Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2014 FBO #4682
DOCUMENT

W -- SERVICE CONTRACT FOR LEASE OF LAB COATS - Attachment

Notice Date
9/17/2014
 
Notice Type
Attachment
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24914Q0953
 
Response Due
9/23/2014
 
Archive Date
10/23/2014
 
Point of Contact
Edrick Thomas
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written Solicitation will not be issued. This is a Total Small Business Set-Aside requirement only qualified offers may submit bids. Solicitation VA-249-14-Q-0953 is issued as a Request for Quotation (RFQ) and constitutes the only solicitation, a written solicitation will not be issued. NAICS Code is 315990 and size standard is 500 Employees. Any firm that does not meet the capability and size standard under this NAICS code should not submit a response to this notice. Contract Type: The government anticipates awarding Firm Fixed Price base period of (12) months, plus four (4), twelve (12) month option year contract. Award will be made to the lowest price quote which conforms to the requirements within this solicitation. In order to be considered for a government award, the firm must be registered in SAM @ www.sam.gov. Description of Services: Department of Veterans Affairs Medical Center Memphis, 1030 Jefferson Avenue, Memphis, Tennessee 38104 has a requirement for efficient full rental Lab Coat(s) service for the Pathology and Laboratory Medicine Service (P&LMS). Rental, Laundry, and Maintenance of laboratory coats for up to 60 employees to include 5 lab coats (1 for use, 2 for backup and 2 being laundered for each).Maintenance to include mending, button replacement, and replacement of coat should it become stained. Coats should be picked up weekly for laundry and repair. Quote Submission: Contractor shall submit their quote on company letterhead and shall include unit price, total, unit qty and item description as specified above, as offered discounts, proposed delivery time, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov, terms of any express warranty, unit price, overall total price, applicable shipping charges, completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. All prospective bidders must include appropriate references which must include all applicable company information. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. The offeror should provide past performance evidence. Past performance will be evaluated on an "acceptable" or "unacceptable" basis using the ratings in the table below based on the answers to the above capabilities questionnaire. The past performance evaluation results is an assessment of the offeror's probability of meeting the minimum past performance solicitation requirements. This assessment is based on the offeror's record of relevant and recent past performance information that pertain to the products and/or services outlined in the solicitation requirements. Past performance information may be obtained through other sources known to the VA and the Federal Government. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability "unknown" shall be considered "acceptable." All questions regarding this solicitation must be submitted to the Contract Specialist in writing by e-mail to Edrick.Thomas@va.gov no later than 8:00AM CST, September 19, 2014. All responses to questions will be incorporated into a written amendment posted to the Federal Business Opportunities website (www.fbo.gov). Amendments to this Solicitation: Offerors are encouraged to monitor the Federal Business Opportunities website with respect to this solicitation because any amendments to this Solicitation will be posted on that website (www.fbo.gov). Quotes must be received September 23, 2014 by 8:00 AM CST. Email your quote to Edrick.Thomas@va.gov. The subject line must specify VA-249-14-Q-0953 - Service Contract for Lab Coats Rental -VAMC Memphis and quotes should be broken down as such: Base Year10-01-2014 - 09-30-2015$ Option Year 1: 10-01-2015 - 09-30-2016$ Option Year 2: 10-01-2016 - 09-30-2017$ Option Year 3:10-01-2017 - 09-30-2018$ Option Year 4:10-01-2018 - 09-30-2019$ Total For Base & Option Years$ Solicitation document and incorporated FAR and VAAR provisions and clauses apply to this acquisition: 52.204-7, Central Contractor Registration - title is now System for Award Management [SAM]. 52.212-1, Instructions to Offerors-Commercial 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items 52.217-8, Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.219-6, Notice of Total Small Business Set-Aside 52.233-3, Protest after Award 52.222-3, Convict Labor 52.232-19, Availability of Funds for the Next Fiscal Year 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-39, Unenforceability of Unauthorized Obligations 852.203-70, Commercial Advertising 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 852.270-1, Representatives of Contracting Officers 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es). 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at www.arnnet.gov. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis. STATEMENT OF WORK 1.INTRODUCTION AND SCOPE OF WORK: Department of Veterans Affairs Medical Center Memphis, 1030 Jefferson Avenue, Memphis, Tennessee 38104 has a requirement for efficient full rental Lab Coat(s) service for the Pathology and Laboratory Medicine Service (P&LMS). Rental, Laundry, and Maintenance of laboratory coats for up to 60 employees to include 5 lab coats (1 for use, 2 for backup and 2 being laundered for each).Maintenance to include mending, button replacement, and replacement of coat should it become stained. Coats should be picked up weekly for laundry and repair. Pathology & Laboratory Medicine reserves the right to add or subtract the number of employees for whom coats are ordered at the same cost. 2.REQUIREMENTS: a.Lab Coats provided are to be of high quality. b.Lab Coats must be white, non-permeable, densely woven fabric, employing continuous c.polyester/cotton yarns d.The design of the coats must be a high neck closure and closed cuffed sleeves. e.Each employee shall receive a set of uniforms for each day the employee works over a one (1) week period to include 5 lab coats (1 for use, 2 for backup and 2 being laundered for each). f.Vendor shall provide bi-weekly pick-up and delivery to designated location. g.The number of lab coats in the rotation of clean/dirty should be sufficient to provide approximately 60 clean lab coats bi-weekly consisting of all sizes M-XXL. h.Each employee's coat shall be properly laundered and neatly pressed, and returned in covered packaging to the appropriate work location. Pressing of lab coats will be accordance with acceptable standards and the best industry practices. i.All coats shall be maintained in a reasonable condition including the replacement of buttons and sewing of any rips. All badly damaged garments during the contract period or garments deemed to be faded, shabby or unfit to wear by P&LMS representatives shall be replaced. Vendor shall be responsible for individual inspections of coats after washing for rips, tears, stains, and broken closure mechanisms. j.The Vendor shall provide on-site sizing for every employee for appearance, comfort and safety, or samples for sizing must be provided. k.Provide bags for soiled coats on-site. l.All replacement of garments shall be with new garments. Garments shall be tagged, returned in a repaired condition, or replaced within a two (2) week delivery at no cost to P&LMS. m.P&LMS needs the flexibility to change counts as needed. n.Vendor will be required to meet with P&LMS personnel on a regular basis to discuss performance issues. 3.DELIVERABLES: Delivery of Garments: The contractor shall pick up and deliver at the frequency listed above. In addition, vendor shall be responsible to ensure delivery is made to a P&LMS designated point of contact at site. Deliver to P&LMS all lab coats clean and free of any and all stain/odor. Provide its employees with a photo identification badge when delivering to site. 4.TASKS: A.REPAIRS: Missing buttons, rips, tears, and other damage that can be repaired shall be accomplished on a bi-weekly basis. Lab coats shall be inspected prior to being returned to employees to ensure that the garments are fit for use. P&LMS' employees should not be required to call to the Bidder's attention for the need to repair. B.LOST OR DAMAGED GARMENTS: P&LMS will only consider invoices for lost or damaged garments when there is a receipt signed by a responsible P&LMS employee verifying the loss or damage. The receipt must be specific to the purpose, and detailed. General statement that state loss or damage occurred without details of garment type, quantity, date garment was issued new and personnel involved, shall not be considered. P&LMS will assume responsibility for any documented losses where the loss has been proven to occur while the garment was in the custody of a P&LMS employee. Payment for said garments shall be based on the Vendor's contract value. The initial price of garments is to be no more than the rental price listed in this solicitation. Invoices for lost or damaged uniforms will only be paid when it is proven that the uniform was damaged through negligence of the P&LMS employee. C.CLEANING REQUIREMENTS: Lab coat shall be laundered to the highest industry standards with hypoallergenic detergents, neatly pressed and returned to each employee. Lab coats that have stains too deep to be effectively cleaned shall have an explanation attached to the garment when returned. Garments shall be free of wrinkles. D.LAB COAT REPLACEMENT POLICY: The contractor shall be responsible for the identification and repair of all damage to the rented Lab coats. Lab coats shall be maintained in a constant state of superior condition, with buttons securely attached and missing buttons replaced. All lab coats considered unsightly due to mending, stains, rips or excess wear shall be replaced with new garments of the appropriate size at no additional charge to P&LMS. E.DELIVERY: Delivery shall be made weekly at the same approximate time and day of the week to the designated locations. All lab coats picked up one week shall be returned the next scheduled drop off. The Vendor shall be responsible for all damage to lab coats prior to receipt and acceptance by P&LMS. 5.PLACE OF PERFORMANCE Memphis VA Medical Center; 1030 Jefferson Avenue; Memphis, TN 38104 6.PERIOD OF PERFORMANCE 7.PERIOD OF PERFORMANCE: This a firm-fixed price contract with 1 (one) base year and 4 (four) option years to renew. 8.HOURS OF OPERATION: The contractor will perform services required during the hours of 8:00 am - 4:00 pm, Monday through Friday or as directed by the designated VAMC Memphis Contracting Officer Representative (COR). 9.U.S LEGAL HOLIDAYS: The following is a list of U.S. Government holidays. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday. HOLIDAYDATE New Year's Day Jan 1 Martin Luther King's Birthday3rd Monday in Jan President's Day3rd Monday in Feb Memorial DayLast Monday in May Independence DayJuly 4 Labor Day1st Monday in Sep Columbus Day 2nd Monday in Oct Veterans Day Nov 11 Thanksgiving Day 4th Thursday in Nov Christmas DayDec 25 10.SECURITY/ IDENTIFICATION: The contractor's employees shall check in and out with the VA Police obtain visitor identification each day. Employees must have a valid state or government identification. All contractor/vendor personnel shall display a VAMC Memphis issued identification badge while performing work on any VAMC property. Smoking is not prohibited on property except in designated areas. Possession of weapons is prohibited (in vehicle or on person). Enclosed containers, including tool kits, shall be subject to search. Violations of the VA regulations may result in citation answerable in the United States (Federal) District Court. Contractor employees (crew) when on VAMC Memphis grounds; shall not bring visitors into the facility; shall not bring into the facility, any form of weapons or contraband; shall not bring in any alcohol or drugs or be under the influence of alcohol/drugs; shall conduct themselves in a professional and polite manner at all times; shall not cause any disturbances in the facility, are subject to all the rules and regulations of the VAMC Memphis. Contractor personnel shall present a neat appearance and be easily recognized. Contractor shall furnish and require every on-site company employee to wear a company shirt and safety shoes. All company workers while on duty shall be identified by uniform shirt or blouse indicating the company logo. The print should be large enough to be easily read. In addition all company staff assigned to work at the VAMC Memphis. 11. SITE REGULATIONS: All work shall be performed in accordance with VAMC Memphis rules & regulations. 12.SECURITY/PRIVACY OF VA SENSITIVE INFORMATION: All personnel servicing this equipment must comply with VA Handbook 6500.6 (Contract Security) as it pertains to medical equipment. a. Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1). b. VA information should not be co-mingled, if possible, with any other data on the contractors/subcontractor's information systems or media storage systems in order to ensure VA requirements related to data protection and media sanitization can be met. If co-mingling must be allowed to meet the requirements of the business need, the contractor must ensure that VA's information is returned to the VA or destroyed in accordance with VA's sanitization requirements. VA reserves the right to conduct on-site inspections of contractor and subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures are in compliance with VA directive requirements. c. Prior to termination or completion of this contract, contractor/subcontractor must not destroy information received from VA, or gathered/created by the contractor in the course of performing this contract without prior written approval by the VA. Any data destruction done on behalf of VA by a contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract. Complete annual training for VA Security/Privacy and provide copy of certificate of course completion to either the COR or the CO. See VA Handbook 6500.6. d. The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. If Federal or VA information confidentiality and security laws, regulations and policies become applicable to the VA information or information systems after execution of the contract, or if NIST issues or updates applicable FIPS or Special Publications (SP) after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations and policies in this contract. e. The contractor/subcontractor shall not make copies of VA information except as authorized and necessary to perform the terms of the agreement or to preserve electronic information stored on contractor/subcontractor electronic storage media for restoration in case any electronic equipment or data used by the contractor/subcontractor needs to be restored to an operating state. If copies are made for restoration purposes, after the restoration is complete, the copies must be appropriately destroyed. f. If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12. g. If a VHA contract is terminated for cause, the associated BAA must also be terminated and appropriate actions taken in accordance with VHA Handbook 1600.01, Business Associate Agreements. Absent an agreement to use or disclose protected health information, there is no business associate relationship. h. The contractor/subcontractor must store, transport, or transmit VA sensitive information in an encrypted form, using VA-approved encryption tools that are, at a minimum, FIPS 140-2 validated. i. The contractor/subcontractor's firewall and Web services security controls, if applicable, shall meet or exceed VA's minimum requirements. VA Configuration Guidelines are available upon request. j. Except for uses and disclosures of VA information authorized by this contract for performance of the contract, the contractor/subcontractor may use and disclose VA information only in two other situations: (i) in response to a qualifying order of a court of competent jurisdiction, or (ii) with VA's prior written approval. The contractor/subcontractor must refer all requests for, demands for production of, or inquiries about, VA information and information systems to the VA contracting officer for response. k. Notwithstanding the provision above, the contractor/subcontractor shall not release VA records protected by Title 38 U.S.C. 5705, confidentiality of medical quality assurance records and/or Title 38 U.S.C. 7332, confidentiality of certain health records pertaining to drug addiction, sickle cell anemia, alcoholism or alcohol abuse, or infection with human immunodeficiency virus. If the contractor/subcontractor is in receipt of a court order or other requests for the above mentioned information, that contractor/subcontractor shall immediately refer such court orders or other requests to the VA contracting officer for response. l. For service that involves the storage, generating, transmitting, or exchanging of VA sensitive information but does not require C&A or an MOU-ISA for system interconnection, the contractor/subcontractor must complete a Contractor Security Control Assessment (CSCA) on a yearly basis and provide it to the COR. NOTE: The Contractor employees shall not be considered government employees for any purpose under this contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24914Q0953/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-14-Q-0953 VA249-14-Q-0953.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1638335&FileName=VA249-14-Q-0953-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1638335&FileName=VA249-14-Q-0953-000.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;Memphis VA Medical Center;1030 Jefferson Avenue;Memphis, TN
Zip Code: 38104
 
Record
SN03516532-W 20140919/140918000653-22dc6632829f95a5f8849b5d35a4802d (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.