Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2011 FBO #3445
DOCUMENT

S -- VISN 7 LAUNDRY/LINEN SERVICES - Attachment

Notice Date
4/29/2011
 
Notice Type
Attachment
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of Veterans Affairs;VISN 7 Network Contracting Activity;501 Greene Street;Hatcher Building - Suite 2;Augusta GA 30901
 
ZIP Code
30901
 
Solicitation Number
VA24711RP0098
 
Response Due
5/27/2011
 
Archive Date
8/25/2011
 
Point of Contact
Robin Jones
 
E-Mail Address
3-0188
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, Network Contracting Activity, VA Southeast Network - VISN 7 intends to solicit a Firm-fixed-price, Indefinite-delivery/Indefinite-quantity single contract award for laundry/linen services. The contractor shall furnish the physical laundry plant (at an off-site location), all labor, equipment, supervision, management, support, supplies, communized linen and textile items, bulk delivery, transportation, ancillary equipment, vehicles, and facilities necessary to perform Contractor Owned/Contractor Operated bulk laundry/linen services in excess of 5 million pounds and tasks required for the Department of Veterans Affairs, VISN 7, which includes the following locations: 1.Atlanta VA Medical Center, 1670 Clairmont Road, Decatur, GA 30033 2.Augusta VA Medical Center (Uptown Division), 1 Freedom Way, Augusta, GA 30904, Augusta VA Medical Center (Downtown Division), 800 Balie Street, Augusta, GA 30904 and two Augusta-Community Based Outpatient Clinics (CBOC) located in Athens, GA and Aiken, SC., requiring once a month delivery and pickup 3.Carl Vinson VA Medical Center, 1826 Veterans Boulevard, Dublin, GA 24376 4.Ralph H. Johnson VA Medical Center, 109 Bee Street, Charleston, SC 29401 Delivery: Monday - Friday 11:00 am and 12:00 noon 5.W.J.B. Dorn VA Medical Center, 6439 Garners Ferry Road, Columbia, SC 29209 The period of performance for this procurement will be 1 October 2011 through 30 September 2012, plus four (4) one year renewal options that may be exercised at the discretion of the Government. A Request for Proposals (RFP) for this service is estimated to be released on or about 6 May 2011. This solicitation is issued as a commercial item in accordance with FAR Part 12, 13 and shall be evaluated in accordance with FAR Part 13. The RFP VA-247-11-RP-0098 will be advertised as Unrestricted following cascade order of precedence with North American Industry Classification (NAICS) code for this procurement is 812332, Laundry services, industrial and the size standards $35.5M. See http://www.sba.gov/category/navigation-structure/contracting/contracting-officials/size-standards. METHOD OF AWARD - CASCADE PROCEDURE 1. Any award(s) resulting from this solicitation will be made using the following cascade order of precedence: 1.1. In accordance with FAR Subpart 19.14 and PL 109-461, award under this solicitation will be made on a competitive basis first to an eligible Service Disabled Veteran Owned small business (SDVOSB) concern (see Section K, FAR 52.219-1, "Small Business Program Representations" for small business size definition) who submits a responsive offer, provided that there is adequate competition among such firms. 1.2. If there is inadequate competition for award to a SDVOSB concern, award will be made competitively to an eligible Veteran Owned Small Business (VOSB) concern. 1.3. If there is inadequate competition for award to a VOSB concern, award will be made competitively to an 8a or HubZone small business concern. 1.4. If there is inadequate competition for award to an 8a or HubZone concern, award will be made competitively to a small business concern IAW FAR 19.5. 1.5. If there is inadequate competition for award to a small business concern, award will be made on the basis of full and open competition considering all responsive offers submitted by responsible business concerns. 2. Adequate competition shall be deemed to exist if- 2.1 At least two competitive offers are received from qualified, responsible business concerns at the tier under consideration; and 2.2. Award will be made at fair market prices as determined in accordance with FAR 19.202-6. 3. When there is inadequate competition at any tier, an otherwise competitive offer from a responsible business concern at that tier will be considered with the eligible offers for the next lower tier. For example, only one competitive offer is received from a SDVOSB business. That offer will be included with the offer(s) received from all VOSB businesses. If there is still inadequate competition, the offer from the SDVOSB business will then be included with SB offer(s) received; finally, if there is inadequate competition at the SB tier, the SDVOSB offer will be included with all responsive offers. 4. Award will be made to the offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and past performance considered. 5. Pricing will be firm fixed price for each line item identified. After receipt of proposals, a determination shall be made of which proposal(s) are in the competitive range for the purpose of conducting written and/or oral discussions, if necessary. Offerors should note that award may be made on the initial proposal. The offeror(s) with the lowest cost/price alone will not necessarily be awarded the contract. Only offerors from those firms regularly established in business of providing this type of service will be considered by the agency Details for site visits will be coordinated during the source selection process. Interested parties are encouraged to periodically re-visit the Federal Business Opportunities (FBO) website: www.fbo.gov for further information concerning this intended acquisition. NOTICE: ANY SERVICE-DISABLED, VETERAN-OWNED, SMALL BUSINESS SET-ASIDE. PROSPECTIVE CONTRACTORS ARE CAUTIONED THAT ANY BID OR PROPOSAL SUBMITTED IN RESPONSE TO THIS SOLICITATION MUST MEET THE CRITERIA IDENTIFIED BY 38 CFR, PART 74. ANY PERSON, PERSONS, OR BUSINESS ENTITY SUSPECTED OF MISREPRESENTING ITSELF FOR THE PURPOSE OF SECURING A GOVERNMENT CONTRACT MAY BE CRIMINALLY INVESTIGATED AND PROSECUTED FOR FRAUD AGAINST UNITED STATES OF AMERICA. PARTIES FOUND MISREPRESENTING THEIR STATUS ALSO RISK DEBARMENT FROM FURTHER GOVERNMENT CONTRACTS. All interested Service Disabled Veteran Owned Small Business (SDVOSB) firms must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov/ and registered at the VetBiz Vendor Information Pages: http://www.vip.vetbiz.gov/general_user/default.asp as a SDVOSB firm. NOTE: Effective 1 October 2010, an apparent successful offeror must apply for and have received verification status from the Center of Veterans Enterprise (CVE) PRIOR to receiving award. Annual Representations and Certifications must be current and filed online at https://orca.bpn.gov/. Interested offerors may obtain an electronic copy of the solicitation free at the URL address. Offerors are advised that they are responsible for obtaining any and all posted amendments. Any and all questions regarding this solicitation must be in writing on company letterhead to include telephone number, fax number and point of contract to the Network Contracting Activity, Attn: Robin Jones - Contract Specialist, email: robin.jones2@va.gov or faxed to Robin Jones @ (478)274-5578 no later than 20 May 2011. Please ensure that the subject line includes the solicitation number VA-247-11-RP-0098 Laundry/Linen Services. Telephone requests for information or questions will NOT be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AuVAMC/VAMCCO80220/VA24711RP0098/listing.html)
 
Document(s)
Attachment
 
File Name: VA-247-11-RP-0098 VA-247-11-RP-0098_2.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=196112&FileName=VA-247-11-RP-0098-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=196112&FileName=VA-247-11-RP-0098-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02436745-W 20110501/110429234554-86dd9445e2589e1d587ed9ee34b9bc15 (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 |
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.