The RFP Database
New business relationships start here

Laundry Service China Lake Branch Clinic


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

This is a COMBINED SOLICITATION/SYNOPSIS for commercial items. This Solicitation/Synopsis was prepared in accordance with the format in FAR subpart 12.6, using simplified acquisition procedures as provided for in FAR 13.106, and as supplemented with additional information included in this notice. This requirement is set-aside 100% for small business concerns. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number N00259-14-T-0095 is issued as a request for quotation (RFQ). All questions regarding this solicitation must be submitted electronically to the referenced POC by 03 March 2015 at 06:00 AM Pacific Daylight Time. The closing date is 10 September 2015 @ 6:00 a.m. Pacific Daylight Time. POC: Kevin W. Knapp Purchasing Agent 619-532-5944, Kevin.Knapp@med.navy.mil. This solicitation document, and incorporated provisions and clauses, are those in effect through FAC 2005-78 December 26, 2014.

It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 812320; Size: $5,500,000.00. DELIVERY ADDRESS: Naval Air Weapons Station; 1 Administration Circle; BLDG 1403; Room 1403; China Lake, CA, 93555 (Located within the city limits of Ridgecrest, CA).
Naval Medical Center San Diego requests responses from qualified sources capable of providing the following items:


CLIN 0001:
Laundry Services at China Lake Branch Clinic Base Year. $___________
As Per the Statement of Work.


CLIN 0002:
Laundry Services at China Lake Branch Clinic Option Year One. $___________
As Per the Statement of Work.


CLIN 0003:
Laundry Services at China Lake Branch Clinic Option Year Two. $___________
As Per the Statement of Work.


CLIN 0004:
Laundry Services at China Lake Branch Clinic Option Year Three. $___________
As Per the Statement of Work.


CLIN 0002:
Laundry Services at China Lake Branch Clinic Option Year Four. $___________
As Per the Statement of Work.


 


STATEMENT OF WORK
STATE OF WORK FOR LAUNDRY SERVICES FOR BRANCH HEALTH CLINIC CHINA LAKE
SECTION A: GENERAL WORK STATEMENT
A. The purpose of the contract is to provide laundry services to Branch Health Clinic, China Lake, CA for a one year Period of Performance with four option years beginning no more than one week after solicitation closes.
SECTION B: EQUIPMENT
B.1. GOVERNMENT OWNED EQUIPMENT
No U.S. Government owned equipment shall be used by the contractor or any other employees in the execution of this contract.
B.2. CONTRACTOR-OWNED EQUIPMENT
The contractor shall utilize contractor owned equipment for the execution of all aspects of this contract. The responsibility for the purchase, maintenance and replacement of equipment required to perform this contract is solely the responsibility of the contractor.
SECTION C: DESCRIPTION/SPECIFICATIONS
C.1. SPECIFICATIONS FOR BRANCH HEALTH CLINIC, CHINA LAKE, CA
All work under this contract shall be accomplished in accordance with specification in MIL-STD 665D, with amendments and revisions thereto, and with any Military Specification of Standards cited herein. In addition, because of the uniqueness of hospital requirements, the contractor shall maintain adequate procedures for collection, transporting, processing and storing linens. These procedures will be in accordance with Centers for Disease Control (CDC) guidelines, and any existing State, Federal Regulations and the Joint guidelines, and any existing State, Federal Regulations and the Joint commission for Accreditation of Hospital (JCAHO) Regulations.
C.2. SCOPE
The contractor will pick-up and launder dirty laundry, sort and deliver the clean linen once each week on Wednesday excluding Federal Holidays between the hours of 0700 and 1000. Transportation of soiled and clean linen will be carts provided by the contractor. Folding specifications are necessary to meet existing storage requirements. The workload stated in the following schedule is approximate and is no way is to be considered as a guarantee by the Government. 


 


Item Description; EST Amount; Items per Bundle; Special REQ'S; Special Handling:

1 Pillow Slip; 700; n/a; Folded; Yes
2 Sheet; 1700; n/a; Folded; Yes
3 Steam Towels; 600; n/a; Folded; Yes
4 Huck Towel; 240; n/a; Folded; Yes
5 Blanket/Comforter; 14; n/a; Folded; Yes
6 Towel, Beige, Bath; 12; n/a; Folded; Yes
7 Curtain; 48; n/a; Folded; Yes
8 Scrub Top; 600; n/a; Folded; Yes
9 Scrub Bottoms; 625; n/a; Folded; Yes
10 Lab Coat; 6; 1; Hanger; Yes


C.3. TORN LINEN UNSERVICEABLE ARTICLES
All unserviceable and torn articles shall separate from the serviceable linen and returned to the Branch Health Clinic.
C.4. LAUNDRY
Laundry identified in the estimated piece per year listed in Section C.2. is for use within the Branch Clinic. Colored linen shall be laundered separately from white linen items. Like items shall be separated, packaged, and labeled by size together to allow for ease of sorting upon delivery of clean items to the Branch Clinic.
C.5. ROUTINE HANDLING OF SOILED LINEN AND LAUNDRY PROCESS
A. Soiled linen shall be handled as little as possible and with minimum agitation.
B. All soiled linen will be received from the Branch Clinic in a closed plastic bag.
C. Linen that is saturated with blood or body fluids shall be processed to remove stains.
D. Heavily solid items shall be laundered separately from other linen items.
E. Linen will be washed with detergent in water hotter than 71 degrees centigrade (160 degrees F) for 25 minutes.
C.5.1. TRANSPORTATION OF LINEN
All clean linen will be stored and transported in carts used exclusively for clean linen or decontaminated with disinfectant after being used for soiled laundry. Carts will have plastic liners to encase clean linen during transportation. Clean linen shall be packed by size, item, and double shrink-wrapped to further protect cleanliness during transportation. Each package shall be labeled with the size of item contained.
C.5.2. HANDLING OF LAUNDRY
Linen received by the contractor may include contaminated linen; however, the linen will not be specifically identified as such. All employees handling untagged soiled linen shall wear appropriate protective gear (Section C.6). This gear will be worn by anyone having contact with the soiled linen from the time it is removed from the plastic bag, to the time it completes the initial wash cycle (detergent in water hotter than 71 degrees C for 25 minutes).
C.5.3. SORTING AND FOLDING OF LAUNDRY
A. Dirty linen will be separated by physical structures from areas where clean linen is handled. This physical separation will be without holes or other permanent openings.
B. The contractor shall untie knots in sheets during the sorting process.
C. In the laundry, dirty linen will be moved from the dirtiest to cleanest areas as it is being processed.
D. Air ventilation will flow from the cleanest to the dirtiest to cleanest areas.
E. All areas will be cleaned on a regular basis.
F. Flat work finished laundry shall be washed, dried, pressed, folded, sorted, and the quantity packaged according to item and color. Flatworks Nard dressed, green, white scrub tops and bottom, scrub dressed, tablecloths, and napkins. See Section C.2 for folding dimensions of laundered items.
G. Rough finished laundry shall be washed, dried quantity packaged according to items include bath towels and blankets.
C.6. PROTECTIVE GEAR
In the laundry, hand washing facilities will be available and protective garb (e.g. gowns, gloves and masks) will be worn by personnel who sort dirty laundry.
C.7. NFPA STANDARDS
The contractor must ensure all polyester and cotton blend laundry meet the Static Generation Limitation Requirements set forth in National Fire Protection Association (NFPA) Standards 56A. All new polyester and cotton laundry, when identified shall be laundered with suitable ionizing agent. Additionally, between 1 Oct and 30 April each year, all laundered with Ionizing Agent. All laundry personnel must be specifically trained in their role in infection control by the contractor. New employees need intensive initial training. All employees need regular scheduled refresher training to include emerging clinical laundry techniques and methods. Employee training is required as follows:
1. General orientation on basic personal hygiene and infection control concepts.
2. Complete instruction on obtaining, using, and care for supplies and equipment.
3. Documentation of training is required for site visits. A syllabus must be maintained to ensure adequate coverage of the proper subject matter.
C.ll. QUALITY CONTROL/ASSURANCE PROGRAM
This contractor shall establish a complete 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 provided to the COR at the pre­ award survey conference or not later than at the pre-performance conference if a pre-award survey is not conducted. An updated copy must be provided to the COR on contract start date and as changes occur. The program will include, but is not limited to the following:
1. An inspection system covering all the services stated. It must specify areas to the inspected on both a scheduled or unscheduled basis and the individuals who will do the inspection.
2. A method for identifying deficiencies in the quality of services performed before the level of performance becomes unacceptable.
3. A file of all inspections conducted by the contractor, and the corrective action taken. This file shall be made available to the Government during the term of the contract. The COR and Lead Quality Assurance Evaluator (LQAE) reserve the right to conduct unannounced inspections of laundry facility and associated records.
C.12. DIRECTIVES
The following listed government directives will be provided by the Naval Hospital to the contractor and require mandatory compliance:

NUMBER; SUBJECT
NAVHOSP29PALMS INST 6220.10H; INFECTION CONTROL PROGRAM
CURRENT EDITION ACCREDITATION MANUAL FOR HOSPITALS DEVELOPED BY THE JOINT COMMISSION ON ACCREDITATION OF HOSPITALS, CURRENT EDITION


1. Contractor shall be required to participate in any and all government inventories of linen during the period of this contract. Instructions for inventories will be typed and given to the contractor two weeks prior to inventories.
2. All correspondence between government and contractor shall be responded to within give (5) working days or less.
C.13. CONTROLLED ITEMS
Contractor representative shall count controlled items with a government representative at the time of pick up/delivery and record quantity on the ticket. Controlled items are those linen articles placed on 100 percent surveillance by the COR/LQAE.
The government will pay a reasonable fee to replace lost, stolen, or damaged items that occur within the Branch Clinic.
C.14. PICK-UP AND DELIVERY
Delivery of clean linen must be guaranteed at a consistent 3 hour's window between the times of 0700 and 1000 on the scheduled day of delivery. The contractor's representative (truck driver) shall ensure the weight of soiled linen (outgoing linen) is correct with a hospital representative and recorded on the soiled linen ticket. Cleaned linen shall be verified by the contractor's representative and LQAE and recorded on delivery ticket. Each clean load of laundry delivered must be accompanied by a count indicating, by item, the quantity of linen delivered. One copy of each (soiled linen ticket and delivery ticket) shall be provided to the government. Payment to the contractor will be for the delivery of clean linen. The delivery ticket is considered the daily invoice for payment to the contractor shall be taken from daily invoices showing total pounds clean weight delivered for the month and the total dollar amount.
*End Statement of Work*


Contractor must be registered in the System for Award Management (SAM) prior to award. The website address for SAM registration is http://www.sam.gov .
Contractor SHALL complete FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, when submitting a proposal. The website address is http://www.acq.osd.mil.


52.204-7 Central Contractor Registration (DEC 2012)
52.204-13 Central Contractor Registration Maintenance (DEC 2012)
52.212-1 Instruction to Offerors-Commercial Item(FEB 2012)
52.212-3 Offeror Representations and Certification Items(MAR 2012)
52.212-2 Evaluation- Commercial Items (JAN 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation factors in descending order of importance: 1) Technical Capability, 2) Past Performance, and 3) Price.


Factor One: Technical Capability defined as the ability of the products to meet the salient characteristics needed.
Factor Two: : Past Performance Provide three (3) references with the Point of contact, telephone number, address, contract numbers, addressing that you have provided the same services within the last 3 years.
Factor Three: Price, the government shall conduct a price evaluation of all technically acceptable offers with acceptable delivery schedules.

Technical capability and past performance, when combined, are significant evaluation factors that will be most advantageous to the Government. Contractors who do not meet both of the first two factors will not undergo a price evaluation.

52.212-4 Contract Terms and Conditions-Commercial Items(FEB 2012)
52.212-5 Contract and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAR 2012).
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Award (FEB 2012) $25k and above
52.219-28 Post Award Small Business Program Representation (April 2012)
52.222-3 Convict Labor (JUN 2007).
52.222-19 Child Labor-Cooperation with Authorities and Remedies (MAR 2012)
52.222-21 Prohibition of Segregated Facilities (FEB 1999)
52.222-26 Equal Opportunity (MAR 2007)
52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010).
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)
52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)
(31U.S.C. 3332).
52.252-2 Clauses Incorporated By Reference (FEB 1998).
52.252-1 Solicitation Provision Incorporated by Reference (FEB 1998)
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007).
252.225-7001 Buy American and Balance of Payment Program (DEC 2012).
252.232-7003 Electronic Submission of Payment Request (MAR 2007).
252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003).


Kevin W. Knapp, Phone 6195325944, Email kevin.knapp@med.navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP