Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2011 FBO #3563
DOCUMENT

S -- Laundry Service DC VAHCS Base + 2 Option Years - Attachment

Notice Date
8/25/2011
 
Notice Type
Attachment
 
NAICS
812331 — Linen Supply
 
Contracting Office
Department of Veterans Affairs;VAMC;10 N Greene St;Baltimore MD 21201
 
ZIP Code
21201
 
Solicitation Number
VA24511RI0251
 
Response Due
9/2/2011
 
Archive Date
9/7/2011
 
Point of Contact
vanessa.jacobs@ va.gov
 
E-Mail Address
Contracting Officer
(vanessa.jacobs@va.gov)
 
Small Business Set-Aside
N/A
 
Description
1)Type of Notification: Sources Sought (FBO) This is a sources sought synopsis only, (not a pre-solicitation notice pursuant to FAR Part 5). The purpose of this notice is to gain knowledge of potential qualified sources. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact 2)Description: Linen Exchange Services The following is a brief summary of the specification required Contractor shall furnish all labor, supervision materials, and equipment necessary to accomplish complete Linen Services for Department of Veterans Affairs Medical Center - Fisher House at 50 Irving Street, Washington, DC. Offers shall be submitted on a unit price per pound of services laundry (clean weight). Estimated lbs per month-7200 lbs 3)The Department of Veterans Affairs, Network Contracting Activity, VISN 5 intends to solicit a Firm-fixed-price, single contract award for Bulk Laundry/Linen Services to be provided to the VISN 5, Veteran Affairs Medical Center located in Washington, DC. 4)The work required by this Performance Work Statement (PWS), consists of furnishing the physical laundry plant (at an off-site location), all labor, supervision, management, management support, supplies, ancillary equipment, vehicles and materials bulk delivery, transportation, and facilities necessary to perform Contractor Owned/Contractor Operated bulk laundry/linen services 5)PERIOD OF PERFORMANCE: The anticipated period of performance for this procurement will be September 20, 2011 through September 20, 2012, plus two (2) additional one year option periods that may be exercised at the discretion of the Government. 6)A Request for Proposals (RFP) for this service is estimated to be released on or about September 6, 2011. This solicitation is issued as a commercial item in accordance with FAR Part 12, in conjunction with Far Part 15 and shall be evaluated in accordance with FAR Part 52.212-2. 7)This requirement will be issued 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. 8)METHOD OF AWARD - CASCADE PROCEDURE: Any award(s) resulting from this solicitation will be made using the following cascade order of precedence: 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. 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. 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. 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. 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. Adequate competition shall be deemed to exist if- At least two competitive offers are received from qualified, responsible business concerns at the tier under consideration; and Award will be made at fair market prices as determined in accordance with FAR 19.202- 6.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. 7. One 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. 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. Interested offerors should contact the contracting officer via email @ vanessa.jacobs@va.gov. No phone calls or fax will be accepted
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA24511RI0251/listing.html)
 
Document(s)
Attachment
 
File Name: VA-245-11-RI-0251 VA-245-11-RI-0251_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=241940&FileName=VA-245-11-RI-0251-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=241940&FileName=VA-245-11-RI-0251-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs Medical Center;Fisher House 50 Irving Street, Washington, DC
Zip Code: 204422
 
Record
SN02550072-W 20110827/110826000431-6160d407162810e05cd02c8d572c4ed9 (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.