Policy and Procedure Manual.

1.5.3.6 Plans and management procedures for logical administrative support of all functions; that is receipt, processing, packaging and delivery of clean linens.

1.5.3.7 Procedures to be used to ensure contract requirements are met (Quality Control Program).

1.5.3.8 Certification that Contractor s scales used for weighing soiled and clean linens have been calibrated on a regular basis (i.e. quarterly)

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 monitoring certification of the Contractor s performance by the COR. The CO will furnish the name of the COR for the facility prior to the start date of the contract. The Contractor shall be advised 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 render under this contract is subject to Government inspection during both the Contractor s operation and after completion of task. The Government s program is not a substitute for quality control by the Contractor.

1.7 Performance Evaluation Meetings

1.7.1 The CPM shall meet with the COR on a minimum frequency of once each month according to schedule establish by the COR. On occasion the COR may be accompanied by the CO.

1.7.2 The issuance of a Contract Discrepancy Report (CDR) may be cause for the scheduling of additional meeting (s) between the CPM, COR and the CO. 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, 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 VAMC, 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 daily (M-F). A note will accompany the articles returned identifying the area or origination, and the type of linen item it was found on (ex: general, special).

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 plant and transportation vehicles.

1.10.2 Fire and safety deficiencies, which exist and are part of the responsibility of the Contractor, must be corrected immediately. If the Contractor fails or refuses to correct deficiencies promptly, the CO may issue an order stopping all or any part of the work, and hold the Contractor in default of the contract.

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

1.10.4 Contractor s personnel shall follow policies concerning fire/disaster programs.

1.10.5 The contractor shall display approved warning devices in all areas where operations may cause traffic obstruction and personnel hazard.

1.11 Damage and Equipment Loss

1.11.1 All tasks accomplished by Contractor s personnel shall be performed to preclude damage or disfigurement of Government-owned furnishings, fixtures, equipment and architectural or building structures. The Contractor shall verbally report immediately to the COR, any damage or disfigurement to these items when caused by Contractor s personnel. A follow-up written report will be given to the COR and a copy forwarded to CO.

1.11.2 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 10 working days, stating the reason for the unsatisfactory condition, the corrective measures which have been taken, and preventive procedures initiated.

1.11.3 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 comply with all Government request and policies relative to linen control.

1.12.2 Contractor shall participate, as required by VA policy, in inventories of Government provided specialty linen.

1.12.3 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.

1.12.4 VA owned items lost or badly damaged while under the control of the Contractor must be replaced with a 30-day period at the Contractor s cost.

1.12.5 Unusual losses, including suspected pilferage, shall be reported at once to the COR, who will take immediate action to investigate the loss. If the loss is not recovered, the cost of replacement will be negotiated with the CO, along with the approval of the COR, on a quarterly basis. The Vendor will supply an itemized list of linen that will be replaced, (including item description quantity and unit cost).

1.12.6 Claim of Patients and Employees. The Contractor shall establish procedures for the settlement of claims for loss or damage to property of patients and employees while in Contractor s possession. The procedures must be established, and copy provided to the CO for approval within 20 calendar days after the contract award date.

1.13 Delivery Requirements

1.13.1 The Contractor shall provide the COR with a written report of all cubicle curtains processed. The information must be recorded on a monthly basis and delivered to the COR at the end of the month. The report of clean cubicle curtains delivered must show date, the name of the item, amount of pieces delivered, the size and where they were delivered.

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

1.13.3 The Contractor shall disinfect carts after removing soiled cubicle curtains from them and before placing clean cubicle curtains in them, with a Tuberculocidal Germicide, which has been approved by the COR. Carts containing clean cubicle curtains being returned shall be covered with clean plastic covers to protect them against contamination while in transit between the laundry plant and the Medical Center. Laundry bags or liners used to transport soiled curtains must be laundered after use.

1.13.4 Clean cubicle curtains shall be available for transport Monday-Friday except for federal holidays. Soiled cubicle curtains and specialty items will be available for processing Monday-Friday except for federal holidays. Deliveries will be made at a time set by this contract or by the COR at the Coatesville VA Medical Center.

1.13.5 Clean cubicle curtains will be processed and packaged as specified in Section 5.

1.13.6 Contractor s personnel shall clean the transport vehicle with a tuberculocidal germicide/disinfectant, which has been approved by the COR.

1.13.7 Clean cubicle curtain delivery and soiled linen pickup shall be between 8:00 am and 4:00 pm, Monday through Friday or as established by the COR at the following Medical Center location:
VA Medical Center
1400 Blackhorse Hill Road
Coatesville, PA 19320

1.14 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 90 days. The Contractor shall fully cooperate with the successor Contractor and the Government so as not to interfere with their work on 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 available, 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.
Section 2 Definitions
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 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 COR.
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 chemical 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 the provision of service.

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

COR (Contracting Officer s Technical 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.

Defect Each instance of non-compliance with a contract requirement. A defect may be caused by either non-performance or poor performance. Each defect is subject to deductions, as set forth in Section 7.

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

VA (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 COR.

Fair Wear and Tear Condition 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 holiday:
New Year s Day (January 1st), 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 (2nd Monday in October), Veteran s Day (November 11), Thanksgiving Day (4th Thursday in November), and Christmas Day (December
25). 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.

Government The United States Government, Headquarters, VA, VAMS, and the term used to refer to the official 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 the Joint Commission and the VA.

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

Linen Inventory An itemized listing of quantities and values for accounting purposes of linen items in circulation at the Coatesville VA 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 cubicle curtains garments and linen are returned to the Medical Center. Cubicle curtains are delivered in linen carts by quotas according to established arrangement agreed upon by the COR and CPM. All linen is packaged securely to prevent possible contamination.

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 met the requirements of the PWS.

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 Physical separation of contaminated materials from other materials or personnel to prevent the spread of contamination.

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 method 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, etc.

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.

Headquarters Veterans Affairs Central Office.
Will This word is used in connection with the Government and specifies that the provision is binding.

Section 3 Acronyms
3.1 Commonly used Acronyms

AQL Acceptable Quality Level
CDR Contracting Discrepancy Report
CO Contracting Officer
COR Contracting Officer s Representative
CPM Contractor s Plant Manager
FW&T Fair Wear and Tear
IAW In Accordance With
DLI Dry cleaning & Laundry Institute International
IG Inspector General
MCD Medical Center Director
ALM Association for Linen Management
PWS Performance Work Statement
QC Quality Control
RS Random Sampling
TRSA Textile Rental Services Association
VA Department of Veterans Affairs

Section 4 Government Furnished Property and Services

4.1 Materials

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

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

4.1.3 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.

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

Section 5 Contractor Furnished Items

5.1 Materials
Contractor shall furnish all materials necessary to perform the tasks specified in the contract except to the extent specified in Section 4. The contractor shall secure all materials and supplies that comply with Local, State and Federal environmental laws.

5.2 Vehicles
The contractor shall provide all required 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. Vehicles efficiency is solely the responsibilities due to vehicle breakdown or failure of vehicles to operate. All operators must have current licensing and permits.

5.3 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.

5.4 Miscellaneous
The contractor shall furnish other items as identified within this contract, such as, orientation and training, medical exams, procedures manual, quality control program, required data.


Section 6 Applicable regulations, manuals, specifications and technical exhibits

6.1 Applicable Regulations, manuals and specifications
Documents applicable to the PWS are listed below. These documents are mandatory. At the start of the contract the Government shall provide one copy of all mandatory regulations, manuals and specifications listed below to the contractor supplements and amendments thereto, shall be updated and shall be considered to be in full force and effective immediate upon receipt by the contractor. The policies and procedures of mandatory directives shall be adhered to at all times. It is the contractor s responsibility to insure that all mandatory publications are posted and up to date.
MIL-STD-1916
Security Clearances or Access Controls
Facility policies concerning fire/disaster programs
Parking
Infection control manual
Facility policy on laundry, linen, uniform management
Other applicable regulations, manuals and specifications as identified locally.

Documentation and Invoicing

Contractor shall provide the COR with an electronic (clear and legible) invoice and report to include at a minimum:

Contractor Name, address, phone number
Contractor invoicing contact, phone, and email address
Invoice number and date
Purchase order number coving the invoiced dates of service
Dates of Service

Other

Place of Performance:

1400 Black horse Hill Road Coatesville, PA 19320-2096


Government Responsibilities:

The Government will provide access to areas and an escort when required by participating Medical Center policy.
The Government will provide applicable VA Polices, Handbooks, Guides, Regulations and Medical Center Memorandums
The Contracting Officer for this contract will be:

Donald Butler
814-860-2863
Donald.Butler3@va.gov


Attachment 1: Statement of Work (SOW)
Attachment 2: Price Quote Contract Line Item Number (CLIN) Table
Attachment 3: Solicitation Clauses and Provisions
Attachment 4: Service Contract Act Wage Determination

E. Price Schedule:
The contractor must provide a price quote for each CLIN delineated in Attachment 2 to be considered for award.
See Attachment 2: Price Quote Contract Line Item Number (CLIN) Table

F. Evaluation of Quotes:
The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate price, certifications, and past performance. Specific quote requirements are detailed in attached FAR 52.212-1 Instructions to Offerors Commercial Items .

Following receipt of quotes, the Government will perform an evaluation using a comparative evaluation of the services quoted in accordance with FAR 13.106-2(b)(3). The Government will compare quotes to one another to select the quote that best benefits the Government by fulfilling the requirement.

Contractors may submit more than one quote; however, contractors are strongly encouraged to submit their best technical solutions and prices in response to this request for quote.

Once the Government determines there is/are a contractor(s) that can provide a service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited service to address any remaining issues.

G. Clauses and Provisions:
The clauses and provisions for this solicitation are found in Attachment 8: Solicitation Clauses and Provisions. The Clauses and Provisions provide additional information regarding the requirements for quote submission and evaluation.

See Attachment 8: Solicitation Clauses and Provisions
The full text of FAR and VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html and http://www.va.gov/oal/library/vaar/index.asp.


This is an open-market combined synopsis/solicitation for services as defined herein.B B The government intends to award a zero dollar 5-year firm fixed price BPA with follow on orders as needed as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Orders will then be placed against this contract. 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:"
Offeror shall list exception(s) and rationale for the exception(s).

All quotations shall be sent via email to Donald Butler, Contracting Officer, Donald.Butler3@va.gov . Submission shall be received not later than 11:00AM EST on March 20, 2019. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only e-mailed quotes will be accepted. It is the responsibility of the vendor to ensure the Government s timely receipt of their quote.

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Donald Butler, Donald.Butler3@va.gov no later than 11:00 AM EST on March 15, 2019.

Contractor shall comply with all applicable wage & hour laws and is responsible for the correct wage titles. The following Wage Determinations are applicable and are attached. They can also be obtained online at: https://www.wdol.gov/

Donald Butler
Contracting Officer
814-860-2863
Donald.Butler3@va.gov

Donald.Butler3@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP