Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2015 FBO #5053
DOCUMENT

H -- Laundry Chemical Service - Attachment

Notice Date
9/22/2015
 
Notice Type
Attachment
 
NAICS
325611 — Soap and Other Detergent Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (248);C. W. Bill Young VAMC;10,000 Bay Pines Blvd;Bay Pines FL 33744
 
ZIP Code
33744
 
Solicitation Number
VA24815Q2100
 
Response Due
9/25/2015
 
Archive Date
10/25/2015
 
Point of Contact
Lisa P. Nooner
 
E-Mail Address
lisa.nooner@va.gov
(lisa.nooner@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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. Solicitation number is VA248-15-Q-2100 and is issued as a Request for Quote (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-76, effective 25 August 2014. This solicitation starts 09/21/2015 and will end 09/25/2015 at 16:00 pm EST and is restricted to Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small (VOSB) determined to be technically acceptable. Network Contracting Activity 8 - Service Area Office -East intends to award a Firm Fixed Price contract for a service contract for Laundry Chemical Service located at the C.W. Bill Young VAMC, Bay Pine, FL. This procurement is being conducted under the FAR part 13 and simplified acquisition procedures apply. The intent is to award a Firm-Fixed Price service contract with a base year and 4 one year options; and a base year Period Of performance of 1 Oct 2015 - 30 Sep 2016. The North American Industrial Classification System (NAICS) code for this procurement is 325611 with a small business size standard of 750 employees. This procurement is restricted to SDVOSB and VOSB determined to be technically acceptable; and all eligible offerors may submit quotes. All offerors shall be registered in the System for Award Management (SAM) at https://www.sam.gov; and www.vetbiz.gov, if applicable, to be considered for an award of a federal contract. The record shall be complete and not missing elements such as representations and certifications. Contractors interested in providing these services should submit their quotes via email to lisa.nooner@va.gov. Quotes shall be received 25 Sep 2015 at 16:00 p.m. Eastern Time Zone and reference the solicitation number. Please direct all questions regarding this procurement to Lisa P. Nooner, Contracting Specialist by phone at 727-399-3343 or fax 727-299-6716. The deadline for Request for Information (RFI) is 22 Sep 2015. The following Contract Line Items (CLINS) are applicable to this requirement. For detailed service description review the attached SOW. Primary FOB location is C.W. Bill Young VAMC, Bay Pines, FL and Lee county Healthcare Center, Cape Coral, FL. SCHEDULE OF SERVICES The Contractor shall furnish all supervision, labor, equipment, tools, safety, hoisting, and supplies necessary to meet the terms and conditions of this contract in accordance with the Statement of Work (SOW). This SOW includes installation of equipment necessary to deliver the correct chemical formulas to the following equipment which include but not limited to three eight hundred pound Braun Washer, one four hundred pound Braun washer, two Uni-mac one hundred pound washers and one McClure cart wash. Contractors shall quote prices for all of the following Contract Line Item Number(s): Base Year (Oct. 1, 2015 thru Sept. 30, 2016) Line ItemDescriptionQTYPriceExtended Price 0001Alkaline Builders 55 Gallon Drum 34 ___________________ 0002Liquid Detergent 55 Gallon Drum22____________________ 0003Liquid Bleaches 55 Gallon Drum10_____________________ 0004Hydrogen Peroxide 55 Gallon Drum53_____________________ 0005Liquid Sour 55 Gallon Drum20_____________________ 0006Liquid Softener 55 Gallon Drum10_____________________ 0007 Chlorbrite Chlorine 55 Gallon Drum3______________________ Option Year One (Oct. 1, 2016 thru Sept. 30, 2017) Line ItemDescriptionQTYPriceExtended Price 0001Alkaline Builders 55 Gallon Drum 34 ___________________ 0002Liquid Detergent 55 Gallon Drum22____________________ 0003Liquid Bleaches 55 Gallon Drum10_____________________ 0004Hydrogen Peroxide 55 Gallon Drum53_____________________ 0005Liquid Sour 55 Gallon Drum20_____________________ 0006Liquid Softener 55 Gallon Drum10_____________________ 0007 Chlorbrite Chlorine 55 Gallon Drum3______________________ Option Year Two (Oct. 1, 2017 thru Sept. 30, 2018) Line ItemDescriptionQTYPriceExtended Price 0001Alkaline Builders 55 Gallon Drum 34 ___________________ 0002Liquid Detergent 55 Gallon Drum22____________________ 0003Liquid Bleaches 55 Gallon Drum10_____________________ 0004Hydrogen Peroxide 55 Gallon Drum53_____________________ 0005Liquid Sour 55 Gallon Drum20_____________________ 0006Liquid Softener 55 Gallon Drum10_____________________ 0007 Chlorbrite Chlorine 55 Gallon Drum3______________________ Option Year Three (Oct. 1, 2018 thru Sept. 30, 2019) Line ItemDescriptionQTYPriceExtended Price 0001Alkaline Builders 55 Gallon Drum 34 ___________________ 0002Liquid Detergent 55 Gallon Drum22____________________ 0003Liquid Bleaches 55 Gallon Drum10_____________________ 0004Hydrogen Peroxide 55 Gallon Drum53_____________________ 0005Liquid Sour 55 Gallon Drum20_____________________ 0006Liquid Softener 55 Gallon Drum10_____________________ 0007 Chlorbrite Chlorine 55 Gallon Drum3______________________ Option Year Four (Oct. 1, 2019 thru Sept. 30, 2020) Line ItemDescriptionQTYPriceExtended Price 0001Alkaline Builders 55 Gallon Drum 34 ___________________ 0002Liquid Detergent 55 Gallon Drum22____________________ 0003Liquid Bleaches 55 Gallon Drum10_____________________ 0004Hydrogen Peroxide 55 Gallon Drum53_____________________ 0005Liquid Sour 55 Gallon Drum20_____________________ 0006Liquid Softener 55 Gallon Drum10_____________________ 0007 Chlorbrite Chlorine 55 Gallon Drum3______________________ Aggregate Total ____________ The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) provisions and clauses are applicable to this acquisition and are available for view at: http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm FAR Provisions: 52.202-1Definitions (Nov 2013) 52.204-5 Women-Owned Business (Other Than Small Business) (Oct 2014) 52.204-7System for Award Management (JUL 2013) 52.204-8Annual Representations and Certifications (Nov 2014) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) 52.209-7Information Regarding Responsibility Matters (JUL 2013) 52.212-1 Instructions to Offerors- Commercial Items (JUL 2013) QUOTATION SUBMISSION Offerors shall submit quotes electronically by the date and time in accordance with the Request for Quote instructions. The Offerors quote shall consist of three (3) volumes: Volume I -Technical; Volume II - Past Performance; and Volume III - Price. Offerors responses shall be submitted in accordance with the following instructions: a)Format. The proposal submission shall be clearly indexed and logically assembled. All pages of each index shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Quote page limitations are applicable to this procurement. The maximum page count is 25. Page size shall be no greater than 8 1/2" x 11" with printing on one side, only. The top, bottom, left and right margins shall be a minimum of one inch (1") each. Font size shall be no smaller than 12-point using Arial, Calibri, or Times New Roman fonts. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY, and are not bound by the 12-point font requirement. Footnotes to text shall not be used. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror's page limitations unless otherwise indicated. Pages in violation of these instructions, either by exceeding the margin, font or spacing restrictions or by exceeding the total page limit for a particular volume, will not be evaluated. Pages not evaluated due to violation of the margin, font or spacing restrictions will not count against the page limitations. The page count will be determined by counting the pages in the order they come up in the print layout view. b)File Packaging. Files may be compressed (zipped) into one file entitled "quote.zip" using a file compression program (i.e. WinZip) or quote files may be submitted individually. c)Content Requirements. The Offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. 52.212-2 Evaluation-Commercial Items (JAN 1999) The Government will award a Firm-Fixed Price contract to the responsible offeror meeting or exceeding the technical criteria. Offeror shall demonstrate their ability to meet these factors with their offer in accordance with Paragraphs I-III below, and offers shall meet the minimum qualifications below in order to be evaluated. Technical and past performance when combined is significantly more important than price. Technical acceptability is rated based on the following: I. Personnel Qualifications noted in paragraph 7 II. Past performance a. Offerors shall provide a minimum of five (5) identified references when submitting their quote. Emphasis will be on recent, relevant past performance. Recent is defined as work performed within the last three years. Relevant is defined as work similar in size and scope of the work described in the Statement of Work (SOW). Since the Government may not necessarily interview all of the sources provided by the offerors, offeror shall explain the relevance of the data provided for each reference. Offerors are reminded that the Government may elect to consider data obtained from other sources. Evaluators may validate the information on past performance surveys, by contacting the points of contact directly, via email, or by phone. POC information should be documented and be available upon request. Offerors with no relevant past performance or whom information is not available, shall not be evaluated favorably or unfavorably on past performance. More information is located on the SOW in the Proposal Organization section. III. Price FAR Provisions: 52.212-3 Certifications and & Representations (NOV 2013) 52.216-1Type of Contract (APR 1984) The Government contemplates award of a Firm-Fixed Priced contract resulting from this solicitation. 52.233-2Service of Protest (SEP 2006) VAAR Provisions: 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009) 852.233-70Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71Alternative Protest Procedure (JAN 1998) 852.252-70Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1Representatives of Contracting Officers (JAN 2008) 852.273-74Award Without Exchanges (JAN 2003) FAR Clauses: 52.203-5Covenant Against Contingent Fees (May 2014) 52.203-6Restrictions on Subcontractor Sales to the Government. (Sep 2006) 52.203-7Anti-Kickback Procedures (May 2014) 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights (Apr 2014) 52.204-4Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-9 Personal Identity Verification of Contractor Personnel 52.212-4 Contract Terms and Conditions- Commercial Items (SEP 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (SEP 2013) o52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) o52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) o52.222-3Convict Labor (JUN 2003) o52.222-19 Child Labor - Cooperation with Authorities and Remedies (MAR 2012) o52.222-21 Prohibition of Segregated Facilities (FEB 1999) o52.222-26 Equal Opportunity (MAR 2007) o52.222-35 Equal Opportunity for Veterans (SEP 2010) o52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) o52.222-55Minimum Wages Under Executive Order 13658 (Dec 2014) o52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) o52.232-33Payment by Electronic Funds Transfer- System for Award Management (JUL 2013) 52.217-8 Option to Extend Services. (Mar 1999) 52.217-9 Option to Extend the Term of the Contract. (Mar 2000) 52.219-13Notice of Set-Aside of Orders (Nov 2011) 52.232-40Providing Accelerated Payment to Small Business Subcontractors (DEC 2013) 52.237-3Indemnification and Medical Liability Insurance (JAN 2008) 52.252-2 Clauses Incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70Commercial Advertising (JAN 2008) 852.203-71 Display of Department of Veterans Affairs hotline poster 852.215-71 Evaluation Factor Commitments (DEC 2009) 852.228-71 Indemnification and Insurance (JAN 2008) 852.232-72Electronic Submission of Payment Requests (NOV 2012) 852.237-70Contractor Responsibilities (APR 1984) STATEMENT OF WORK / STANDARDS OF PERFORMANCE This acquisition covers all chemicals and equipment, furnishing, installation any additional programing and utilities. Any changes to the building, to accommodate performance of the system will be the responsibility of the successful bidder. The Contractor shall furnish all supervision, labor, equipment, tools, safety, hoisting, and supplies necessary to meet the terms and conditions of this contract in accordance with the Statement of Work (SOW). This SOW includes installation of equipment necessary to deliver the correct chemical formulas to the following equipment which include but not limited to three eight hundred pound Braun Washer, one four hundred pound Braun washer, two Uni-mac one hundred pound washers and one McClure cart wash. The government assumes that for all intents and purposes most like chemicals are the same and customer service is the vital portion of the contract. The expectation of the government toward the contractor is set forth below. 1.The contractor shall recognize that the award of this contract is a partnership and that the government will rely on the contractor expertise to make suggestions to improve laundry operations. Examples include but not limited to: a.New or alternate chemicals that will extend the life span of the linens b.Touring the production floor to see the linens under different lighting conditions monitoring stain, discoloration, Linting etc. and determine if the issue is chemical, mechanical or operator error. c.Make relevant suggestions to give the facility the opportunity to keep pace with recent industry standard changes. d.Make recommendations in either processes or formulas to assist the government to reduce utility usage. 2.Install and maintain all dispensing equipment. Equipment shall be capable of providing complete and accurate formula summaries, daily totals of formulas processed, total amount of chemical used, total of wash formulas processed, total poundage processed, proof of delivery for all wash formulas and wash steps, automated calibration of each chemical delivered to the wash aisle, no peristaltic pumps, and water flush on each chemical delivery. 3.Service and maintain equipment including monitoring chemical levels Bi-weekly. 4.Perform and record the following on a Bi-weekly basis. a.Water Softness b.Chlorine strength c.Wash titrations verifying each formula on each machine d.PH testing of washed linens e.Water temperature must be maintained at or below 140 degrees F. 5.Linen testing quarterly to include: a.All textile testing IAW ALM current test procedures b.Textile clean testing IAW TSRA hygienically clean standards 6.Stained linen is a reality in a laundry environment however the rate of stain should always be below 2%. The contractor shall monitor and: a.Document and report stain Percentage b.Document and report type of stain and use whatever testing necessary to determine a solution maintaining the linen replacement to at or below 10% c.Perform chemical formula modification to reduce stain rates to acceptable levels. 7.It is the responsibility of the government to report to the contractor any issues regarding washed linen and equipment malfunction. It is the contractor's responsibility to respond to any call with-in one hour and have someone on site with-in twelve hours of the call. The contractor shall be responsible for all equipment maintenance and any PM schedule. The vendor shall provide the government with a phone number to access technical support from qualified technical support personnel. Technical Support is defined as support provided by the vendor to the government to address: Examples include, but are not limited to: a. Chemicals not reaching the washers b. Linen not being washed to acceptable standards (examples include but not limited to grey linens, stains, streaking) c. Excessive lint D. Excessive static The contractor shall provide documentation of all chemical formula's for linen classifications in a book to be used to verify formula's on a random basis. The contractor is expected to supply and maintain a modern chemical delivery system that provides proof of delivery to each washer and can be monitored over the internet. The chemicals expected to be provided (this list is a guide and chemicals may be substituted for higher quality/higher performing chemicals) a.Builder b.Detergent c.Parasitic Acid d.Hydrogen Peroxide e.Sour f.Softener g.Chlorine h.Disinfectant and drying agent for the cart wash system The contractors will provide chemical tanks using totes or day tanks and provide the appropriate spill containers to meet national and local hazardous chemical policies. The contractors will provide the means to transfer chemicals from replacement containers to the containers in use. Training. The vendor shall provide one-on-one or one-on-many training on an as-needed basis to support the government regular use. Training may include water softness, wash formula titration and PH testing and minor maintenance to minimize down time.. General Installation Requirements: (As Applicable) 1.Existing utilities shall be utilized to meet the performance requirements of this specification when possible Additional connection points for all equipment shall be the vendors responsibility. 2.Should additional utilities be required by the equipment for proper operation, these utilities shall be the responsibility of the successful vendor. 3.The successful vendor shall furnish all labor and materials necessary for storage and installation of new equipment. Installation shall include, but is not limited to: a. Supply and mount equipment mounting brackets b. Mounting the equipment to the mounting racks provided by the successful vendor. c. Chemicals shall be stored in day tanks in the provided cage. The successful vendor is responsible for devising an adequate storage system to house required chemicals. d. The successful vendor is responsible to run all chemical hoses from the chemical storage area to the washers using approved braided hoses housed in a leak proof trough. From the entry point of the building to the washing machines. PROTECTION: The successful contractor must provide and periodically replace the necessary Personal Protective Equipment to protect government employee's from injury during chemical transfer to include by no limited to face shields, protective footwear and protective aprons/gowns as required. The contractors is responsible to ensure the MSDS for each chemical provided is current at all times. The successful contractor shall provide any protective methodology or devices necessary to protect from: (1)Damage due to electrical power problems, including brownouts, emergency power interruptions, electrical surges, sags and electrical storms. (2)Data loss due to electrical power problems. Electrical Installation: Installation shall be in accordance with the National Electrical Code (NEC). Electrical Identification: A. Nameplates - center on device, cover plate, or enclosure. Installation shall be in accordance with the National Electrical Code (NEC). 1.All low voltage communication wiring shall be identified PERSONS AUTHORIZED TO MAKE CONTRACT CHANGES The Contracting Officer is the ONLY individual authorized to approve any change in the contract which shall result in an increase or decrease of the contract price or which shall in any way change the terms or conditions of the contract. TIME OF DELIVERY Delivery and installation shall be complete within 90 calendar days after award. The required delivery date shall be annotated on delivery order. Delivery dates specified on delivery orders may be adjusted by the contracting officer to coincide with the date the hospital will be ready to receive installation. The contracting officer will advise the contractor of the new delivery date at least 45 days prior to the original or adjusted delivery dates. F.O.B. DESTINATION, WITHIN CONSIGNEES PREMISES (a) The term f.o.b. destination, within consignee's premises, as used in this clause, means free of expense to the Government delivered and laid down within the doors of the consignee's premises, including delivery to specific rooms within a building if so specified. (b) The Contractor shall: (1) Pack and mark the shipment: (i) to comply with contract specifications; or (ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements; (2) Prepare and distribute commercial bills of lading; (3) Deliver the shipment in good order and condition to the point of delivery specified in the contract; (4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract; (5) Furnish a delivery schedule and designate the mode of delivering carrier; and (6) Pay and bear all charges to the specified point of delivery. COMMERCIAL INTERIM PAYMENT (a) Definition: A commercial interim payment is a payment given to the contractor after some work has been done (FAR 32.202-2). For the purposes of this contract, delivery of the equipment shall constitute "some work done". (b) Upon delivery of the equipment, the contractor is entitled to a single interim payment consisting of 80 percent of the purchase price. To receive the interim payment, the contractor shall submit an invoice in the amount of the equipment purchase price. The invoice shall be submitted in accordance with 52.212-4, Contract Terms and Conditions -- Commercial Items, paragraph (g) and the invoice submission instructions provided above. (c) Verification of the contractor's entitlement to the interim payment shall be accomplished by the medical center providing to the contracting officer a receiving report confirming receipt of the equipment. Upon receipt of the receiving report and the contractor's properly submitted invoice, the contracting officer shall authorize and process the 80 percent interim payment. (d) The Government shall retain the remaining 20 percent of the purchase price until such time as the installation has been completed and the Government has inspected and accepted the installed equipment. (e) Commercial interim payments are contract financing payments for prompt payment purposes and therefore are not subject to the interest penalty provisions of the Prompt Payment Act (FAR 32.202). INSTALLATION (a) The contractor shall be responsible for determination of, and compliance with, federal and state or local code requirements, design data, and other factors necessary to design and install the system at each location. (b) The contractor shall verify the location of extant utilities and shall specify any additional utilities required or any utilities which require relocation or removal. Contractor shall connect to designated utilities in a manner conforming to a nationally recognized code and at a time satisfactory to minimize or preclude disruption to existing functions or clinical services. Contractor shall provide at least two business days' notice to the government's on-site representative prior to installation or modification of or connection to utilities. Cables and connections to the hospital-furnished telephone system, if required, are the responsibility of the government. (c) Rigging and special handling costs, if required to move the equipment from dock area to the installation site within the consignee's premises, shall be borne by the contractor. (d) Contractor is responsible for uncrating of the equipment and removal of associated refuse. The contractor shall remove rubbish and debris from the site daily, unless otherwise directed. Burning is not acceptable. The contractor shall store all materials which cannot be removed daily in an area to be specified by the Contracting Officer's Technical Representative. (e) The contractor shall be responsible for installation, which consists of assembling, positioning, and mounting of all equipment listed on the delivery order and connections of all cables. The contractor is responsible for furnishing the mounting brackets, peripherals and required software. (f) The equipment contractor must provide qualified field engineers or technicians to install and conduct all necessary tests which shall begin within (10) ten days after receipt of notice to proceed from the Contracting Officer. (g) It shall be the contractor's responsibility to inform the Contracting Officer and Contracting Officer's Technical Representative of any problems as they occur in connection with installation or which shall affect optimum performance once installation is completed. Such matters as inadequacy of power supply, limitations of site or inadequate preparation of site shall be reported prior to start of installation. Installation shall not proceed under such circumstances until authorized by the Contracting Officer. (h) Once installation is started, it shall be continuous, until complete coinciding with the hours specified. Compliance with this requirement shall be manifest by the continuous presence of the engineers or technicians on the job site during the daily working period. Installation shall be continuous, without interruption, until all installation and testing work has been completed. The contractor must provide the physical movement of the equipment from the storage point at final destination, to the area of installation, and the uncrating of the equipment. (i) In the event that progress of the installation is interrupted through no fault of the contractor, the continuous installation referenced in the preceding paragraphs may be terminated until such time as the cause of delay has been eliminated, and then shall be resumed within twenty-four (24) hours after the contractor has been notified that work may again proceed. Such termination of continuous installation shall be made only after notice has been given to the Contracting Officer. Contractor must notify the Contracting Officer within 48 hours of termination of installation. TRAINING OF OPERATING PERSONNEL (a) The price quoted shall include contractor responsibility for providing on-site orientation and training of using personnel in operation and care of the equipment furnished. This training shall include actual demonstration and operation of the equipment, preventive maintenance, and any adjustments or other actions which may be undertaken by operating personnel in the event of failure of equipment, provided that such adjustment or action shall in no way jeopardize the Government's rights under contract guarantee clause. Upon completion of installation, this training shall be given by qualified contractor representatives on a date to be determined by the Contracting Officer's Technical Representative. Operator and maintenance training shall not be conducted concurrently. (b) The contractor shall consult with the Contracting Officer's Technical Representative or person acting in that capacity regarding the time this training will begin. These officials will be responsible for arranging for the presence of personnel to be trained. ACCEPTANCE PROCEDURES Prior to acceptance of the goods or services provided under this contract, inspection and testing will be performed by the Government in accordance with this clause. For purposes of determining the payment due date under this contract, and for no other purpose, the date of acceptance of the goods or services provided under this contract shall be the actual date of acceptance by the Government or the number of days after request for inspection indicated herein, whichever is earlier, provided delay in acceptance is not the fault of the contractor. (a)Upon completion of installation the equipment shall be turned over to the hospital for use. The contractor shall furnish, upon completion of installation, a written notice of readiness for inspection to the Contracting Officer. Final acceptance of the equipment and installation shall be based upon an inspection and test to be performed at Government expense within thirty (30) calendar days from date of receipt of request for inspection. If equipment passes inspection or if acceptance inspection is not conducted within thirty (30) calendar days from date of receipt of request for inspection, the Government shall accept installation with guarantee date commencing with date of receipt of notification for inspection. Use of the equipment during the period between completion of installation and inspection and/or inspection and reinspection shall not negate the right on the part of the Government to reject the equipment, should it fail, nor to preclude default action against the contractor in the event of failure to correct deficiencies. (b)In the event the equipment is rejected, contractor will be advised as to deficiencies which were cause for rejection. It shall be contractor's responsibility to correct reported deficiencies and to advise the Contracting Officer when all corrections have been made and equipment is ready for re-inspection. Re-inspection(s) shall be performed by the Government with all cost incurred chargeable to the contractor's account. (c)If deficiencies found at the time of inspection are corrected within fourteen (14) calendar days from date of notice of rejection, date of acceptance will be the date notice of readiness for the original inspection is received by the Contracting Officer. If corrections are not accomplished within the specified time, the guarantee commencement date shall then be the date notice of readiness for reinspection is received by the Contracting Officer preceding final acceptance. (d)If acceptance has been made and guarantee period established due to the failure of the Government to perform the inspection within the specified time, this does not waive the rights of the Government to perform an inspection (at the Government's expense) nor does it waive the right of the Government to perform reinspections, if deficiencies are noted, with costs incurred chargeable to the contractor's account. Acceptance of the equipment due to the failure of the Government to perform the inspection within the specified time shall not negate the right on the part of the Government to exercise its rights under the Termination for Cause provisions of the contract in the event the contractor fails to correct the reported deficiencies. GUARANTEE The contractor guarantees the equipment and chemical formula's will meet or exceed standard ALM and TSRA Hygienically clean linen standards and that three or more instances of poor quality and or poor customer service is grounds to void this contract. Contractor agrees to perform quarterly USP 62 and Rodac plate testing to ensure that processed goods are free of pathogens and bacteria that could cause Hospital Acquired Infections. REPRESENTATIVES OF CONTRACTING OFFICER The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally supervise the work to be performed under this contract. Such designation shall be in writing and shall define the scope and limitations of the designee's authority. A copy of the designation shall be furnished the contractor. ITEMS OFFERED Items offered are to be contractor's standard commercial product line and, as such, must conform to the specifications defined in the contractor's product and technical data. Items offered must also conform to the Government's specifications to be eligible for award. PRICING STRUCTURE The purpose of this acquisition is to provide for complete functional systems. Therefore, the price quoted for each item shall include the price of ALL components, such as mounting hardware, electrical cable, or adapting parts required to form a complete operational system when installed. System descriptions shall clearly identify component parts included in the unit price quoted. When more than one component is required, all model and/or catalog numbers are to be shown and properly identified. SITE VISIT In order to install the new equipment, other existing equipment may have to be moved and reinstalled by the successful offeror. It is the responsibility of the offeror's to make a site visit to determine what equipment, if any, may need to be moved and reinstalled. Calendar dates and hours of site visits, equipment delivery, removal of existing equipment and installation shall be coordinated with Carl Eagan, Laundry Plant Manager, 727-398-6661 ex 5878 at the Bay Pines VA Health Care System. PROPOSAL ORGANIZATION 1.Offeror's shall provide information as described below. Failure to submit complete information may be considered a "no response" and exclude the proposal from further consideration. a. Information on the number of service technicians available in the service region and location of the nearest service base. The offeror shall state whether a help desk, toll free number, a 24-hour "Hot Line", or modem support is available. The offeror shall describe the procedures, telephone numbers and contact personnel for reporting system trouble. Any additional cost for these services shall be detailed in the offeror's business proposal. b. Past Performance Information. For each of its five most recently completed contracts of comparable scope and dollar value, the offeror shall submit the following: 1. Contract number 2. Customer point of contact 3. Locations where equipment installed 4. Type and model of equipment installed 5. When the system was installed 6. Purchase price of the system Weekend installation is preferred. Installation site will be available for work 12 pm Saturday to 5:50 am Monday.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24815Q2100/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-15-Q-2100 VA248-15-Q-2100.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2330954&FileName=VA248-15-Q-2100-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2330954&FileName=VA248-15-Q-2100-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03899291-W 20150924/150923000835-8048995a9194bc404c96ed2d9de0ba28 (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.