Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2016 FBO #5465
DOCUMENT

S -- Uniform Lease and Laundry (PPE) | Waco | Temple - Attachment

Notice Date
11/7/2016
 
Notice Type
Attachment
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 17;5441 Babcock Road;San Antonio TX 78229
 
ZIP Code
78229
 
Solicitation Number
VA25717Q0069
 
Response Due
11/11/2016
 
Archive Date
12/11/2016
 
Point of Contact
Martin R. Gonzales
 
E-Mail Address
Martin.Gonzales@va.gov
(martin.gonzales@va.gov)
 
Small Business Set-Aside
Total 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 solicitation is issued as a Request for Quotation (RFQ), solicitation number VA257-17-Q-0069, in accordance with FAR Parts 12 and 13. This solicitation is set aside for all small business. Award resulting from this RFQ will be based on the lowest priced quote that meets all technical specifications (LPTA) in accordance with (IAW) FAR 15.101-2. All prospective offerors must be actively registered in the System for Award Management (SAM). Offerors may register online at www.SAM.gov. Lack of registration in SAM a will qualify the contractor as ineligible for award. The solicitation incorporates provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-91, Dated September 30, 2016. Schedule of Services: Quantity Unit of Issue Service Description Line Item 0001: 1,806 (est.) Sets LEASE: Contractor shall provide uniform garments and in accordance with the attached Statement of Work (SOW). Line Item 0002: 12 Months SERVICE: Contractor shall provide laundering services in accordance with the attached SOW. Line Item 1001: 1,806 (est.) Sets Option Year I UNIFORM LEASE Line Item 1002: 12 Months Option Year I LAUNDRY SERVICE Line Item 2001: 1,806 (est.) Sets Option Year II UNIFORM LEASE Line Item 1002: 12 Months Option Year II LAUNDRY SERVICE Line Item 3001: 1,806 (est.) Sets Option Year III UNIFORM LEASE Line Item 3002: 12 Months Option Year III LAUNDRY SERVICE Line Item 4001: 1,806 (est.) Sets Option Year IV UNIFORM LEASE Line Item 4002: 12 Months Option Year IV - LAUNDRY SERVICE FAR 52.212-1, Instructions to offerors -- Commercial Items, as amended Proposal Submission Information: All quotes shall be submitted on standard company letterhead or quotation form and emailed to the Contract Administrator listed below. All responses to the Factors and Subfactors shall be addressed and communicated in a way that the Government can determine the offeror understands the requirements and its obligations under this contract. The offeror shall not simply restate the factors. Pricing shall be submitted in accordance with the schedule above. Price breakdowns are encouraged, but not required. If a reasonable price cannot be determined or the offeror approach is in question, the Government reserves the right to enter into discussions, however, the Government intends to award without discussions. Any quote that does not contain all of the required attachments or information will be determined to be non-responsive, and will no longer be considered for award. FAR 52.212-2, Evaluation Commercial Items, as amended Evaluation of Proposals: Award will be conducted under the provisions of FAR Part 12, Commercial items, and FAR Part 13, Simplified Acquisition Procedures. All prospective offerors are responsible for monitoring this site for the release of modifications (if any) or other information pertaining to this synopsis. This acquisition will utilize the Lowest Priced Technically Acceptable (LPTA) procedure to make a best value award. A decision on the technical acceptability of each offeror s quotations will be made. For those offerors which are determined to be technically acceptable, award will be made to that vendor with the lowest overall price. The Government intends to make an award based on the initial quotations. If further questions are required, the contracting officer may contact the offeror or offerors. Award will be made to the responsible offeror whose quotation conforms to all solicitation requirements, such as terms and conditions, representations and certifications, technical requirements, and also provides the best value to the Government based on the results of the evaluation described below. The following technical factors shall be used to evaluate offers: (1) Factor 1 Uniform Items (Acceptable/Non-Acceptable) Subfactor 1 Offeror shall provide samples (electronic or physical) of materials so the Government can verify the colors meet the requirements of the SOW. (Pass/Fail) Subfactor 2 Offeror shall submit product numbers to verify that all quoted materials meet the quality standards in the SOW (i.e. NFPA rating, material, etc.). Offeror may submit a description of the uniform pieces along with a certification that the materials meet the required ratings. (2) Factor 2 Laundering Techniques & Delivery Schedule (Acceptable/ Non-Acceptable) Subfactor 1 Offeror shall state the techniques used to launder the quoted uniforms to include the chemicals used. The Government will use this information to verify all uniforms are being laundered IAW the manufactures recommended cleaning instruction as to not degrade the performance of the materials. (Pass/fail) Subfactor 2 Offeror shall submit a proposed delivery/pickup schedule that meets the requirements of the SOW. (Actual dates will be define upon award). (Pass/Fail) (3) Factor 3 Past Performance (Acceptable/ Non-Acceptable) Subfactor 1 Each offeror shall complete the attached Past Performance questionnaire and submit it with their offer. Failure to submit the questionnaire will result in a subfactor rating of fail. (Pass/Fail) Subfactor 2 Each offeror s past performance will be investigated using Government owned databases (e.g. FAPIIS) to ensure there are no negative or derogatory reports. The absence of past performance information shall be treated as neutral and the offorer will receive a subfactor rating of pass. (Pass/Fail) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items shall be included with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following added as addenda to the clause, 52.212-4(c) changes text in paragraph (c) is deleted and replaced with: changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (see FAR 43.103(b)). Other FAR & VAAR Clauses that apply: 52.212-5 Contract terms and conditions required to implement statutes or executive orders (Nov 2006) 52.217-8 Option to Extend Services. 52.217-9 Option to Extend the Term of the Contract. 52.219-28 Post award small business representation (Jun 2007) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-41 Service Contract Act of 1965 (NOV 2007) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) 52.222-49 Service Contract Act 52.222-50 Combating trafficking in person (Aug 2007) 52.225-13 Restrictions on certain foreign purchases (Feb 2006) 52.228-5, Insurance 52.232-34 Payment by Electronic Funds Transfer other than CCR (May 1999) 52.233-3 Protest after Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.252-2 Clauses Incorporated by reference (Feb 1998) 52.252-6 Authorized Deviations in clauses (Apr 1984) 852.203-70 Commercial Advertising 852.232-72 Electronic Submission of Payment Requests 852.237-70 Contractor Responsibilities Quotes must be received no later than 12:00 p.m., CST, November 11, 2016. Submit all quotes to the Contract Administrator, Martin Gonzales, at martin.gonzales@va.gov. All questions are to be submitted via email to the Contract Administrator no later than 10:00 a.m., November 9, 2016. A response to all questions will be posted to FBO as soon as received and answered. ATTACHMENTS: Attachment I: Statement of Work, Dated 09/20/2016 Attachment II: Past Performance Questionnaire, Dated 09/20/2016 ATTACHMENT I STATEMENT OF WORK Dated: 09/20/2016 SCOPE: NON-PERSONAL SERVICE: Contractor shall provide all labor, supervision, materials, and equipment necessary deliver and launder uniforms for the Central Texas Veterans healthcare System at the following locations: Olin E. Teague Veterans Medical Center Building 46, Engineering Services 901 Veterans Memorial Drive Temple, TX 76504 Doris Miller Department of Veterans Affairs Medical Center Building 24, Engineering Services 4800 Memorial Drive Waco, TX 78711 CONTRACTOR RESPONSIBILITIES: The Contractor shall provide personnel, equipment and materials to fit measure approximately 164 personnel in Temple and Waco and provide weekly commercial cleaning, pressing and servicing of provided uniforms. These uniforms are considered Personal Protective Equipment (PPE) and shall be cleaned in accordance with the manufacturer s specifications to keep all protective/safety properties. Site location to conduct fit measuring and times shall be coordinated through the Contracting Officer Representative (COR). Contractor shall measure each personnel documenting their size next to their name on the documentation. Documentation shall fully identify in standard nomenclature which size outerwear garment personnel are assigned. Contractor shall have the fitted personnel sign their full name on documentation next to the garment size confirming the fitting. Five (5) hard copies and one (1) electronic copy of completed documentation shall be submitted to the Contracting Officer (CO) or COR at the end of fit and measuring within one (1) calendar day and again immediately with each delivery of uniform sets. Sample of the documentation to be used shall be submitted to the CO and COR within two (2) calendars of signing the contract for approval/disapproval. SCHEDULE OF FITTING WORK: The Contractor shall coordinate the commencement of work with COR not later than seven (7) calendar days after award. Fit measuring work shall be complete within 5 business days of work commencement. The contractor shall execute work in a manner so as not to impede government operations at the fitting locations. DELIVERY OF GARMENTS AND LAUNDRY SERVICES: PANTS AND SHIRTS: The Contractor shall deliver all uniform sets to Temple and Waco within 5 to 45 calendar days after fit measuring is completed. Total number of uniform items to be delivered is as follows: 118 personnel with 11 work shirts 118 personnel with 11 work pants 9 personnel with 11 dress shirts 9 personnel with 11 dress pants 37 personnel with 11 work shirts HRC2 (HRC2 defined in section 5) 37 personnel with 11 work pants HRC2 Total number of sets shall be 1,806 (3,608 individual garments) SCHEDULE OF WEEKLY SERVICE: To include minimally, the contractor shall be responsible for full service once weekly pick of dirty sets of uniforms and delivery of washed, dried and pressed clean uniforms. Tracking of all garments, transportation, replacement of garments as needed and order processing of new personnel and personnel leaving the VA. Along with all other provided services and materials necessary to accomplish weekly servicing. HOURS OF WORK: The normal hours of work are 8:00am to 4:00pm Monday through Friday excluding all federal holidays. WORKMANSHIP: All work under this contract shall conform to the standards of these specifications and current garment industry standards. The Contractor at no additional cost to the Government shall correct work and materials not meeting these specifications. All work shall be accomplished by personnel skilled in the trade. SHIRTS AND PANTS: Shirt and pants shall be as follows below. No suitable substitutes are allowed: Poly/cotton blend materials Dark Blue in color for pants men and women Light Blue in color for shirts men and women Button color on dress shirts Pleated dress pants No pleat on work pants One pocket on all shirts Two ID patches per shirt Shall be commercial machine washed, dried, and pressed Resistant to wind, abrasion, rips and snags Sample of proposed garments in each size available and blue in color shall be submitted to COR Bldg. 46 Engineering Services, Central Texas Veterans Health Care Facility, 1901 Veterans Memorial Drive, Temple, Texas 76504 within two (2) calendar days of signing the contract for approval/disapproval. **HRC2 Definition: Garments compliant to HRC (Hazard Risk Category) 2, as defined by NFPA 70E, 2012 edition, have an arc rating that is greater than or equal to 8 cal/cm ², but is less than 25 cal/cm ² REPORTS: The Contractor shall provide on a weekly basis and no later than 9:00 AM the day after pickup. CO/COR shall determine method of reporting at time of award. WORKING CONDITIONS: The buildings and the surrounding site areas where fit measuring and deliveries are to be conducted will be occupied and Government operations will continue on a normal, temporary or restricted basis for the duration of the contract. The Contractor shall take all precautions to ensure that his operations are conducted in a manner so as not to interfere with the normal operation of surrounding facilities. The Contractor shall execute work in a safe manner and shall not subject personnel to unsafe conditions. The Contractor shall provide safety to protect their personnel and property and repair at no cost to the government any damage caused by their operations. DISPOSAL: Disposal of materials associated with this contract at an approved disposal site off government property in accordance with all local, state, and federal laws, regulations, and guidelines are the Contractor s sole responsibility. The contractor shall adhere to all OSHA requirements concerning removal, transporting, and disposal of the material. CLEAN-UP: The Contractor shall keep the area of garment delivery neat and tidy and free of debris at the end of each workday. SAFETY AND FIRE: All fire and safety rules and regulations are applicable at the Temple and Waco site shall be adhered to. Contractor is responsible for instructing their personnel on Contractors procedures for Safety, Fire, and Accidents. WARRANTY: The contractor shall warrant all garments to be free of defects and workmanship for the entirety of the contract period. All leased garments shall be repaired or replaced once a garment is identified as no longer meeting the required specifications of safety or function (i.e. buttons, zippers, tears, stains, etc.). These costs shall be the sole responsibility of the contractor for the entire contract period. QUALITY ASSURANCE: The Contracting Officer reserves the right to conduct any inspections or perform any tests deemed necessary at any time during the execution of the contract to determine conformance with the requirements of theses specifications. ATTACHMENT II Past Performance Questionnaire 09/20/2016 NAME OF OFFEROR: Phone: Fax: E-Mail: Current or Historical Contract Information must be of the same service type. 1. CONTRACT REFERENCED: 1. Contract or Identifying Number: ________________________________________________ 2. Contract Value: _____________________________________________________________ 3. Period of Performance: ___________________________________________________________________________ 4. Brief description of services provided: ____________________________________________________________________________ ____________________________________________________________________________ Agency/Company: ___________________________________________________________________________ COR: Title: __________________________________ Phone: _____________________________ E-mail: _____________________________________________________________________ 2. CONTRACT REFERENCED: 1. Contract or Identifying Number: Contract Value: _____________________________________________________________ 3. Period of Performance: ____________________________________________________________________________ 4. Brief description of services provided: ____________________________________________________________________________ ____________________________________________________________________________ COR: Agency/Company: ___________________________________________________________________________ Title: __________________________________ Phone: _____________________________ E-mail: _____________________________________________________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/VA25717Q0069/listing.html)
 
Document(s)
Attachment
 
File Name: VA257-17-Q-0069 VA257-17-Q-0069.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3095417&FileName=VA257-17-Q-0069-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3095417&FileName=VA257-17-Q-0069-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04322328-W 20161109/161107234628-ca19c65a2d3cdeeaa3cdbb6548a5e581 (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.