SOLICITATION NOTICE
S -- RFQ-11-100 Laundry Services for Winnebago IHS, NE - Solicitation Package
- Notice Date
- 2/3/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812320
— Drycleaning and Laundry Services (except Coin-Operated)
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
- ZIP Code
- 57401
- Solicitation Number
- RFQ-11-100(Winnebago-Laundry)
- Archive Date
- 3/31/2011
- Point of Contact
- Craig J. Wells, Phone: 6052267333, Deana Long, Phone: 605-226-7240
- E-Mail Address
-
craig.wells@ihs.gov, deana.long@ihs.gov
(craig.wells@ihs.gov, deana.long@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- FAR Clause 52.212-5 FAR Clause 52.212-4 FAR Clause 52.212-3 FAR Clause 52.212-2 FAR Clause 52.212-1 Laundry Facility Inspection Checklist HLAC Standards JCAHO Universal Precautions CDC Washing Infected Material CDC Guidelines Quality Assurance Surveillance Plan Price Schedule Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994)(Public Law 103-355) & FAR 37.4. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Aberdeen Area Indian Health Service (IHS) intends to award a firm fixed-price, non-personal service, commercial item, requirements type of contract in response to Request for Quote (RFQ) RFQ-11-100. This solicitation is a Small Business Set aside. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46. The associated North American Industry Classification System code is 812320 and the Small Business size standard is $5.0 million. The period of performance for the Base Year will be from the "Date of Award" or March 1, 2011 through February 29, 2012. Option Year 1 is from March 1, 2012 through February 28, 2013, Option Year 2 is from March 1, 2013 through February 28, 2014, Option Year 3 is from March 1, 20114 through February 28, 2015, Option Year 4 is from March 1, 2015 through February 28, 2016. The contract resulting from this solicitation is a requirements type of contract. A requirements contract does not obligate any funds. Funds will be obligated on as a needed basis and placed against this contract through the issuance of Delivery / Task Orders. Orders may be submitted electronically, facsimile, or hard copy. Security pre-clearance must be performed for any employees referred to IHS through this contract. Also, No contract award shall be made to any vendor or provider listed on the OIG Exclusion List http://exclusions.oig.hhs.gov throughout the duration of the contract. It shall be the responsibility of the contractor to notify the Acquisition Official if there is a change in provider. Fingerprints must be completed and adjudicated prior to services being performed under this contract. PURPOSE OF CONTRACT: See attached Statement of Work and Quality Assurance Surveillance Plan. Location is at the Winnebago IHS Hospital, Hwy 75/77 Winnebago, Nebraska 68071 or PO Box H Winnebago, Nebraska 68071 PRICE SCHEDULE: Laundry Services- the quoted unit pricing must be an all inclusive cost (to include but not be limited to transportation, food, lodging, per diem, and fringe benefits). The contractor is responsible for all associated costs for Laundry Services. This contract is for a base year plus four (4) one-year option years. 1. Complete attached Price Schedule. Attached are the Federal Acquisition Regulations (FAR) and the Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including the following: FAR 52.212-1 - Instructions to Offerors - Commercial Items (June 2008): Quotes shall be submitted on company letterhead stationery, signed and dated; it shall include: 1. Solicitation number 2. Closing date of February 14, 2011 at 12:00pm CST 3. Name, address, telephone number of the offeror and email address of the contact person. 4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; 5. Terms of any express warranty; 6. Price and any discount terms, including price schedule 7. "Remit to" address, if different than mailing address; 8. A completed copy of the representations and certifications at FAR 52.212-3; 9. Acknowledgement of Solicitation Amendments; 10. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-2 - Evaluation - Commercial Items (January 1999): In Addition to all required information. Please respond to all of the Technical Evaluation Questions listed below. A. Technical Capability Detailed work plan & schedule of events Detailed work plan addressing all activities, personnel resources, equipment, hrs, subcontract activity etc to accomplish tasks and subtasks; detailed to the level required; schedule in Microsoft project or equivalent showing resources, costs, milestone dates, and tracking system Personnel Qualifications Resumes, certificates, responsibilities of key personnel, identification and role of site project lead, training and current experience Equipment Capabilities Type of equipment, number to be used, how to be utilized, owned or leased, serviceability Subcontractors Who, how selected, experience with type of work, qualifications, project lead and qualifications, work plan and schedule of work to be performed, control to be exercised by prime contractor, problem resolution, B. Management Integrated Process Team Roles and responsibilities of the IPT process used by the contractor, usage, authorities, change control, forecasting, planning; charter, responsibilities for technical and business aspects C. Past Performance and Experience History of Delivery Performance 3 years of information on all contracts, subcontracts, and orders for all clients, federal, state, local, and commercial. Info is Contract #, type of contract, product or service furnished, $ value, POC technical and contractual names and phone numbers, past performance ratings, successes, shortcomings with explanations. If no prior past performance identify the names of the principals for the company and past employment with the info for that company History of Quality Conformance Nonconformance Covered in data furnished as above History of Cost Control Covered in data furnished as above Cooperation of Management Covered in data furnished as above D. Quality Control Detailed QC Plan Detailed quality control plan addressing how inspections will be performed; who responsible for inspections, identify reports/records/data generated, process of handling nonconformances to Quality standards, a schedule of inspections performed for completion of tasks and subtasks and intermediate inspections with rational for inspections; provide schedule in Microsoft project format or equivalent. Identify specific commercial standards to be in compliance with if so indicated in section 7 Performance Requirements Summary(Quality/Performance Stds) Data, Records, reports Provide copies of all inspection records/ data/reports for each type of inspection to be performed by the contractor evidencing the inspection and the results. Responsibility For QC Identification of the individual/ organization, subcontractor responsible for performing the inspection, qualifications, experience, successes FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (January 2011) - See attachment for full text and instruction for completion. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (June 2010) - See attachment; in by reference FAR 52.212-5 - Contract Terms & Condition's Required to Implement Statutes or Executive Orders - Commercial Items (January 2011) - See attachment for full text.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-11-100(Winnebago-Laundry)/listing.html)
- Place of Performance
- Address: Winnebago IHS Hospital, Hwy 75/77 Winnebago, Nebraska 68071 or PO Box H Winnebago, Winnebago, Nebraska, 68071, United States
- Zip Code: 68071
- Zip Code: 68071
- Record
- SN02372101-W 20110205/110203234059-0f19d2a8dee27f7af7c4680944c4648a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |