Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2002 FBO #0089
SOLICITATION NOTICE

P -- Linen Recovery & Repair Services

Notice Date
2/27/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs, Network Business Center, 5901 East Seventh Street, Long Beach, California 90822
 
ZIP Code
90822
 
Solicitation Number
600-067-02
 
Response Due
3/8/2002
 
Archive Date
4/7/2002
 
Point of Contact
Point of Contact - Catherine Lackey, Contract Specialist, (562) 961-8066, Contracting Officer - Catherine Lackey, Contract Specialist, (562) 961-8066
 
E-Mail Address
Email your questions to Catherine Lackey
(catherine.morrison@med.va.gov)
 
Description
SUBPART: SERVICE CLASSCOD: P-SALVAGE SERVICES OFFADD: Department of Veterans Affairs, Network Business Center, 5901 East Seventh Street, Bldg. 149, Long Beach, Ca 90822 SUBJECT: LINEN RECOVERY & REPAIR SERVICE SOL: RFQ 600-067-02 DUE: 03/1/02 POC: CATHERINE L. LACKEY (562) 961-8066 DESC: Veterans Administration, VISN 22 Network Business Center intends to negotiate a Commercial Item (FAR Part 12) sole source contract with A & E Textile Recovery Services under the authority of FAR 6.302-1. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-03. Only one responsible source and no other services will satisfy agency requirements. A justification for other than full and open competition is being prepared in support of the acquisition. This procurement is to obtain a recovery and repair service of common service linen utilized at the Textile Care Facility, Greater Los Angeles Healthcare System, 11301 Wilshire Boulevard, Building 508, Los Angeles, California 90073The Government intends to award a firm-fixed price contract for a one year, with four (4) one (1) option renewal periods for recovery and repair service. Interested persons may identify their interest and capability to respond to the requirements or submit a proposal. This notice is not a request for competitive proposals. All proposals received by 4:00pm Pacific Daylight Time, March 1, 2002, will be considered by the Government. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Inquiries will only be accepted in writing by mail or by facsimile at (562) 961-8067. SPECIFICATIONS/REQUIREMENTS/SCOPE OF WORK. . The service will provide for collecting, removing, transporting, repairing all linen designated for repair. Repairs will be completed utilizing a thermal patch machine, an a industrial sewing machine. Service will provide for patching holes, sewing of seams and ties, repair all male and female snaps and mending of patient gowns and pajamas. White bed, and surgical green sheets than can not be repaired will be cut into pieces and made into pillowcases. Contractor will provide all necessary personnel, transportation and equipment to perform all services. Contractor will provide all necessary collection containers to the government facility as part of this contract at no additional cost above the agreed fee. The customer will be responsible for properly packaging and storing all linens designated for repair. Collection will be made within 48 hours after being contacted by a representative of the Greater LA Textile Care Facility Bldg. 508, between the hours 8:00am and 3:30pm. All repaired items will be returned by the contractor to Bldg. 508 within seven (7) days after pick-up. a. Liaison: The Contractor shall designate one (1) employee responsible for routine liaison in the performance and administration of the contract. Each facility has a designated Contracting Officer?s Technical Representative, West Los Angeles, Natalia Armstrong, (310) 478-3711, Ext 43010. The liaison shall respond to telephone inquiries initially by telephone. b. Performance. Contractor shall perform work without interference to laundry operations. Work required in the performance of this contract shall normally be performed at the discretion of the Contracting Officer?s Technical Representative. Only those services specified herein are authorized. Changes to the resulting contract are not authorized, unless in writing by the Contracting Officer. d. Invoices. Invoices shall be itemized to include the following: (1) invoice number and date; (2) contract number; (3 purchase order/obligation number and date; (4) net payment due. Contractor shall submit original monthly invoice, pre-printed with vendor?s name and address, to: VA Finance Center (691), P.O. Box 149971, Austin TX 78714. Effective January 1, 1999, payment shall be made by electronic funds transfer (EFT), or by Government commercial credit card. The order facility shall inform the Contractor at the time the order is placed that the credit card method of payment is desired and shall provide the necessary instructions for processing. e. Identification Badge/Uniform. All Contractor personnel are required to wear ID badges during the entire time they are on VA grounds. ID badges must have an identification picture and shall state the name of the individual and the company represented. Contractor personnel shall wear attire or uniforms that are as neat and clean as practical in the accomplishment of their work. CLAUSES/PROVISIONS. Contract clauses and provisions cited in this solicitation may be accessed electronically at these addresses; http://www.arnet.gov/far/ and http://www.va.gov/oa&,,/vaar/. Incorporated herein by reference are the following Federal Acquisition Regulation (FAR) Clauses/Provisions: 52.203-6, Restrictions on Subcontractors Sales to the Government; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; d. 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; 52.215-5 Facsimile Proposals (fax offers are accepted at 562/961-8067). Offerors must hold offer prices firm a minimum of 30 calendar days from date specified for receipt.); 52.216-28 Ordering; 52.217.8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.219-8 Utilization of Small Business Concerns; 52.219.14 Limitations on Subcontracting; 52.222.21 Prohibition of Segregrated Facilities; 52.222.26 Equal Opportunity; 52.222.43 Fair Labor Standards Act and Service Contract Act- Price Adjustment (Multiple Year and Option Year Contracts); 52.232-34 Payment by Electronic Funds Transfer-Other Central Contractor Registration; 52.233-2 Service of Protest; 52.237-2 Protection of Government Buildings; 52.242-15 Stop-Work Order. Incorporated herein by reference are the following VA Acquisition Regulation (VAAR) Clauses/Provisions: a. 852.237-70 Contractor Responsibilities; b. 852.216-70 Estimated Quantities; c. 852.270-1 Representatives of Contracting Officers; d. 852.270-4 Commercial Advertising; e. 852.233-70 Protest Content; and f. 852.233-71 Alternate Protest Procedures. Point of Contact is Catherine L. Lackey at (562) 961-8066.
 
Web Link
RFP 600-067-02
(http://www.bos.oamm.va.gov/solicitation?number=600-067-02)
 
Record
SN00031695-W 20020301/020227213144 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.