Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
SOLICITATION NOTICE

S -- Hospital Bulk Laundry

Notice Date
4/26/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Army, U.S. Army Medical Command, MEDCOM, North Atlantic Regional Contracting Office, 8901 Rockville Pike, Bldg 54, Bethesda, Maryland, 20889, United States
 
ZIP Code
20889
 
Solicitation Number
W91YTZ-17-T-0242
 
Archive Date
5/13/2017
 
Point of Contact
Valerie DeVeaux, Phone: 7067873894
 
E-Mail Address
valerie.j.deveaux.civ@mail.mil
(valerie.j.deveaux.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6. This announcement constitutes the only solicitation: quotes are being requested and a written solicitation will not be issued. Solicitation number W91YTZ-17-T-0242 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92 and Defense Federal Acquisition Supplement Publication (DPN) 20161104. This acquisition is issued on an UNRESTRICTED basis under NAICS code 812320 and size standard is $5.5M. The Government anticipates awarding a single award issued as Firm Fixed Price. The requirement of this solicitation is to provide bulk laundry/linen cleaning services at Martin Army Health Clinic, Fort Jackson, SC. This requirement includes all functions, tasks, and responsibilities normally inherent in a hospital laundry facility. Quotes are due by 28 April 2017 at 12:00 pm EST. Quotes and questions shall be submitted via email to valerie.j.deveaux.civ@mail.mil. ITEM NO. 0001 LAUNDRY SERVICES QTY: 100,000 UNIT: LBS UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 0002 SCRUB REPLACEMENT QTY: 4 UNIT: QTR UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 0003 PJ REPLACEMENT QTY: 4 UNIT: QTR UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 0004 ROBE REPLACEMENT QTY: 4 UNIT: QTR UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 0005 CONTRACT MANPOWER REPORTING ACCOUNTING FOR CONTRACT SERVICES -The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer#s Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-contractor); (6) Estimated direct labor dollars paid this reporting period (including sub-contractor); (7) Total payments (including subcontractor); (8) Predo minant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-contractor if different); (9) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (10) Locations where Contractor and subcontractors perform the work (specified by zip code in the United States and nearest City, Country, when in an overseas location, using standardized nomenclature provided on website); (11) Presence of deployment or contingency contract language, and, (12) Number of Contractor and sub-contractor employees deployed in theater this reporting period (by country). (13) As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. The Contractor shall notify the Contracting Officer #s Representative (COR) by the 5th working day of November whether or not they have completed this report. If the COR is unavailable, the Contractor will notify the Contracting Office. QTY: 1 UNIT: EA UNIT PRICE: ___________ TOTAL: ____________ TOTAL tiny_mce_marker_________________ Delivery Address Moncrief Army Health Clinic Building 4500 Stuart St Fort Jackson, SC 29207 SOLICITATION PROVISIONS 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (APR 2014) 52.212-1-INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (OCT 2016) ADDENDUM TO 52.212-1 Offeror shall submit signed and dated quotes to Gordon Health Contracting Cell (GHCC) office no later than the date and time specified above. The quote shall have a title page identifying the offeror, the full address, phone and facsimile numbers, points of contact (POCs) of the offeror, the solicitation number and its contents. Any questions with respect to the solicitation shall be submitted in writing to Ms. Valerie DeVeaux at valerie.j.deveaux.civ@mail.mil by 4 PM EST 27 April 2017. Telephone calls will not be accepted nor responded to. Responses will be emailed to all interested offerors. Note: Electronic (e-mail) offer is acceptable, provided they meet the requirements listed above. Electronic (e-mail) is the preferred method. Offer shall clearly identify each part of their quote, as described below. Administrative a. Request for Quote. The offeror shall include a copy of the completed Combined synopsis solicitation, with the signature and include the name of the offeror, address, phone and fax numbers at the bottom of the last page. b. The offeror shall submit a completed copy of FAR 52.212-3, Representations and Certifications - Commercial Items. Vendors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via Internet at https://www.sam.gov. All offerors must be registered in the System for Award Management (SAM) prior to award, and lack of registration shall make an offer ineligible for award. Technical a. The technical quote shall be addressed in sufficient written detail for the Government to determine if the offeror's product(s) adequately perform the specific requirements as stated in 52.212-2. b. Offeror must meet the physical, functional, or performance characteristic specified in this solicitation and clearly describes any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. c. THE FOLLOWING MUST BE SUBMITTED WITH THE QUOTE - Pricing for each item within the combined synopsis solicitation - Signed and dated Solicitation Pricing a. Pricing for Requirements. The offeror shall submit proposed pricing for all Contract Line Item Numbers (CLINs) identified in the Request for Quote, unless otherwise noted. Include the unit price and the total extended price for each CLIN. (End of Addendum to 52.212-1) (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. (End of Provision) 52.214-34 - SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991) 52.222-56 - CERTIFICATION REGARDING TRAFFICKING IN PERSONS COMPLIANCE PLAN (MAR 2015) 52.225-25 -- PROHIBITION ON ENGAGING IN SANCTIONED ACTIVITIES RELATING TO IRAN-CERTIFICATION (OCT 2015) 52.209-2 -- PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS - REPRESENTATIONS (NOV 2015) 52.209-11 - REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) 52.209-12 - CERTIFICATION REGARDING TAX MATTERS (FEB 2016) 52.252-1 -- SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998); http://farsite.hill.af.mil/ 52.252-5 -- AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (Insert "DoD FAR Supplement (48 CFR Chapter 2)" in paragraph (b)) 252.203-7005 -- REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7004 - ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT (FEB 2014) 252.204-7008 - COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (DEVIATION 2016-O0001)(OCT 2015) 252.204-7011 -- ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) (See Clins) 252.215-7007 -- NOTICE OF INTENT TO RESOLICIT (JUN 2012) 252.215-7008 -- ONLY ONE OFFER (OCT 2013) 252.222-7007 - REPRESENTATION REGARDING COMBATING TRAFFICKING IN PERSONS (JAN 2015) 252.225-7050 -- DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (DEC 2014) 252.247-7022 -- REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992) (End of Addendum to 52.212-1) 52.212-2 -- EVALUATION -- COMMERCIAL ITEMS (OCT 2014) HCAA Local Clause 5006 (Tradeoffs) Addendum to 52.212-2 Award will be made using the Tradeoff source selection process. This process permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced proposal. Award will be made to the responsible offeror whose proposal conforms to the solicitation and is deemed best value to the Government. Award maybe made without discussions with offerors (except communications conducted for the purpose of minor clarification). Therefore, each initial offer should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the contracting officer to be necessary. Paragraph (a) is hereby replaced with the following: (a). The Government will award a Firm-Fixed-Price contract resulting from this solicitation, to the responsible offer conforming to the solicitation that is best value to the Government, technical acceptablilty and other factors considered. The following factors shall be used to evaluate offers: To be considered for award, offers must - (1) Meet the physical, functional, or performance requirements in this solicitation along with Exhibits A and B; (2) Clearly describe any modification the offeror plans to make in a item to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. 1. Technical Ability to provide all mandatory items in Attachment A as evidenced by offeror submitting pricing for all mandatory items. Acceptable: Proposal clearly meets the minimum requirements of the solicitation. Unacceptable: Proposal clearly does not meet the minimum requirements of the solicitation. 2. Price Price will be evaluated will be evaluated for fairness and reasonability in terms of: A. That the prices are consistent with and reflect the proposed requirement. B. Pricing will be evaluated for fair and reasonable in terms of the Government's requirements. The Government is interested in proposals that meet the requirements with acceptable risk, at a fair and reasonable price. 3. Quoters shall submit quotes to Gordon Health Contracting Cell, Office to arrive no later than 12:00 PM eastern standard time on 28 April 2017. Quotes can be submitted via email to Valerie.j.deveaux.civ@mail.mil. Mailed submissions are not acceptable. 4. Evaluation Process: All quotes will be evaluated on overall technical acceptability and price. Must meet the functional characteristics referenced. The award decision will be based on the best value to the Government quote. (End of Provision) (End of Addendum to 52.212-2) 52.212-3 -- OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (MAR 2015) ALTERNATE I (OCT 2014) CONTRACT CLAUSES 52.212-4 -- CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAY 2015) Addendum to 52.212-4 (Local Clause (LC) 5003 The following policy applies only if the contractor will be on the Government installation for more than thirty (30) days. (v) Policy for Reporting Incidents of Sexual Assault and Sexual Harassment under the Sexual Assault Prevention and Response Program (SHARP). The contractor shall comply with OTSG/MEDCOM Policy Memo 13-062, Policy for Reporting Incidents of Sexual Assault and Sexual Harassment under the Sexual Assault Prevention and Response Program (SHARP), 12 Nov 2013. The SHARP reporting requirements apply only to knowledge obtained by contractor personnel while performing services under this contract. The contractor shall require all Contract Service Providers (CSP) with knowledge of an incident of sexual assault occurring on a Government facility, to include a Government leased facility, where the contractor is providing services under this contract, to report the incident to the contractor who shall immediately (within 24 hours) report the incident in writing to the government's COR. All incidents shall be reported whether they involve contractor personnel or Government personnel, or other individuals. The contractor shall require all CSPs with knowledge of an incident of sexual harassment occurring on a Government facility, to include a Government leased facility, where the contractor is providing services under this contract, to report the incident to the contractor who shall immediately (within 24 hours) report the incident in writing to the government's COR. All incidents shall be reported whether they involve contractor personnel or Government personnel, or other individuals. (w) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ https://acquisition.gov/far/index.html 52.204-10 -- REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.204-21 - BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016) 52.209-6 -- PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-4 -- NOTICE OF PRICE EVALUATION PERFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014) 52.219-6 - NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) 52.222-19 -- CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014) 52.222-21 -- PROHIBITION OF SEGREGATED FACILITIES (APR 2015) (EEO) 52.222-50 -- COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.223-3 - HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997) 52.223-5 -- POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2011) 52.223-18 -- ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 -- RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 -- PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (JUL 2013) 52.232-39 -- UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.232-40 -- PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 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 (APR 1984) 252.203-7000 -- REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002 -- REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) 252.204-7003 -- CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.225-7036 - BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM (AUG 2016) 252.225-7048 -- EXPORT CONTROLLED ITEMS (JUN 2013) 252.232-7003 -- ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 -- WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.232-7010 -- LEVIES ON CONTRACT PAYMENTS (DEC 2006) 52.209-10 -- PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (DEC 2014) 52.219-28 -- POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.252-2 -- CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-6 -- AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (Insert "DoD FAR Supplement (48 CFR Chapter 2)" in paragraph (b)) 252.203-7999 -- PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMEMNTS (DEVIATION 2015-O0010) (FEB 2015) 252.204-7012 -- SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (OCT 2016) 252.204 - 7015 - DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.211-7003 -- ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013) 252.244-7000 -- SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) iRAPT (LC 5002) (Formally known as WAWF) HIPPA (LC 5001) (End of Addendum to 52.212-4) Moncrief Army Health Clinic Performance Work Statement For Bulk Laundry Services for DoD CONUS Medical Treatment Facilities 12 Jan 2017   TABLE OF CONTENTS PAGE 1.0 GENERAL 1.1 Background 4 1.2 Scope 4 1.3 Period of Performance 4 1.4 Contractor Experience and Personnel 4 1.5 Contractor Laundry Facilities 6 1.6 Quality Control 6 1.7 Quality Assurance 7 1.8 Contingency Plans 7 1.9 Exposure Control Plan 8 1.10 Health and Safety Plan 8 1.11 Post Award Conferences and Periodic Progress Meetings 8 1.12 Transition Period 8 1.13 Hours of Operation 8 1.14 Inclement Weather Schedule 9 1.15 Missed Pickups 9 1.16 Service Interruptions 9 1.17 Physical Security 10 1.18 Installation Access and General Protection/Security Policy 10 1.19 Additional Medical Facilities 10 1.20 Regulatory Compliance 11 1.21 Protection of Government Property 11 1.22 Organizational Conflict of Interest 11 2.0 DEFINITIONS AND ACRONYMS 2.1 Definitions 11 2.2 Acronyms 13 3.0 GOVERNMENT FURINISHED PROPERTY AND SERVICES 14 4.0 CONTRACTOR FURNISHED PROPERTY AND SERVICES 14 5.0 TASKS AND REQUIREMENTS 15 6.0 EXHIBITS/ATTACHMENTS 19 Appendix A Applicable Publications 21 Exhibit A Example Identification, Standard Packaging, and Method of Finish for Bulk Laundry 22 Exhibit B Example Pickup and Delivery Schedule 25 Exhibit C Example Deliverables 26 Exhibit D Example Performance Requirements Summary 27 Exhibit E Example Linen Serviceability Standards 28   PERFORMANCE WORK STATEMENT Bulk Laundry Services Moncrief Army Health Clinic 1. GENERAL 1.1. Background. The Regional Health Command - Atlantic is responsible for assisting in establishing standardized bulk laundry/linen cleaning services for Medical Treatment Facilities (MTFs) within its region. 1.2. Scope. It is expressly agreed and understood that this contract is for non-personal services. The Contractor shall furnish all personnel, equipment, transportation, supplies, and supervision, except as specified herein as Government furnished, to provide bulk laundry services as specified herein, including pickup and delivery. This contract includes all functions, tasks, and responsibilities normally inherent in a hospital laundry facility. The Contractor shall establish and maintain a system of records to control and account for all work performed. All work under this contract shall be accomplished in accordance with current (a) The Joint Commission (TJC) standards, (b) the Center for Disease Control and Prevention's Guidelines for Environmental Infection Control in Health-Care Facilities, (c) Occupational Safety and Health Administration standards, (d) Healthcare Laundry Accreditation Council (HLAC), and (e) any other applicable Federal, State and local regulations and guidelines. Performance shall be in accordance with the scope of this Performance Work Statement (PWS) and other specifications or provisions of the contract. Linen services are considered a mission essential function and an essential contractor service. There may be a reduction or addition of linen usage that will require a change in services as hospital functions start, stop, or change as a result of mission requirements. 1.3. Period of Performance (POP). The POP is up to One year from date of contract award. Task orders will be funded by annual appropriations. 1.4. Contractor Experience and Personnel. 1.4.1. Contractor Experience. The Contractor shall have experience in providing hospital laundry services. The firm must have gained this experience as a result of being regularly engaged in the business of providing laundry services in health care/patient care environments (e.g. inpatient and outpatient MTFs). 1.4.2. Personnel. 1.4.2.1. The Contractor shall provide a point of contact (POC) that shall be responsible for performance of the work. The name of this person and an alternate who shall act for the Contractor when the primary is absent shall be designated in writing to the Contracting Officer (KO) no later than the start of the contract. 1.4.2.2. The POC and the alternate shall have full authority to act on behalf of the Contractor on all contract matters relating to the daily operation of this contract. 1.4.2.3. The POC and alternate must be able to read, write, speak, and understand English well enough to satisfy all contract performance requirements. 1.4.2.4. The contract POC and alternate shall be available during normal duty hours within 60 minutes to meet on the installation with Government personnel designated by the KO to discuss problem areas. 1.4.2.5 Contractor personnel shall present a neat appearance and must be recognizable as an employee of the Contractor. The Contractor shall wear distinctive clothing bearing the name of the company or wear appropriate badges or identification tags which contain the company name. 1.4.2.6. Security Requirements. Unaccompanied access to the MTF is not authorized without written consent from the COR or KO. All personnel entering the medical facility must wear a Contractor identification badge. 1.4.2.7. Contract Employee Training. Contractor employees shall be trained in accordance with all Federal, State, and local laws and regulations. The Contractor shall maintain personnel certification, training, and licensing records for employee requirements specified in this PWS. Certification, training, and licensing records shall be kept current and on file for the duration of the contract including all option periods. Records shall be made available for Government review within 4 hours of request. 1.4.2.8. Health Certificate and Physical Examinations and Immunizations - The Contractor shall ensure that employees working in around the MTF shall meet all health requirements under this contract, with documentation available for government inspection by the KO or COR at all times. Employees (initial and future) shall have the following vaccinations: Measles, Mumps, Rubella, Chicken Pox (Varicella), and annual seasonal influenza. If no documentation of immunizations is available, lab evidence of immunity will be used (antibody titers). Hepatitis B vaccination, post exposure prophylaxis for high risk exposure is mandatory per Occupational Safety & Health Agency (OSHA) Bloodborne Pathogen Regulation, 29 Code of Federal Regulations (CFR) 1910.1030. The Contractor shall offer the employees the Hepatitis B vaccinations as well as post exposure prophylaxis for high-risk exposure (Human Immunodeficiency Virus (HIV) medication) per current guidelines of OSHA Blood Borne Standard 29 CFR 1910.1030. All employees also shall have initial and annual Tuberculosis (TB) screening. Employees with positive tuberculin reactions shall have documentation of chest x-ray results not older than 12 months. Chest x-ray retesting of positive tuberculin reactors shall be required every 12 months or as needed if symptomatic. The Contractor is responsible for the cost of all vaccines and medications. 1.4.2.9. Contractor personnel shall comply with all Privacy of Protected Health Information standards. 1.5. Contractor Laundry Facilities. 1.5.1. The laundry facility shall be HLAC certified within 3-months of contract award and maintain that certification throughout the term of the contract. A copy of certification must be provided to the KO or COR upon request. The Contractor shall comply with all applicable local, State, and Federal instructions, regulations, standards, and laws. The Contractor shall be required to fully comply with all changes in regulations and laws as they occur during the contract term. 1.5.2. Functional separation of clean and soiled laundry areas shall be maintained at all times. 1.5.3. The ventilation system shall include adequate intake, filtration, exchange rate, and exhaust in accordance with local, state, and federal regulations. 1.5.4. Contractor Facility Visits. The COR at any time during the performance of this contract may visit the laundry facility to observe and review the procedures utilized by the Contractor. The COR at his or her discretion may be accompanied by other government representatives. 1.6 Quality Control Program. The contractor shall maintain a quality control program that ensures linen/laundry services are performed IAW commercial standards, advisory recommendations, and federal, state, installation, and Moncrief policies, procedures, and regulations as identified in this PWS. The contractor shall provide procedures to identify, prevent, and ensure non-performance and continual repetition of defective service does not occur. 1.6.1 Quality Control Plan (QCP). The QCP shall demonstrate how the contractor intends to ensure quality performance during the contract POP. The contractor shall maintain a QCP that includes performance metrics. The contractor shall submit a written QCP to the KO and COR not later than 30 calendar days after contract award. The QCP shall describe the quality management surveillance methodology and approaches used under this contract. The final updated/revised QCP shall be incorporated into the contract by reference as a compliance document. The contractor shall update/revise the QCP, as necessary, and submit the updated/ revised QCP to the KO and COR not later than 7calendar days for review/comments prior to implementation.1.7 Quality Assurance. 1.7.1. The Government will use a Quality Assurance Surveillance Plan (QASP) to monitor compliance with the contract terms and conditions and identify nonconforming services. The QASP sets forth the method and manner by which the Government intends to conduct surveillance of work under the contract and is subject to unilateral change by the Government without modification to the contract. All work required by the contract is subject to surveillance whether or not specifically included in the plan. The Government will evaluate the Contractor's completed work to ensure it is accomplished in accordance with the standards required by this contract. 1.8 Contingency Plans. The Contractor shall provide a Contingency Plan and notify the COR and KO of any proposed modifications. The Contractor shall notify the COR and KO of any event that jeopardizes performance under this contract. The contractor shall submit a revised Contingency Plan to the COR within 7 days of any updates or changes. The plan shall include contingency operations for: 1.8.1. Mobilization. In the event of mobilization, which may require services beyond the Contractor's capability, the Contractor shall advise the KO immediately of the capability and additional volume which the Contractor can obtain from the local civilian community. In the event the Contractor is not able to meet the Government's requirements, the Government reserves the right to obtain services from military laundry units, other Department of Defense agencies, or other commercial sources. 1.8.2 Disaster. In the event of a disaster, to include but not limited to destruction of the facility, sabotage, or an act of God or nature, that renders the Contractor's facility unsafe, the Contractor shall determine a feasible alternative method of providing services and make recommendations to the KO immediately. The Government reserves the right to obtain services from other sources in the absence of such action. 1.8.3 Inclement Weather Schedule. Linen shall be collected as scheduled during periods of inclement weather unless specific approval to delay collections is requested by the Contractor and received from the COR or CO/KO. Such approval will normally be granted only in cases of particularly severe weather, such a heavy snow, tropical storm, hurricane, etc. 1.8.4 Service Interruptions. If any scheduled linen removal services must be discontinued, even temporarily, the Contractor shall notify the CO/KO, affected tenants, and customers verbally and in writing or email as soon as possible before, but not less than 1 hour before known interruption of scheduled services. If the discontinued service is due to an emergency breakdown, the Contractor shall notify the CO/KO, affected tenants and customers as soon as practicable. The rescheduling of missed pickups shall be agreed upon with consideration given to the holding time limitations for linen at a given location. 1.9 Health and Safety Plan. The contractor shall comply with Occupational Safety and Health Administration (OSHA) standards as a minimum level of safety and health performance and establish more stringent standards where necessary for effective CSP protection 1.10 Exposure Control Plan. The contractor shall develop and maintain an Exposure Control Plan fully compliant with OSHA Blood borne Pathogen Standard (29 CFR 1910.1030) not later than 30 days after contract award. A copy of this document shall be made available to the COR upon request. 1.11 Post Award Conference/Periodic Progress Meetings: The contractor agrees to attend the post award conference convened by the contracting activity or contract administration office in accordance with FAR Subpart 42.5. The KO, COR, and other government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings, the KO will apprise the contractor of how the government views the contractor's performance and the contractor shall apprise the government of issues/concerns, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. 1.13. Hours of Operation. 1.13.1. Normal Hours. The Government's regular working hours is 0730-1600.vary by MTF. The Contractor shall not be required to provide linen pickup services on Federal holidays. In the event a scheduled pickup falls on a Federal holiday, the Contractor shall coordinate and reschedule the pickup with the facility prior to the holiday or within one to two work days following the holiday. The rescheduling of the pickup shall be agreed upon with consideration given to the holding time limitations for linen at a given location. All rescheduled holiday collections shall be accomplished in addition to all normal collections for that day at no additional cost to the Government. Exceptions to the regular hours of operation are detailed in subsequent sections of this PWS. Pick-up and delivery schedules will be in accordance with Exhibit. 1.13.2. Holidays. The following is a list of legal federal holidays as referred to elsewhere in the contract and PWS: New Year's Day, January 1st Martin Luther King's Birthday, 3rd Monday in January Presidents' Day, 3rd Monday in February Memorial Day, last Monday in May Independence Day, July 4th Labor Day, 1st Monday in September Columbus Day, 2nd Monday in October Veteran's Day, November 11th Thanksgiving Day, 4th Thursday in November Christmas, December 25th. 1.17. Physical Security. The Contractor shall be responsible for safeguarding any and all Government property either provided for use or being serviced under the provisions of this contract. During execution of the work, the Contractor shall protect Government property. The Contractor shall return areas damaged as a result of negligence under this contract to their original condition at no cost to the Government. 1.18. Installation Access and General Protection/Security Policy and Procedures. All contractor and sub-contractor CPSs performing tasks on this PWS shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures which will be provided to the contractor by a government representative within five working days of contract award. The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services, or Ft Jackson Provost Marshal Office. CSPs shall comply with all personal identity verification requirements as directed by the Department of Defense (DOD), Headquarters, and Department of the Army (HQDA) and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the government may require changes in contractor security matters or processes. 1.20. This compliance shall be at no additional cost to the Government. 2. DEFINITIONS AND ACRONYMS 2.1. DEFINITIONS. Definitions of special terms and phrases used in this PWS are as follows: 2.1.1. Clean. Finished articles are dry and free of visible soil, lint, and objectionable odors, such as cleaning chemicals, mold, mildew, body bacteria, and other unclean elements. Spots and stains are removed without damaging the fabric. Tape and other adhesives shall be removed prior to or during the laundering process. 2.1.2. Clean Weight. The total weight of clean, dry laundered items that were not processed through individual counts (e.g., special items as defined below) delivered to and accepted by the Government. 2.1.3. Contaminated Laundry. All soiled laundry originating from the MTF is categorized as contaminated. In accordance with OSHA Bloodborne Pathogens Standard 29 CFR 1910.1030, the Contractor is responsible for properly handling contaminated laundry. 2.1.4. Contingency Plan. Contingency Plan is a document describing actions to be implemented or taken in the event of unforeseen circumstances. 2.1.5. Contracting Officer (CO/KO). A person with the authority to enter into, administers, and/or terminates contracts and makes related determinations and findings. This is the only person authorized to make changes in the contract on behalf of the Government. 2.1.6. Contracting Officer's Representative and Quality Assurance Evaluator (COR/QAE). Contracting Officer's Representative and Assistant Contracting Officer's Representative (COR/QAE) are the MTF personnel responsible for assisting in administration of the Government's quality assurance portion of the contract. These personnel are designated in writing by the CO/KO to be responsible for quality assurance, inspection, surveillance documentation and periodic (monthly) acceptance of Contractor's performance. A copy of the appointment letter will be provided to the Contractor. Each task order issued under the basic contract will have a separately appointed COR/QAE. 2.1.7. Dyed Linen. Any unserviceable linen that is sent to the Contractor to be dyed brown and converted to rags 2.1.8. Hygienically Clean: Through a combination of soil removal, pathogen removal, and pathogen inactivation, contaminated laundry can be rendered hygienically clean. Hygienically clean laundry carries negligible risk to healthcare personnel and patients, provided that the clean textiles, fabric, and clothing are not inadvertently contaminated before use. The laundering process consists of the proper combination of water, heat, pH, oxidation, chemical sanitizers, and drying and sanitizing. 2.1.9. Quality Assurance (QA). Those actions taken by the Government to assure services meet the requirements of the PWS. 2.1.10. Quality Assurance Surveillance Plan (QASP). A written plan that details what is to be evaluated, how evaluations are to be accomplished, frequency of evaluations, evaluation parameters, example monitoring guides/checklists,, and other information that the COR should have to provide effective QA. 2.1.11. Quality Control. Quality Control is action taken by the Contractor, to control the production of goods or services so that they meet the requirements of the PWS. 2.1.12. Special Items. Special items are any items that must be kept separate from the laundering of other items. Specific examples of special items are listed in Exhibit A. 2.1.13. Tails. A condition created when flatwork is not folded even with the corners not meeting each other. 2.1.14. Unserviceable Articles. Unserviceable articles are hospital items which are not considered usable by the Government. See Attachment XXX for sample MTF serviceability criteria. 2.2 ACRONYMS. Commonly used acronyms are listed below. Other acronyms and abbreviations are listed in Joint Publication 1-02, DOD Dictionary of Military and Associated Terms 08 November 2010, as amended through 15 October 2015. AQL Acceptable Quality Level ANSI American National Standards Institute AAMI Association for the Advancement of Medical Instrumentation CDR Contract Discrepancy Report CFR Code of Federal Regulations CLIN Contract Line Item Number CO/KO Contracting Officer COB Close of Business COR Contracting Officer's Representative CPARS Contractor Performance Assessment Reporting System CQC Contractor Quality Control DFAS Defense Finance and Accounting Service DFARS Defense Federal Acquisition Regulation Supplement DOC Directorate of Contracting DoD Department of Defense FAR Federal Acquisition Regulation GPE Government Furnished Equipment GFP Government Furnished Property HIV Human Immunodeficiency Virus HLAC Healthcare Laundry Accreditation Council IAW In Accordance With MEDCOM Medical Command MTF Medical Treatment Facility NCR National Capitol Region OCI Organizational Conflict of Interest OSHA Occupational Safety & Health Agency POC Point of Contact POP Period of Performance PPE Personal Protective Equipment PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAE Quality Assurance Evaluator QASP Quality Assurance Surveillance Plan QC Quality Control QMS Quality Management System RHC-A Regional Health Command - Atlantic SDS Safety Data Sheet TB Tuberculosis TJC The Joint Commission 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. 3.1 The Government will provide loading dock scales at pickup location. The Government owned scales will be calibrated annually, with a copy of the report provided to the Contractor. 4. CONTRACTOR FURNISHED PROPERTY AND SERVICES. 4.1 The Contractor shall provide all property or services necessary for the performance of this contract that is not specifically identified as furnished by the Government. Such property or services shall include, but is not limited to facilities, tools, bundle tie machine, materials, equipment, (such as soaps, detergents, bleaches, starches, sizing, spotting agents, hangers, plastic, and packaging materials), and vehicles. 4.2 The Contractor shall provide their employees all appropriate PPE as required by OSHA. 4.3 The Contractor shall provide all pickup and delivery vehicles and vehicle drivers. 4.3.1. All vehicles utilized for this contract shall be properly state registered and licensed prior to being operated on Government property. The Contractor shall coordinate with the MTF and/or base personnel to obtain passes for the Contractor's employees and vehicles as needed. The COR will assist with this process. 4.3.2. The Contractor shall ensure that all operators of Contractor owned vehicles possess evidence of insurance and a valid state permit to operate the vehicles under their control. 4.4 Contractor shall furnish and provide standardized bulk linen carts. The carts shall have a solid bottom and be covered unless linen is shrink wrapped. The Contractor shall utilize these carts to move clean and soiled linen between the Government installations and their laundry facility with no interruption of linen inventory flow. Carts used to transport clean laundry and soiled laundry shall be marked with cart weight and cart number by the Contractor prior to the carts use. 4.5 The Contractor shall provide hangers and bar carts for delivery of uniforms. 4.6 The Contractor shall provide a packing slip type document for each cart delivered. This document shall identify the contents on the cart by item count for each type item on the cart. 4.7 The Contractor shall provide a facility equipped and ventilated to prevent dissemination of contaminants. The ventilation system shall include adequate intake filtration, exchange rate, and exhaust in accordance with local, State, and Federal requirements. (Reference TJC Environment of Care Standard: EC.02.06.01 and EC.02.05.01, EP 15. See also The American National Standards Institute/Association for the Advancement of Medical Instrumentation publication (ANSI/AAMI) ST65:2008 5. TASKS AND REQUIREMENTS. 5.1. Laundry Services. Laundry service shall be provided to the MTF. The turnaround time for this service shall be in accordance with the requirements of the local MTF. The soiled laundry shall be picked up, processed, cleaned, dried, packaged and returned in accordance with Exhibit B. 5.1.3. Soiled and clean articles shall not be transported in the same vehicle or carts. Vehicles and carts shall be cleaned after transporting soiled textiles prior to transporting clean articles. 5.1.4. All personal or Government property, to include currency in excess of five ($5) dollars, which is found in the laundry, shall be returned to the Government within three (3) business days. 5.1.5. Discrepancies. Any discrepancy in weight, 93% return of clean versus soiled laundry (e.g. for laundry, if 100 pounds of soiled laundry are picked up, then at least 93 pounds of clean laundry shall be returned;. The permissible weight variance between the total weights of soiled laundry picked up on any given day and the total weight of that same laundry when it is cleaned and returned. This weight difference shall not exceed 7.0 percent. Any discrepancy beyond that variance shall be rectified within 24 hours of being identified. Unresolved shortages will be identified in writing to the CO/KO for appropriate action. 5.2. Process of Receiving and Returning Laundry. 5.2.1. Laundry shall be received and processed by the Contractor and returned to the Government as follows: a. Soiled laundry,, shall be weighed at the MTF on Government-owned scales. The weight will be recorded on daily tickets prior to the Contractor loading the laundry onto their vehicle. This weight will represent the Government verified ticket weight. Separate tickets shall be used for soiled laundry. The cart number, soiled cart weight (identified separately), and the total weight shall be recorded on the ticket. The Government and Contractor shall verify the weights and countersign the ticket to indicate agreement with those weights at time of pick-up. A copy of each completed laundry ticket shall be furnished to the Contractor and a copy shall be maintained by the Government. Contractor personnel shall be responsible for physically transferring soiled laundry into the Contractor's vehicle. b. Cleaned and packaged deliveries of laundry, if applicable, that were picked up as soiled from the MTF shall be made to building from where they were picked up, unless otherwise noted. Clean laundry shall be weighed in a cart and the cart number, cart weight (identified separately) and the total weight shall be entered on the tracking sheet. The Government and Contractor shall verify the weights and countersign the tracking sheet to indicate agreement with those weights at time of delivery. A copy of each completed laundry tracking sheet will be furnished to the Contractor and one maintained by the Government. Contractor personnel shall be responsible for physically transferring clean laundry from the Contractor's vehicle. c. Scales: The government scales will be the official scales for weighing the clean linen delivered by the contractor and the soiled linen picked up by the contractor. Payment will be made based on the weight of clean, serviceable linen delivered by the Contractor as shown on the government scales. All disagreements in weight shall be directed to the KO for resolution. 5.3. Delivery/Pickup Time. The Contractor's laundry delivery/pickup times are defined in Exhibit and shall be monitored by the Government. The Contractor shall receive, process, and return laundry and/or articles in accordance with the service response times as specified in Exhibit B. Failure to adhere to this requirement will be considered a deficiency in the Contractor's performance. Service response times shall be computed from the time laundry is received by the Contractor at the Government site until the time it is returned to the Government. 5.5. Standards of Quality. The standards in Exhibit E will be used by the Government to assure quality in a finished product. Failure to meet these standards will result in the product being returned for further cleaning. 5.5.1. All soil, spots, and stains shall be removed, unless removal will change the color or damage the fabric. 5.5.2. Each item shall be (a) hygienically clean and dry and (b) free of lint, scorch marks or other damage to the fabric. 5.5.3. White fabrics shall be white and free of yellow or gray tints. Colors shall be bright and clear. 5.5.4. Articles shall smell fresh and clean and be free of objectionable odors such as cleaning chemicals, mold, mildew, body bacteria and other unclean elements. 5.5.5. No trace of wash supplies (e.g., soap, bleach, et al.) shall be left on the fabrics. 5.5.6. Shrinkage shall be no more than what may be termed as "natural" for the fabric in accordance with best commercial practices. The Contractor shall treat all articles in such a manner as to keep the dimensional changes of the article to a minimum and to avoid damages of any kind to the fabric. 5.5.7. Tumbled work such as laundry, towels, blankets, and microfiber products shall be completely dry and soft. 5.5.8. Items processed on flatwork and ironers (e.g., sheets, pillow cases) shall be machine finished (ironed) so that the surfaces are smooth and without "rough dry" spots, wrinkles, or tails. Flatwork shall be free of creases when received by the Government. 5.5.9. Pressing. Presswork shall be accomplished so that items meet best commercial standards. 5.5.10. Finished Work. The Contractor shall assemble completed work into bundles and wrap the bundles for return to the MTF in accordance with the Exhibit A. 5.6. Additional Requirements. 5.6.1. The Government shall place unsorted and contaminated laundry and microfiber articles in Government provided laundry bags for laundry or plastic bags for microfiber for Contractor pick up. All soiled/contaminated laundry and microfiber products shall be hygienically cleaned, and processed in strict accordance with federal, state and local laws as well as healthcare industry standards. Washing formulas shall be strictly adhered to so as to assure proper cleaning of all articles without damage to the article. 5.6.2. OSHA Bloodborne Pathogens Standards. The Contractor shall comply with the OSHA Bloodborne Pathogens Standard 29 CFR 1910.1030. 5.6.3. Unserviceable Articles. All Government owned items identified as unserviceable and/or non-repairable while in the possession of the Contractor shall be returned to the MTF in a separately marked bundle identified as "Unserviceable" after the items have been laundered. These items shall be returned within 48 hours of being identified as unserviceable. If it is determined that these items were caused by the Contractor (e.g., laundry machine, wrong wash formulas, excessive drying, et al.), the Contractor shall replace the items at no additional charge to the Government. 5.6.3.1. Dye: Dyed linen should be returned within the same time frames as cleaned laundry, as specified in Exhibit B. The dyed linen shall be returned as specified in Exhibit A. 5.6.4 Repairs. Except for articles no longer usable for the purpose intended, the Contractor shall repair at no additional cost to the Government all minor rips, tears (less than four inches), open seams and holes using thread and materials of the same quality, compatible color, colorfastness, and texture as that used in the manufacture of the articles. In addition, the Contractor shall replace all broken or missing buttons with buttons of matching color and similar appearance and quality. 5.7. The Contractor shall maintain all production and other records relative to the performance of work under this contract. 5.8. Packaging and Transporting. Packaging is the means of preparing the finished products for delivery to the hospital. All finished products shall be packaged in such a manner that will prevent contamination, moisture, or degradation in the cleanliness and quality of the product prior to its use at the MTF. 5.8.1. The laundry and microfiber products shall be (a) sorted by type, size and color, (b) folded and stacked, and (c) wrapped and sealed in clear plastic, unless specified otherwise. All products shall be bundled in accordance with Exhibit A. The Government reserves the right to add, delete, or change the size of the bundles. 5.8.2. Wrapping materials shall be clear plastic. Plastic wrap shall be of sufficient strength to hold articles without bursting or tearing during normal handling. Each bundle in Exhibit A shall be clearly marked by size (i.e., small, medium, large, extra-large, etc.) and total pieces, if less than bundle size as identified in Exhibit A, on the clear plastic. 5.8.3. Preservation While in Transit. Articles processed in bundles or bags shall be transported in clean carts. In all instances, the Contractor shall transport and handle finished work so as to prevent wrinkling, damage, moisture, and contamination. 5.9. Laundry Carts. 5.9.1. Separate carts shall be used for transporting clean and soiled laundry and microfiber products within the Contractor's laundry facility and during transportation to and from the MTF. Soiled carts may be used to transport clean laundry and microfiber products only when these carts have been thoroughly cleaned and disinfected inside and out prior to each clean use (i.e., shipping or storage). Additionally, a hygienically clean liner shall be placed at the bottom of the cart and a clean cover placed over the cart. 6. APPENDICES/EXHIBHITS Appendix A Applicable Publications Exhibit A Example Identification, Standard Packaging, and Method of Finish for Bulk Laundry Exhibit B Example Pickup and Delivery Schedule Exhibit C Example Deliverables Exhibit D Example Performance Requirements Summary Exhibit E Example Linen Serviceability Standards   APPENDIX A - APPLICABLE PUBLICATIONS Publications applicable to this contract are listed below. REGULATION MANDATORY/ ADVISORY PUBLICATION DATE International Fabric Care Institute A Current Edition American Institute of Laundering A Current Edition Institute of Industrial Launders A Current Edition The Joint Commission (TJC) Manual: Hospital Accreditation Standards M Current Edition The Centers for Disease Control and Prevention's (CDC) Guidelines for Environmental Infection Control in Healthcare Facilities. M Current Edition The Department of Labor, OSHA, 29 CFR 1910.1030, "Occupational Exposure to BloodBorne Pathogens". M Current Edition Healthcare Laundry Accreditation Council (HLAC): Accreditation Standards for Processing Reusable Textiles for Use in Healthcare Facilities. M Current Edition Standards for Privacy of Individually Identifiable Health Information. M Current Edition The HIPAA Privacy Rule, 45 CFR Part 160 M Current Edition Federal Acquisition Regulation M Current Edition Joint Publication 1-02, DOD Dictionary of Military and Associated Terms M Current Edition ANSI/AAMI ST65/Ed.2, Processing of reusable surgical textiles for use in health care facilities M Edition 2 EXHIBIT A - EXAMPLE IDENTIFICATION, STANDARD PACKAGING, AND METHOD OF FINISH FOR BULK LAUNDRY The following are the routine requirements for packaging of laundry and method of finish for this contract. Any other special packaging requirements or methods of finish will be specified in writing at the time that service is requested. Definitions of abbreviations for methods of finish are as follows: B Bundled F Folded P Pressed S Sort by Color, Size W Shrink-Wrapped The items listed in Exhibit A will be included in the yearly laundry service. Additional Instructions: Packaged amounts less than the quantities specified will be identified on the bundle. BULK LAUNDRY ITEM AVG DAY USE # PER BUNDLE SPECIAL HANDLING Sheet, White 650 10's F, B, P Sheet, Eye 20 10's F, B, P Towel, Hand White 180 5's F, S, B Towel, Green 540 10's F, S, B Towel, Bath White 580 10's F, S, B Gown, Mammo 60 10's F, S, B Gown, IV 90 10's F, S, B, P Gown Exam 250 10's F, S, B, P XSmall Shirt, Scrub-color 1 10 10's F, B, S, P Small Shirt, Scrub 30 10's F, B, S, P Med. Shirt, Scrub 30 10's F, B, S, P Large Shirt, Scrub 10 10's F, B, S, P XLarge Shirt, Scrub 22 10's F, B, S, P 2XLarge Shirt, Scrub 8 10's F, B, S, P 3XLarge Shirt, Scrub 0 10's F, B, S, P XSmall Pants, Scrub-Color 1 0 10's F, B, S, P Small Pants, Scrub 30 10's F, B, S, P Med. Pants, Scrub 30 10's F, B, S, P Large Pants, Scrub 8 10's F, B, S, P XLarge Pants, Scrub 25 10's F, B, S, P 2XLarge Pants, Scrub 7 10's F, B, S, P 3XLarge Pants, Scrub 0 10's F, B, S, P XSmall Shirt, Scrub-Color 2 10 10's F, B, S, P Small Shirt, Scrub 30 10's F, B, S, P Med. Shirt, Scrub 47 10's F, B, S, P Large Shirt, Scrub 50 10's F, B, S, P XLarge Shirt, Scrub 25 10's F, B, S, P 2XLarge Shirt, Scrub 10 10's F, B, S, P 3XLarge Shirt, Scrub 0 10's F, B, S, P XSmall Jacket, Warm-up-Color 1 10 10's F, B, S, P Small Jacket, Warm-up 20 10's F, B, S, P Med. Jacket, Warm-up 37 10's F, B, S, P Large Jacket, Warm-up 45 10's F, B, S, P XLarge Jacket, Warm-up 25 10's F, B, S, P 2XLarge Jacket, Warm-up 10 10's F, B, S, P 3XLarge Jacket, Warm-up 0 10's F, B, S, P XSmall Pants, Scrub-Color 2 10 10's F, B, S, P Small Pants, Scrub 30 10's F, B, S, P Med. Pants, Scrub 50 10's F, B, S, P Large Pants, Scrub 45 10's F, B, S, P XLarge Pants, Scrub 25 10's F, B, S, P 2XLarge Pants, Scrub 10 10's F, B, S, P 3XLarge Pants, Scrub 0 10's F, B, S, P XSmall Jacket, Warm-up-Color 2 10 10's F, B, S, P Small Jacket, Warm-up 10 10's F, B, S, P Med. Jacket, Warm-up 10 10's F, B, S, P Large Jacket, Warm-up 20 10's F, B, S, P XLarge Jacket, Warm-up 20 10's F, B, S, P 2XLarge Jacket, Warm-up 10 10's F, B, S, P 3XLarge Jacket, Warm-up 0 10's F, B, S, P Pillow Case, White 180 50's F, B, P, S Pillow Case, Green 100 50's F, B, P, S Large. Robe, Patient 45 10's F, B, S, P XLarge Robe, Patient 5 10's F, B, S, P 2XLarge Robe, Patient 18 10's F, B, S, P Blanket, Bath 170 10's F, B, P Wrapper 36x36 30 10's F, B, P Med PJ Shirt 10 10's F, B, S, P Large PJ Shirt 10 10's F, B, S, P XLarge PJ Shirt 10 10's F, B, S, P Med. PJ Pant 10 10's F, B, S, P Large. PJ Pant 10 10's F, B, S, P XLarge PJ Pant 10 10's F, B, S, P SPECIAL ITEMS ITEM # PER BUNDLE SPECIAL HANDLING Coats, Laboratory 1 Pressed, Hanger, Plastic-Covered Some special items cannot be defined ahead of time, as this definition includes special handling items (such as those requiring re-wash or the occasional personal item). Specific instructions for items not herein defined will be provided at the time such items are given to the Contractor for laundering.   EXHIBIT B - EXAMPLE PICKUP AND DELIVERY SCHEDULE The following pickup and delivery chart specifies regular pickup and delivery points for this contract. All pick-ups and deliveries shall be accomplished as stated below (military time): Delivery Delivery Delivery Pick Up Pick Up Pick Up Location Day Time Location Day Time Bldg. 4500 Sunday Bldg. 4500 Sunday Bldg. 4500 Monday 0730 Bldg. 4500 Monday 0800 Bldg. 4500 Tuesday Bldg. 4500 Tuesday Bldg. 4500 Wednesday 0730 Bldg. 4500 Wednesday 0800 Bldg. 4500 Thursday Bldg. 4500 Thursday Bldg. 4500 Friday 0730 Bldg. 4500 Friday 0800 Bldg. 4500 Saturday Bldg. 4500 Saturday Bldg. 4500 Soiled laundry for Bldg. 4500 will be picked up after the first delivery of clean laundry is delivered. It will be weighed first at the time specified for pick up above (0800, depending on the day).   EXHIBIT C - EXAMPLE DELIVERABLES PERFORMANCE OBJECTIVE WHEN TO SUBMIT REFERENCE Contractor Point of Contact Information NLT Contract Start Date PWS Paragraph 1.4.2.1 Contract Employee Training Records Within 4 hours of Government request PWS Paragraph 1.4.2.7 Health Certification/Immunization Records 30 days of contract award and then again annually PWS Paragraph 1.4.2.8 Quality Management System Proposal PWS Paragraph 1.6 Contingency Plan Proposal PWS Paragraph 1.8 Exposure Control Plan Within 14 days after contract award; any changes submitted within 30 days to COR PWS Paragraph1.9 Health & Safety Plan Within 14 days after contract award; any changes submitted within 30 days to COR PWS Paragraph1.10 OCI Mitigation Within 5 days of OCI discovery PWS Paragraph 1.22   EXHIBIT D - EXAMPLE PERFORMANCE REQUIREMENTS SUMMARY (PRS) PERFORMANCE OBJECTIVE ACCEPTABLE QUALITY LEVEL REFERENCE SURVEILLANCE METHOD PERFORMANCE INCENTIVE/DISINCENTIVE (1) Submit deliverables identified in Exhibit C of the PWS Provide within the time frames established in the PWS. PWS Exhibit C COR maintain log / Annual review (100% Inspection) Performance above or below the standard will be documented in the Contractor Performance Assessment Reporting System (CPARS). (2) Comply with security requirements. Comply initially and as required 100% of the time. PWS Paragraph 1.4.2.6, 1.17, 1.18 COR maintain log (100% Inspection). Performance above or below the standard will be documented in CPARS. (3) Comply with turn-around (pick-up and delivery) times listed herein. Shall meet turn-around times at least 95% of the time each month. PWS Paragraph 5.1 / Exhibit B. COR maintain log (100% Inspection). Performance above or below the standard will be documented in CPARS. (4) Delivery of finished articles shall conform to the quality of cleanliness, finish, and appearance requirements listed herein. At least 95% of the articles processed each month shall be completed as prescribed. (No more than 5% of the articles processed each month shall require re-work.) PWS Paragraph 5.5. Random Sampling / Customer Feedback. Performance above or below the standard will be documented in CPARS. (5) Delivery of finished articles shall conform to the packaging and transporting requirements listed herein. At least 95% of the articles processed each month shall be returned to the MTF in the prescribed manner. PWS Paragraph 5.8, Exhibit A Random Sampling / Customer Feedback. Performance above or below the standard will be documented in CPARS. EXHIBIT E - LINEN SERVICEABILITY STANDARDS Bath Blanket • No dark stains allowed • 3 light stains up to 7" acceptable • Mend holes up to 1 - 1/2" diameter • Mend tears up to 7" long on perimeter only • Mend all hems and selvages Blanket/Spread • No dark stains allowed • 3 light stains up to 7" acceptable • Mend holes up to 1 - 1/2" diameter • Mend tears up to 7" long on perimeter only • Mend all hems and selvages • No more than 4 repaired holes or tears Washcloth • No stains allowed • No holes or tears allowed Patient Gowns (includes patient, magna, mothers, exam and in/telemetry gowns) • No stains in front • Light stains acceptable up to 3" in back • Replace missing/broken ties or snaps • Mend all hems, seams and pocket • Mend holes up to 1 1/2" diameter • Mend tears up to 5" long • No more than 4 repaired holes/tears • Excessively faded fabric not acceptable Pajama Pants • No stains in front • Light stains acceptable up to 3" in back • Mend holes up to 1 - 1/2" diameter • Mend tears up to 5" long • Mend all hems, seams and pockets • Replace drawstring ties • No more than4 repaired holes/tears Patient Robe • No stains in front • Light stains acceptable up to 3" in back • Mend holes up to 1 - 1/2" diameter • Mend tears up to 5" long • Mend all hems, seams and pockets • Replace or mend ties • No more than 4 repaired holes/tears Pillow Slips • No stains allowed • No holes allowed in center • 2 holes not exceeding 1/2" diameter acceptable on edges • No mending in center • Mend holes up to 1" diameter • Mend all hems and seams • Center of Case: 24" L x 15" W Flat Sheet (includes white flat, blue flat, draw and pediatric crib sheets) • No dark stains allowed • 3 light stains up to 4" acceptable on selvage edge • No stain in center • No mending in center • 2 holes not exceeding 3/4" on selvage edge • No holes in center • Mend holes up to 3/4" diameter • Mend tears up to 7" long on perimeter only • Mend all hems and selvages • Center of Sheet: Fitted Sheets (includes white regular, knit and blue) • No dark stains allowed • 3 light stains up to 4" on selvage edge acceptable • No stain in center • No mending in center • 2 holes not exceeding 3/4" on selvage edge • No holes in center • Mend holes up to 3/4" diameter • Mend tears up to 7" long on perimeter only • Mend all hems and selvages • Center of Sheet: 65" L x 30"W Terry Towel (includes bath towel, x-large and hand) • No stains allowed • Mend all hems and selvages • Mend holes up to 1 1/2" diameter • 4 holes not exceeding 3/4" acceptable Huck Towel • No stains allowed • Mend all hems and selvages • Mend holes up to 1 1/2" diameter • 4 holes not exceeding 3/4" Barrier/Wrapper • No dark stains allowed • Light stains up to 3" acceptable • Number of patches allowed • 24 x 24 = 6 patches per side • 30 x 30 = 6 patches per side • 36 x 36 = 9 patches per side • 5 x 45 = 16 patches per side • Patches applied to both sides • Curling or lifted patches removed • No overlapping patches on one side • Number of patches not to exceed 12 per 12" square • Repair all edges Drape • No dark stains allowed • Light stains up to 3" allowed • Maximum 3 patches per side • Patches applied to both sides • Curling patches removed • No overlapping patches allowed • Repair all seams Scrubs (includes tops and pants) • Discretionary ink stains acceptable • Light stains up to 2" acceptable • Writing, with the exception of profanity, acceptable • Replace drawstring • Mend all hems. seams, pockets • Mend holes up to 2" diameter • Mend tears up to 5" long • Patch with discretion/modesty Surgery Towel #1 • No stains allowed • No patching acceptable • Maximum of 2 snags and 4 towel clip holes acceptable • No frayed edges or tears Warming Jacket • Discretionary ink stains acceptable • Light stains up to 2" acceptable • Writing, with the exception of profanity, acceptable • Replace missing/broken ties and snaps • Mend all hems. seams, pockets • Mend holes up to 2" diameter • Mend tears up to 5" long • Patch with discretion/modesty 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (OCT 2016) (DEVIATION 2013-O0019)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-17-T-0242/listing.html)
 
Place of Performance
Address: Moncrief Army Health Clinic, Building 4500 Stuart St, Fort Jackson, South Carolina, 29207, United States
Zip Code: 29207
 
Record
SN04486077-W 20170428/170426235057-c023ba49c2b0dd4314750bd68ad3ab87 (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  © 1994-2020, Loren Data Corp.