United States - S--Bulk Laundry Services for Washington DC VA Medical Center

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
26 June 2019
Opportunity publication date
11 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 10, 2019 12:58 pm

1. Introduction:

A. 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; offers are being requested and a written solicitation will not be issued.

B. This solicitation is a Total Small Business Set-Aside. The applicable NAICS code is 812320 and the Small Business Size Standard is $5.5 million.

C. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-02. The full text of the provisions and clauses can be obtained from the following websites: http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/.

2. Responding to this solicitation. Offeror must submit its offer via Email to James.Whisner@va.gov. Offeror must provide the following information with its offer:

A. Legal entity name, address, DUNS of your company;

B. Information that demonstrates your company s:

(1) Experience performing bulk laundry services for hospitals.

(2) Capability to handle the DC VAMC s annual laundry workload. Include descriptions of your laundry facility such as where it s located, size, types of equipment inside it, facility s laundry capacity (e.g., pounds per day/year), layout/design for asepsis (whereby clean linen neither comes into contact with soiled linens nor shares the same physical space, thus avoiding cross-contamination and/or reintroduction of bacteria once processed). Include information pertaining to your laundry facility s certifications (e.g., HLAC Certification, TRSA Certification, Joint Commission Seal of Approval, etc.).

(3) Delivery capabilities (e.g., vehicle fleet size & makeup).

(4) Project Manager s specialized hospital laundry experience (3 years minimum) and accessibility to DC VAMC s laundry manager to address complaints or other issues at any time.

(5) Contingency plans to continue operations during periods of disruption caused by internal or external events (e.g., mechanical failures, natural disasters, personnel shortages, etc.).

(6) Quality control programs employed to ensure laundry is cleaned & sanitized, picked up & delivered timely, inventoried & accountable (i.e., all laundry taken from the DC VAMC is returned to the DC VAMC).

(7) Capability to adhere to the Government s sustainability-related performance requirements concerning the use of biopreferred products. Include other sustainable practices your company has implemented that will reduce the environmental impact of the service provided (e.g., use of fuel-efficient vehicles, recycling/reuse programs, bulk packaging, energy efficient equipment, etc.).

(8) Compliance with Limitations on Subcontracting: Describe any relationship to the offeror of any personnel who will be providing services under the contract that are not directly employed by the offeror. Provide a copy of offeror s written teaming arrangement or subcontracting plan that explains each party s specific responsibilities/activities regarding the performance of the contract, as well as the duration and terms of the arrangement.

C. Completed Price Schedule for CLINs 0001 through 5001 (see the Price Schedule Attachment for CLIN descriptions). Enter the monthly unit prices and amounts (Amount = Quantity X Unit Price) for each CLIN and the Grand Total;

D. Completed Immigration & Indemnity Certification (see Solicitation Attachment);

E. Offeror must send the Past Performance Questionnaire (PPQ) that s attached to this notice to its references and ensure that the references submit a completed PPQ to James.Whisner@va.gov by the closing date and time of the solicitation. The first 3 completed PPQs received will be used for evaluation purposes and all other additional questionnaires received for the same offeror will be discarded without consideration; likewise, questionnaires received after the solicitation closing date will be discarded without consideration. The Government may also obtain other past performance information, if available for your company, from the Contractor Performance Assessment Reporting System website.

3. Date & time offers are due: June 26, 2019 at 11:00 AM EDT.

4. Evaluation-Commercial Items. The Government intends to perform a comparative evaluation of offers in accordance with FAR 13.106-2(b)(3) to determine which offer provides the best benefit to the Government. The Government reserves the right to select a response that provides benefit to the Government that exceeds the minimum, but is not required to select a response that exceeds the minimum if it provides no value or benefit to the Government. The Government will evaluate quotes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

***The apparent successful offeror s laundry facility shall undergo and pass an inspection prior to award to ensure the facility is acceptable in the areas of sanitation, textile processing, infection prevention and control and safety (per VHA Directive 1850.07). The inspection will be conducted by select personnel from the DC VAMC.***

5. Description of Work:

A. Contractor shall furnish all resources (labor, carts, equipment, supervision, management, supplies, facilities, transportation) necessary for the provision of bulk laundry services for the Washington DC VAMC. The annual estimated weight of items to be laundered is 927,783 pounds. While it is impossible to determine the exact quantities of items that will be laundered during the contract term, Contractor shall be required to launder the items provided to it by the DC VAMC. (See the Work Statement attachment for more details regarding the requirements.)

B. Contract Line Item Numbers, quantities, unit of measure: (see the Price Schedule attachment).

6. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition, including the following addenda:

A. 52.204-7, System for Award Management (OCT 2018);

B. 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016);

C. 52.209-7, Information Regarding Responsibility Matters (OCT 2018);

D. 52.216-1, Type of Contract (APR 1984). Fill-in information: firm-fixed price;

E. 52.223-1, Biobased Product Certification (MAY 2012);

F. 52.233-2, Service of Protest (SEPT 2006);

G. 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors

(JUL 2016);

H. 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018); and

I. 852.233-71, Alternate Protest Procedure (OCT 2018).

7. Offeror Representations and Certifications. Offeror must include a completed copy of the provision at 52.212-3. The offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision.

8. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition, including the following addenda:

A. 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of

Whistleblower Rights (APR 2014);

B. 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011);

C. 52.204-13, System for Award Management Maintenance (OCT 2018);

D. 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016);

E. 52.217-9, Option to Extend the Term of the Contract (MAR 2000). Paragraph (a) fill-in information: 30 days of contract expiration; 60 days. Paragraph (c) fill-in information: 5 years;

F. 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts

(SEPT 2013);

G. 52.232-18, Availability of Funds (APR 1984);

H. 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013);

I. 52.237-3, Continuity of Services (JAN 1991);

J. 852.203-70, Commercial Advertising (MAY 2008);

K. 852.215-71, Evaluation Factor Commitments (DEC 2009);

L. 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018);

M. 852.219-75, Subcontracting Commitments Monitoring and Compliance (JUL 2018);

N. 852.232-72, Electronic Submission of Payment Requests (NOV 2018);

O. 852.237-70, Contractor Responsibilities (APR 1984); and

P. 852.270-1 Representatives of Contracting Officers (JAN 2008).

9. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition, including the additional FAR clauses cited in the clause:

A. 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006);

B. 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018);

C. 52.204-14, Service Contract Reporting Requirements (OCT 2016);

D. 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015);

E. 52.209-9, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015);

F. 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011);

G. 52.219-8, Utilization of Small Business Concerns (OCT 2018);

H. 52.219-14, Limitations on Subcontracting (Jan 2017);

I. 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013);

J. 52.222-3, Convict Labor (JUNE 2003);

K. 52.222-21, Prohibition of Segregated Facilities (APR 2015);

L. 52.222-26, Equal Opportunity (SEPT 2016);

M. 52.222-35, Equal Opportunity for Veterans (OCT 2015);

N. 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014);

O. 52.222-37, Employment Reports on Veterans (FEB 2016);

P. 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010);

Q. 52.222-50, Combating Trafficking in Persons (MAR 2015);

R. 52.222-54, Employment Eligibility Verification (OCT 2015);

S. 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008);

T. 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018);

U. 52.222-41, Service Contract Labor Standards (AUG 2018);

V. 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014); Assembler NA-2, Finisher, Flatwork, Machine NA-2, Presser, Hand NA-2, Presser, Machine, Wearing Apparel, Laundry NA-2, Washer, Machine (Washman) NA-3, Truck Driver, Medium WG-7;

W. 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (AUG 2018);

X. 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015); and

Y. 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017).

10. 52.222-49, Service Contract Labor Standards Place of Performance Unknown (MAY 2014).

11. The Service Contract Labor Standards apply to this contract. Although the place of performance is unknown, a Department of Labor Wage Determination is attached to this solicitation for the possible places of performance. The Contracting Officer will obtain a Department of Labor Wage Determination for other possible places of performance if asked to do so in writing before the closing date of this solicitation. Otherwise, the appropriate Department of Labor Wage Determination will be incorporated in the resulting contract pursuant to FAR 52.222-49.

Opportunity closing date
26 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs Department of Veterans Affairs Medical Center United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?