DOCUMENT
W -- Service Contract for Personal Protective Clothing for the VAMC Louisville - Attachment
- Notice Date
- 8/23/2016
- Notice Type
- Attachment
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- VA24916N0759
- Response Due
- 8/26/2016
- Archive Date
- 10/25/2016
- Point of Contact
- Richard Jones
- E-Mail Address
-
ia
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs Medical Center, NCO 9 Network Contracting Office, on behalf of the Robley Rex (Louisville) VA Medical Center located at 800 Zorn Avenue, Louisville, Kentucky 40206 is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support a requirement to furnish all necessary travel, labor, materials, tools, and documentation to delivery and maintain personal FR protective clothing for approximately 22 employees. Delivery and pickup will be made at Building 8, the site Boiler Plant. The contractor shall supply lockers to separate and organize uniforms for delivery by name or ID of each individual supplied and a separate receiver for dirty uniforms. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 812332. The size standard is $38.5 Million. The contract Period shall be for a base year, plus four (4) option years: Base Year: 15 September 2016 - 14 September 2017 Option Year 1: 15 September 2017 - 14 September 2018 Option Year 2: 15 September 2018 - 14 September 2019 Option Year 3: 15 September 2019 - 14September 2020 Option Year 4: 15 September 2020 - 14 September 2021 THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 8:00am CST, Friday, August 26, 2016. All responses under this Sources Sought Notice must be emailed toVictoria.Rone3@va.gov and Richard.Jones4@va.gov, Subject Line Title: Service Contract for Personal Protective Clothing - VAMC Louisville with the following information/documentation: If your organization has the potential capacity to perform these services, please provide the following information: 1)Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; Point of Contact and Phone Number, DUNS number; and 2)Business Size applicable to the NAICS Code: a. HuBZone Small Business Concern; b. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); c. Veteran Owned Small Business Concern (VOSBC); d. Small Business Concern; e. Large Business Concern. 3)If claiming Small Business status provide documentation verifying Small Business Certification: a. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. b. If claiming SDVOSB status, provide documentation that shows the Service Disabled Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 812332. c. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 812332. 4)Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. The government will evaluate market information to ascertain potential market capacity to: 5)provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 6)secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 7)implement a successful plan that includes: compliance with program schedules; cost containment; meeting and tracking performance; and 8)Provide services under a firm-fixed price contract. SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. The SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. DISCLAIMER AND IMPORANT NOTES: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. STATEMENT OF WORK: 1.Introduction: The Robley Rex VA Medical Center performs highly complex maintenance on a wide variety of utility systems and equipment. Some of this requires work on energized equipment. To support this work, Flame Resistant (FR) Protective Clothing is required under Federal OSHA regulations and NFPA 70E standards to maintain a safe work environment for employees working in areas where electrical work is conducted and electrical hazards exist. This Statement of Work defines the service requirements for the delivery of Flame Resistant (FR) Protective Clothing to Robley Rex VA Medical Center, Engineering Service Employees who are exposed to possible Arc Flash electrical hazard. 2.Requirements: a.The contractor shall deliver and maintain personal FR protective clothing to approximately 22 employees at the Robley Rex VA Medical Center, 800 Zorn Ave, Louisville, KY. Delivery and pickup will be made at Building 8, the site Boiler Plant. Contractor shall supply lockers to separate and organize uniforms for delivery by name or ID of each individual supplied and a separate receiver for dirty uniforms. (1)The contractor shall ensure that each employee shall be measured/sized to assure proper fit and assigned a total of Twelve (12) sets of leased clothing shirt/pants and one FR Bomber Jacket with Liner. (2)The contractor shall ensure that the sets of leased and cleaned (FR) protective clothing shall be delivered to each employee each week and contaminated/dirty sets shall be picked up to be laundered from the previous week. The expected exchange per week is five sets with an additional two sets kept available in reserve for long weeks and replacement as needed. (3)The contractor shall ensure that the additional Five (5) leased sets of unassigned community FR Coveralls shall be provided and laundered/replaced as needed for incidental employee wear. The sizes are to be determined during fitting. (4)The contractor shall provide a quarterly quality monitor summary documenting timeliness and performance of work necessary to inspect and maintain the FR clothing. b.The contractor shall ensure that all FR protective clothing shall be rated for Arc Flash protection in accordance with NFPA 70E and ASTM F 1506. c.The contractor shall be responsible for all transportation. Costs for pickup and delivery to the Robley Rex VAMC shall be included in the bid price. Pick up of soiled FR protective clothing shall be the same locations as delivery. d.The contractor shall ensure that all provisions for employee weight changes be allowed. e.The contractor shall ensure that inspection, repair and laundering of FR protective clothing be in included in the bid price. Any repair of laundering of FR protective clothing shall be accomplished in such a manner as to not deter the FR rating of the clothing. If clothing cannot be repaired it shall be replaced to meet FR requirements. f.The contractor shall ensure that all clothing be marked in such a manner that each piece of clothing is identifiable as personal clothing for each employee supplied. 3.Access to Uniform Space: a.Deliveries shall be scheduled during working hours: Monday through Friday from 0800-1630. Deliveries should be on the same weekday if it is not a holiday. Contractor shall not deviate from these hours. Access to Engineering shall be at Building 8, the site Boiler Plant. 4.Regulatory: a.The contractor shall be responsible to ensure that all contractor employees follow guidelines set forth by OSHA, the Department of Veterans Affairs Safety and Health Requirements, and security procedures at this facility. b.Smoking is not permitted outside authorized areas on campus. 5. Hours of Operation: Normal VAMC working hours are Monday through Friday, 8 a.m. to 4:30 p.m., excluding federal 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 6. Place of Performance: Robley Rex VA Medical Center, 800 Zorn Ave, Louisville, Kentucky 40206 7. Period of Performance: Base Year: 15 September 2016 -14 September 2017 Option Year 1: 15 September 2017 - 14 September 2018 Option Year 2: 15 September 2018 - 14 September 2019 Option Year 3: 15 September 2019 - 14September 2020 Option Year 4: 15 September 2020 - 14 September 2021 8.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 Louisville 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 Louisville 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 Louisville. 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 Louisville. 9. SITE REGULATIONS: All work shall be performed in accordance with VAMC Louisville rules & regulations. 10.CONTRACT TYPE: Firm-Fixed Price - One Time Purchase
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24916N0759/listing.html)
- Document(s)
- Attachment
- File Name: VA249-16-N-0759 VA249-16-N-0759.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2962522&FileName=VA249-16-N-0759-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2962522&FileName=VA249-16-N-0759-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA249-16-N-0759 VA249-16-N-0759.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2962522&FileName=VA249-16-N-0759-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Robley Rex VAMC;VA Medical Center Louisville;800 Zorn Avenue;Louisville, Kentucky
- Zip Code: 40206
- Zip Code: 40206
- Record
- SN04236236-W 20160825/160823234726-d7e014ccfa6ca45127ce6cc6e4252a8f (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 |