The RFP Database
New business relationships start here

Linen Services for NHBC Fallon, Nevada


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

NOTICE TO CONTRACTOR
This is a COMBINED SOLICITATION/SYNOPSIS for commercial service prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This solicitation has been prepared with the intent to award a Firm Fixed Price (FFP) contract, utilizing procedures under FAR part 13, for Commercial service as described in the schedule below.

The proposed contract action is for Linen Laundering Service.


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 N00259-16-T-0055 is issued as a Request for Quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-84.


It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: http://farsite.hill.af.mil/VFFARa.htm. The North American Industry Classification System (NAICS) Code for this acquisition is 812320; Size Standard: $5,500,000.


SERVICE ADDRESS: Naval Branch Health Clinic, Pasture Rd., Bldg. 299 Fallon, NV 89496.


The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered.


The following factors shall be used to evaluate offers in descending order of importance:


FACTOR 1: Technical Capability; defined as the ability of the contractor to meet the performance requirements of the Statement of Work.


FACTOR 2: Past Performance Provide one (1) references with the Point of contact, telephone number, address, and contract number, that you have provided the same or similar services within the last 3 years.


FACTOR 3: 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.


The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 2012). The provision can also be submitted at https://www.sam.gov. Contractor must be registered to the System for Award Management (SAM) prior to award. A nine digit Data Universal Numbering System (DUNS) number provided by Dun and Bradstreet is required to register. The website address for SAM registration is https://www.sam.gov.
Electronic submission of Quotes: Quotations shall be submitted electronically by email to elizabeth.n.sanders.civ@mail.mil, Attention: Elizabeth Sanders. Email submissions are limited to 20MB. The submitter should confirm receipt of email submissions. Quotations are due on or before 6 January 2016, 04:00 PM, Pacific Time to be considered responsive.


CLIN 0001, Thermal Blankets
Laundry services to be performed in accordance with the Statement of Work.
Quantity: (620), Unit of Issue: each
Period of performance: 1/07/16-01/06/17.


Unit Price:$___________ Total CLIN Price: $___________



CLIN 0002, Twin Sheets
Laundry services to be performed in accordance with the Statement of Work.
Quantity: (2,600), Unit of Issue: each
Period of performance: 1/07/16-01/06/17.


Unit Price: $___________ Total CLIN Price: $___________



CLIN 0003, Pillow Slips
Laundry services to be performed in accordance with the Statement of Work.
Quantity: (1,500), Unit of Issue: each
Period of performance: 1/07/16-01/06/17.


Unit Price: $___________ Total CLIN Price: $___________


CLIN 0004, Green Doctor Towels
Laundry services to be performed in accordance with the Statement of Work.
Quantity: (780), Unit of Issue: each
Period of performance: 1/07/16-01/06/17.


Unit Price: $___________ Total CLIN Price: $___________



CLIN 0005, Bath Towels
Laundry services to be performed in accordance with the Statement of Work.
Quantity: (520), Unit of Issue: each
Period of performance: 1/07/16-01/06/17.


Unit Price: $___________ Total CLIN Price: $___________



CLIN 0006, Lab Coats
Laundry services to be performed in accordance with the Statement of Work.
Quantity: (364), Unit of Issue: each
Period of performance: 1/07/16-01/06/17.


Unit Price: $___________ Total CLIN Price: $___________



CLIN 0007, Scrub Bottoms
Laundry services to be performed in accordance with the Statement of Work.
Quantity: (2,288), Unit of Issue: each
Period of performance: 1/07/16-01/06/17.


Unit Price: $___________ Total CLIN Price: $___________



CLIN 0008, Scrub Tops
Laundry services to be performed in accordance with the Statement of Work.
Quantity: (2,288), Unit of Issue: each
Period of performance: 1/07/16-01/06/17.


Unit Price: $___________ Total CLIN Price: $___________



CLIN 0009, Barrier Gowns
Laundry services to be performed in accordance with the Statement of Work.
Quantity: (50), Unit of Issue: each
Period of performance: 1/07/16-01/06/17.


Unit Price: $___________ Total CLIN Price:$___________
CLIN 0010, Laundry Bags
Laundry services to be performed in accordance with the Statement of Work.
Quantity: (312), Unit of Issue: each
Period of performance: 1/07/16-01/06/17.


Unit Price: $___________ Total CLIN Price: $___________



CLIN 0011, Patient Gowns
Laundry services to be performed in accordance with the Statement of Work.
Quantity: (2,080), Unit of Issue: each
Period of performance: 1/07/16-01/06/17.


Unit Price: $___________ Total CLIN Price: $___________


CLIN 0012, Patient Curtains
Laundry services to be performed in accordance with the Statement of Work.
Quantity: (36), Unit of Issue: each
Period of performance: 1/07/16-01/06/17.


Unit Price: $___________ Total CLIN Price: $___________



This solicitation incorporates the following FAR and DFARS Clauses/Provisions:
52.204-7 Central Contractor Registration (FEB 2012)
52.204-13 Central Contractor Registration - Maintenance (JUL 2013)
52.212-1 Instruction to Offerors-Commercial Items (APR 2014)
52.212-2, Evaluation - Commercial Items (JAN 1999),
52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2015)
52.212-4 Contract Terms and Conditions-Commercial Items (DEC 2014)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (MAR 2015)
52.219-28 Post Award Small Business Program Representation (APR 2012)
52.222-3 Convict Labor (JUN 2007)
52.222-19 Child Labor -- Cooperation with Authorities and Remedies
(JAN 2006)
52.222-21 Prohibition of Segregated Facilities (FEB 1999)
52.222-26 Equal Opportunity (MAR 2002)
52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)
52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C.)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While
Driving (Aug 2011)(E.O. 13513)
52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)
52.232-33 Payment by Electronic Funds Transfer-Central Contractor
Registration (OCT 2003)

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):
http://farsite.hill.af.mil/VFFARa.htm
(End of clause)
252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (NOV 2013)
252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013)
252.225-7001 Buy American and Balance of Payment Program (DEC2012) (41U.S.C. chapter 83, E.O. 10582
252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003)
252.232-7003 Electronic Submission of Payment Requests and Receiving Report (MAR 2008) (10U.S.C. 2227
NMCAR SUBPART 5237.102 (90) -SERVICE CONTRACTS GENERAL


"The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the (NAMED COMPONENT) via a secure data collections site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/


Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the Help desk link at http:://www.ecmra.mil"
NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011)


(a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP).


(b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website:


http://www.cnic.navy.mil/regions/cnrsw/installations/navbase_san_diego/om/forfo_protection/rapid_gate.html, and popular links.
For more information or to enroll in the NCACS Program, call: 1.877.727.4342.
For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653


(c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP.



STATEMENT OF WORK
LAUNDRY SERVICES FOR Naval Branch Health Clinic
SECTION A: GENERAL WORK STATEMENT
A. The purpose of the contract is to provide laundry services to the Naval Branch Health Clinic, Pasture Rd., Bldg. 299 Fallon, NV 89496 for the period of 07 JAN 2016 through 06 JAN 2017 with four option years.


B. The point of contacts (POC) after award of the contract are the following:


Radiology Tech Supply Tech
HM3 Jordan Litke Rhonda Wood
(775) 426-3124 (775) 426-4584


SECTION B: EQUIPMENT


B.1. GOVERNMENT OWNED EQUIPMENT
The contractor may use the Naval Branch Health Clinic loading dock and scale for cart storage, loading, off-loading, and weighing. No other 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.l. SPECIFICATIONS FOR THE NAVAL BRANCH HEALTH CLINIC
All work under this contract shall be accomplished in accordance with specifications in MIL- STD 665D, with amendments and revisions thereto, and with any Military Specifications of Standards cited herein. In addition, because of the uniqueness of hospital requirements, the contractor shall maintain adequate procedures for collecting, 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 (TJC) Regulations.


C.2. SCOPE
The contractor will pick-up and launder dirty laundry, sort and deliver the clean linen once a week on Monday excluding Federal Holidays between the hours of 0730 and 1400. Transportation of soiled and clean linen will be in carts provided by the contractor.
Folding specifications are necessary to meet existing storage requirements. The workload stated in the following schedule is approximate and in no way is to be considered as a guarantee by the Government.


WEIGHING and COUNTING OF ARTICLES


a. Delivery. The contractor shall record the number of pounds of clean linen delivered on the delivery ticket and the government representative will verify the amount. Contractor will count pieces of clean linen to include those items priced by pounds and provide to government for reporting purposes. The contractor shall provide the tickets and furnish the government the original and one copy.
b. Pick-up. Weighing of soiled linen shall be done by government personnel prior to pick-up. The contractor shall sign a government-issued ticket for soiled linen picked up and, within two working days after pickup, Monday through Friday, notify the government QAP in writing of agreement or disagreement with the weight and count. The pick-up slip will be retained by the government for computing variance in weight when clean/dry laundry is delivered.


1.5. RE-PERFORMANCE OF LAUNDERING/DRY CLEANING. The contractor shall re- perform cleaning of items identified as unsatisfactorily cleaned by the QAP at no additional cost to the Government. Item(s) shall be re-cleaned and returned to the same exchange point the next scheduled normal delivery day. If the return period falls on a holiday, item(s) shall be returned the next scheduled normal delivery day following the holiday. The contractor shall ensure item(s) re-cleaned are segregated from other cleaned laundry and identified as "re-cleaned" by a label or tag marked "re-cleaned," and include the date and load number with which the items were originally returned. The weight of the returned items shall be deducted from the total daily weight on the day the discrepancy was noted.


1.11. PACKING AND BUNDLING PROCEDURES FOR LAUNDRY. All items shall be separated by size, color, and content and clearly marked, bundled, tied with the quantity of each marked on delivery bin. Laundry delivered Naval Branch Health Clinic shall be wrapped in accordance with method of finish codes and bundled as follows:


METHOD OF FINISH CODES


WDF Wash, dry, fold WP Wrap finished work in clear film seal
I Pressed on flatwork ironing equipment WK Wrap finished work in kraft paper
P Pressed on commercial pressing equip PB Return in plastic garment bag
D Tumbled Dry W Wash in warm water
T Tie items with twine/string R Roll
F Fold CF Clear film sealed
WD Wash & Dry SC Sorted by Color
DL Department Label (ie Lab, Dental, etc)
FB Folded and bundled OH Return finished work on hanger


 



WORKLOAD ESTIMATES DATA


ITEM DESCRIPTION NUMBER OF ITEMS SCHEDULE REQUIREMENT Finish Code
Thermal Blankets 620 Annually WDF,I,T,WP
Hospital Sheets (Twin, Flat) 2,600 Annually WDF,I,T,WP
Pillow Slips 1,500 Annually WDF,I,T,WP
Green Doctor Towels 780 Annually WDF,I,T,WP
Bath Towel 520 Annually WDF,T,WP
Patient Gown 2,080 Annually WDF,I,T,WP
Lab Coats
(9 Personnel, 5 issued) 364 Annually WDF,P, DL, OH
Barrier Gowns 50 Annually WDF,P, DL, OH
Scrub Tops (Sm-XL)
(9 Personnel; 20 Sm, 20 Med, 30 Lg, 20 XL) 2,288 Annually WDF,I,T,WP
Scrub Pants(Sm-XL)
(9 Personnel; 20 Sm, 20 Med, 30 Lg, 20 XL) 2,288 Annually WDF,I,T,WP
Laundry Bags 312 Annually WDF,I,T,WP
Patient Curtain 36 Semi-Annually (Qty. 18) WDF,T,WP

C.3 TORN LINEN UNSERVICEABLE ARTICLES
All unserviceable and torn articles shall be separated from the serviceable linen and returned to the contractor and credit will be given government.


C.4. LAUNDRY
Laundry identified in the estimated pieced per year listed in Section C.2. is for use within the Naval Branch Health Clinics. 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 Naval Hospital.


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 Naval Hospital in a closed plastic bag.


C. Linen that is saturated with blood or body fluids shall be processed to remove stains.


D. Heavily soiled 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 a 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. Flatwork finished laundry shall be washed, dried, pressed, folded, sorted, and the quantity packaged according to item and color. Flatwork ward dresses, green, white scrub tops and bottoms, scrub dresses, tablecloths, and napkins. See Section C.2 for folding dimensions of laundered items.


G. Rough finished laundry shall be washed, dried, folded and quantity packaged according to item, see Section C.2. Rough finished 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 a suitable ionizing agent. Additionally, between 1 October and 30 April each year, all laundry shall be laundered with Ionizing Agent.



C.8. MATERIAL CLASSIFICATION AND PACKAGING
In accordance with paragraph 1.2 of MIL-STD 665D, the information contained in Section C.2, concerns the Type/Class of laundry services for items furnished to the contractor for laundering. High volume items shall be returned in separate carts, i.e. sheets, towels, laundry bags, etc. Strict segregation of items shall be observed. Each cart shall be covered during transportation to prevent contamination. Low volume items may be returned with no more than three (3) items in each cart. Carts containing mixed items shall be labeled indicating contents and laundry shall be layered according to item.


C.9. INFECTION CONTROL/SANITATION STANDARDS
The contractor shall provide a written Infection Control Policy to the Contracting Officer Representative (COR) prior to contract start date. The contractor must ensure that infection control/sanitation standards are upheld in the laundry area Government Representatives will have the right to hold periodic inspections of the contractor's facility. With or without prior notification, these inspections will be performed as required by the Infection Control Regulations of the hospital. The following minimum standards apply:


A. CLEAN LAUNDRY
1. The laundry processing chain shall be arranged so that there is no contact between soiled and processed laundry, and no interchange of personnel.
2. Clean and soiled laundry shall be transported in separate carts.
3. Laundry shall be handled with a minimum of shaking and agitating.


B. DIRTY LAUNDRY
1. Soiled laundry shall be sorted in a room set apart from the main laundry area. There will be separate entry doors for soiled laundry and clean laundry areas.
2. Laundry from operating rooms shall be washed separately.
3. Soap, bleach, and germicide shall be used in accordance with the manufacturer's recommendations.


4. Trucks shall be cleaned on a rotating basis (but not less than weekly) and kept free of gross contamination, and stored in an area as free of contamination as feasible.


C. PLASTIC BAGS
1. At least weekly, all used bags shall be incinerated.


C.10. REQUIRED EMPLOYEE TRAINING
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 hospital 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.11. QUALITY CONTROL/ASSURANCE PROGRAM
The 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:


l. An inspection system covering all the services stated. It must specify areas to be inspected on either a scheduled or unscheduled basis or 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.
4. Prevention of quality problems. The contractor shall employ his commercial quality control program/procedures to identify, prevent and ensure non-recurrence of defective services. Through implementation of the contractor's quality control program/procedures, the government shall receive quality services meeting the requirements of this contract.


4.2. DODI 3020.37, CONTINUATION OF ESSENTIAL DOD CONTRACTOR SERVICES DURING CRISIS. None of the services required by this contract as identified are essential as defined and described in DoD Instruction 3020.37, Continuation of Essential DoD Contractor Services During Crises.


C.12. DIRECTIVES
The following listed government directives will be provided by the Naval Branch Health Clinic to the contractor and require mandatory compliance:


NUMBER SUBJECT
NAVHOSPLEMINST 6220.8F CH-1 INFECTION CONTROL 17 DEC 2014
PROGRAM


CURRENT EDITION ACCREDITIATION MANUAL FOR HOSPITALS DEVELOPED BY
THE JOINT COMMISSION, 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 five (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 6.5 hours window between the times of 0730 and 1400 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 branch health clinic 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 and shall be extended to show daily dollar amounts. The monthly 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.


C.15. PERFORMANCE REQUIREMENTS SUMMARY
1. The Government's primary quality assurance procedures are based on random sampling of the recurring output products of the contract using the concepts of MIL-STD 105D. Other areas will be reviewed periodically (i.e. Monthly, Quarterly, Semi-Annually).



2. The criteria for satisfactory and unsatisfactory performance is as follows:
a. THE REQUISITION SURVEYED BY SAMPLING: Criteria are derived from MIL-STD LO5D based on the lot size, sample size, and AQL for each contract requirement. When the number of defects in the contractor's performance discovered by the COTR exceed the allowable number defects, the contractor shall be required 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. In accordance with the general clause 52.246-4, "Inspection of Services", the contractor will not be paid for services not rendered in accordance with the standards set forth in this contract. The contractor is required to rework the services found by the Government to be unsatisfactorily performed. Because the sample represents the entire work requirements, the rework of the defects found by the Government shall not reduce the overall rating of that served.


b. FOR REQUIREMENTS NOT SURVEYED BY SAMPLING: The criteria for these requirements were derived from estimates of the level of performance experienced when the service was done by the Government personnel and are the level of performance deemed acceptable to the Government personnel and are the level of performance deemed acceptable to the Government. The use of the contract discrepancy report and nonpayment provision, as described above, applies to these requirements as well.


3. The contractor shall be paid for all performed in accordance with the contract standards. Monthly payment will be reduced for unsatisfactory performance, using the following methods:


a. Each month contractor performance will be evaluated according to contract standards and acceptable quality assurance surveillance plan (QASP).


b. If performance in any required service is unsatisfactory, and the poor performance was not caused by Government action, or lack of action, an amount of money up to the monthly line item price times that percentage cost of the service as stated in column five of the performance requirements summary shall be deducted.


4. Monthly payment to the contractor will be reduced for unsatisfactory performance using the following methods:


a. FOR AREA SURVEYED BY SAMPLING:
1. Example of deduction computation using sampling surveillance. In a laundry services contract, the COTR would survey "wash formulas" as a single performance requirement for the performance requirement summary (PRS). Random sampling results show that the AQL of the 4% has been exceeded.
(a) Contract price per month for Laundry services $10,000


(b) Per cent total contract
Price for wash formulas x 10%
(c) Total price for wash formulas Per month $ 1,000


(d) Lot size = 450


(e) ) Sample size = 50


(f) Number of defects found = 20 (exceed reject level)


(g) Percentage of sample found Defective (20/50) x 40%


(h) deduction for services not
performed (line c x line g) x 400



2. Example of deduction computation for areas not surveyed by sampling: Transportation of laundry is unsatisfactory, when the inspection was made, five defects were found. Unsatisfactory performance is when four or more defects are discovered. Deduction computation is as follows:


(a) contract price per month
for laundry services $10,000


(b) per cent of total contract
price for wash formulas x 5%


(c) ) total price for wash
formulas per month $500


(d) lot size = 96
(e) AQL = 4%


(f) ) reject level (line d x line e) =4(round up)


(g) number of defects = 5


(h) defective percentage of transportation of laundry
(5/96) X 5%
(i) deduction for service not performed to
(line c x line h) $25


NOTE: When not using sampling, the deduction computation is the same as for sampling except that the number of defects found is divided by the lot size, not the sample size, to determine the percentage of service defective.


 


 


 


Elizabeth Sanders, Phone 619-532-8097, Email elizabeth.n.sanders.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP