Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOLICITATION NOTICE

S -- Microfiber Mop and Rag Cleaning Services

Notice Date
4/22/2021 10:38:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25021Q0599
 
Response Due
4/27/2021 1:00:00 PM
 
Archive Date
06/26/2021
 
Point of Contact
Mary Jane Crim, Contracting Officer, Phone: 937-268-6511
 
E-Mail Address
maryjane.crim@va.gov
(maryjane.crim@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25021Q0599 Posted Date: April 22, 2021 Original Response Date: April 27, 2021 @4PM Current Response Date: April 27, 2021 @4PM Product or Service Code: S209 Set Aside: Small Business NAICS Code: Wage Determination: 812332 TBD Dependent upon awardee location Contracting Office Address Department of Veterans Affairs Network Contracting Office 10 Dayton VA Medical Center 3140 Governor s Place Blvd Suite 210 Kettering, OH 45428 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 812332, with a small business size standard of $41.5 million. **PERFORMANCE WORK STATEMENT** Objectives The primary objective is the vendor shall deliver and provide the necessary material; and render the necessary service to accomplish this acquisition. Provide the specific materials requested in Table 1 to comply with the general requirements. The quantity of items may change throughout the life of the contract, as the needs of the facility may fluctuate over time and shall only be authorized through a contract modification. The total increase shall not exceed 20% and shall be considered an in-scope modification. Provide weekly service for the exchange of the used and unclean material and maintain an adequate stock of cleaning inventory. Scope of Work The contractor shall provide all resources necessary to accomplish the deliverables described in this Performance Work Statement (PWS), except as may otherwise be specified. The contractor shall provide: A stock of split microfiber products for distribution among the Environmental Management Services (EMS) staff for the purposes of cleaning patient, guest, and employee areas. A cleaning program that adheres to current Centers for Disease Control and Prevention (CDC) guidelines, meets or exceeds the current Healthcare Laundry Accreditation Council (HLAC) requirements, meets or exceeds current Joint Commission regulations, and meets or exceeds Centers for Medicare and Medicaid Services. The contractor shall have a current Healthcare Laundry Accreditation or meet the same standards. Emphasis is placed on the following (but not limited to): Provide staff training on safe handling of sharps and provide sharps containers at the intake point of processing for textiles Provide staff with annual bloodborne pathogen training Ensure staff is trained in the handling, processing, and laundering of items that contain chemical and biohazard materials Offer staff Hepatitis B vaccination and provide documentation to COR verifying this has been done Pickup and deliver weekly between 8:00am and 4:30pm and shall provide a schedule for pickup and delivery times. The contractor shall schedule the service on the next business date when services fall on a federal holiday. Federal Holiday: New Year s Day; Martin Luther King Jr s Birthday; Washington s Birthday; Memorial Day; Independence Day; Labor Day/Columbus Day/Veterans Day/Thanksgiving Day/Christmas Day Management of the program to include providing reporting of quantities used, cleaned, and stocked. Adjustment of quantities and/or delivery/pickup to meet the dynamic needs of the DVAMC to assures sufficient quantities of the microfiber products are available. Provide all labor, equipment, tools, materials, supervision, and technical expertise necessary to maintain a properly managed and stocked supply of microfiber cleaning products at no extra cost to the Dayton VA Medical Center. An initial inventory at no cost to the Dayton VA Medical Center Facility. The contractor shall maintain a running total of each line item and notify the CO AND COR when 80% of the total any line item has been reached for the period of performance to assist with avoiding an unauthorized commitment. The contractor shall accommodate semi-annual inspections (site visits) of the facility to ensure all regulatory requirements are met. This shall be scheduled with the COR. General Requirement The contractor shall supply the following total dedicated inventory, to be rotated through usage and cleaning/delivery/pickup: Table 1: (The quantities listed below are estimated, rounded to the nearest number, and shall be listed in the Price/Cost Schedule at the time of award. These totals are subject to change through a bi-lateral contract modification.) CLIN SLIN Product Description Unit Weekly Quantity Annual Quantity (This column will be qty. listed in the contract) Unit Price Annual Total 0001 Microfiber Mops, Handles, and Frames NSP NSP aa 20 in Microfiber Mop EA 15,000 780,000 ab 36 in Microfiber Dust Mop EA 154 8,008 ac 48 in Microfiber Dust Mop EA 50 2,600 ad Microfiber Tube Mop EA 140 7,280 ae Mop Handles and Frames EA 100 5,200 0002 Microfiber Mop Loss Rate NSP NSP aa 4% LR 20 in Microfiber Mop EA 600 31,200 ab 4% LR 36 in Microfiber Mop EA 6 312 ac 4% LR 48 in Microfiber Mop EA 2 104 ad 4% LR Microfiber Tube Mop EA 6 312 0003 Microfiber Tote System NSP NSP aa Microfiber Mop Clean Tote System EA 10 520 ab Microfiber Mop Dirty Tote System EA 30 1,560 0004 Microfiber Wipers NSP NSP aa Blue Microfiber Wiper EA 15,500 806,000 ab Orange Microfiber Wiper EA 8,000 416,000 0005 Microfiber Wiper Loss Rate NSP NSP aa 4% Blue Microfiber Wiper EA 620 ab 4% Orange Microfiber Wiper EA 320 0006 Microfiber Wiper Tote System NSP NSP aa Clean Tote System For Wipers EA 5 ab Dirty Tote System For Wipers EA 30 Base Year Total 1001 Microfiber Mops, Handles, and Frames NSP NSP aa 20 in Microfiber Mop EA 15000 780,000 ab 36 in Microfiber Dust Mop EA 154 8,008 ac 48 in Microfiber Dust Mop EA 50 2,600 ad Microfiber Tube Mop EA 140 7,280 ae Mop Handles and Frames EA 100 5,200 1002 Microfiber Mop Loss Rate NSP NSP aa 4% LR 20 in Microfiber Mop EA 600 31,200 ab 4% LR 36 in Microfiber Mop EA 6 312 ac 4% LR 48 in Microfiber Mop EA 2 104 ad 4% LR Microfiber Tube Mop EA 6 312 1003 Microfiber Tote System NSP NSP aa Microfiber Mop Clean Tote System EA 10 520 ab Microfiber Mop Dirty Tote System EA 30 1,560 1004 Microfiber Wipers NSP NSP aa Blue Microfiber Wiper EA 15500 806,000 ab Orange Microfiber Wiper EA 8000 416,000 1005 Microfiber Wiper Loss Rate NSP NSP aa 4% Blue Microfiber Wiper EA 620 32,240 ab 4% Orange Microfiber Wiper EA 320 16,640 1006 Microfiber Wiper Tote System NSP NSP aa Clean Tote System For Wipers EA 5 260 ab Dirty Tote System For Wipers EA 30 1,560 Option Year 1 Total 2001 Microfiber Mops, Handles, and Frames NSP NSP aa 20 in Microfiber Mop EA 15000 780,000 ab 36 in Microfiber Dust Mop EA 154 8,008 ac 48 in Microfiber Dust Mop EA 50 2,600 ad Microfiber Tube Mop EA 140 7,280 ae Mop Handles and Frames EA 100 5,200 2002 Microfiber Mop Loss Rate NSP NSP aa 4% LR 20 in Microfiber Mop EA 600 31,200 ab 4% LR 36 in Microfiber Mop EA 6 312 ac 4% LR 48 in Microfiber Mop EA 2 104 ad 4% LR Microfiber Tube Mop EA 6 312 2003 Microfiber Tote System NSP NSP aa Microfiber Mop Clean Tote System EA 10 520 ab Microfiber Mop Dirty Tote System EA 30 1,560 2004 Microfiber Wipers NSP NSP aa Blue Microfiber Wiper EA 15500 806,000 ab Orange Microfiber Wiper EA 8000 416,000 2005 Microfiber Wiper Loss Rate NSP NSP aa 4% Blue Microfiber Wiper EA 620 32,240 ab 4% Orange Microfiber Wiper EA 320 16,640 2006 Microfiber Wiper Tote System NSP NSP aa Clean Tote System For Wipers EA 5 260 ab Dirty Tote System For Wipers EA 30 1,560 Option Year 2 Total 3001 Microfiber Mops, Handles, and Frames NSP NSP aa 20 in Microfiber Mop EA 15000 780,000 ab 36 in Microfiber Dust Mop EA 154 8,008 ac 48 in Microfiber Dust Mop EA 50 2,600 ad Microfiber Tube Mop EA 140 7,280 ae Mop Handles and Frames EA 100 5,200 3002 Microfiber Mop Loss Rate NSP NSP aa 4% LR 20 in Microfiber Mop EA 600 31,200 ab 4% LR 36 in Microfiber Mop EA 6 312 ac 4% LR 48 in Microfiber Mop EA 2 104 ad 4% LR Microfiber Tube Mop EA 6 312 3003 Microfiber Tote System NSP NSP aa Microfiber Mop Clean Tote System EA 10 520 ab Microfiber Mop Dirty Tote System EA 30 1,560 3004 Microfiber Wipers NSP NSP aa Blue Microfiber Wiper EA 15500 806,000 ab Orange Microfiber Wiper EA 8000 416,000 3005 Microfiber Wiper Loss Rate NSP NSP aa 4% Blue Microfiber Wiper EA 620 32,240 ab 4% Orange Microfiber Wiper EA 320 16,640 3006 Microfiber Wiper Tote System NSP NSP aa Clean Tote System For Wipers EA 5 260 ab Dirty Tote System For Wipers EA 30 1,560 Option Year 3 Total 4001 Microfiber Mops, Handles, and Frames NSP NSP aa 20 in Microfiber Mop EA 15000 780,000 ab 36 in Microfiber Dust Mop EA 154 8,008 ac 48 in Microfiber Dust Mop EA 50 2,600 ad Microfiber Tube Mop EA 140 7,280 ae Mop Handles and Frames EA 100 5,200 4002 Microfiber Mop Loss Rate NSP NSP aa 4% LR 20 in Microfiber Mop EA 600 31,200 ab 4% LR 36 in Microfiber Mop EA 6 312 ac 4% LR 48 in Microfiber Mop EA 2 104 ad 4% LR Microfiber Tube Mop EA 6 312 4003 Microfiber Tote System NSP NSP aa Microfiber Mop Clean Tote System EA 10 520 ab Microfiber Mop Dirty Tote System EA 30 1,560 4004 Microfiber Wipers NSP NSP aa Blue Microfiber Wiper EA 15500 806,000 ab Orange Microfiber Wiper EA 8000 416,000 4005 Microfiber Wiper Loss Rate NSP NSP aa 4% Blue Microfiber Wiper EA 620 32,240 ab 4% Orange Microfiber Wiper EA 320 16,640 4006 Microfiber Wiper Tote System NSP NSP aa Clean Tote System For Wipers EA 5 260 ab Dirty Tote System For Wipers EA 30 1,560 Option Year 4 Total CONTRACT TOTAL Up to 4% and no greater loss replacement shall be included in the service/management program price. The microfiber product provided shall have the following requirements: 99.9% microbe removal 0.13 ultra-denier with at least 80% split Shrink resistant Bleach Tolerant Lifespan of at least 180 wash cycles with bleach Lint Free Tolerant of CDC guidelines for cleaning Servicing shall have the following requirements: Microfibers washed separately from other textiles Microfiber dedicated carts to eliminate cross contamination with cotton Hand inspected before packaging for return to DVAMC Stacked and bundled on a covered cart for transport Bundled for efficient distribution at DVAMC Transported on truck designed for servicing healthcare facilities Clean empty totes delivered to DVAMC Soiled microfiber taken in totes from DVAMC facility OSHA safe handling procedures utilized Water soluble liners on soiled linen bins Preferable energy efficiency equipment use for the micro fiber cleaning process Management of the program shall have the following requirements: Reports of usage shall be made available to the COR upon request Delivery and pickup shall be during established business hours of the Dayton VA Medical Center Delivery locations shall be determined by discussion and agreement between the COR and Contractor according to the needs and facility restrictions/abilities of the Dayton VA Medical Center Reassignments The Contractor shall utilize, on this Contract, only workers that are skilled in the tasks to which they are assigned. Environmental Management Service retains the right to require the reassignment of an employee or employees as may deem necessary. Reasons for this request may be but are not limited to poor work performance, incompetence, and carelessness, disruptive or otherwise objectionable behavior. The demand for reassignment is in no way a call for dismissal. It is just a request for the individual to be reassigned away from the Dayton VA Medical Center. Quality Assurance The vendor is responsible for ensuring their performance meets the needs of the government as captured in the PWS. The vendor shall meet the performance standards as listed in the Quality Assurance Surveillance Plan (QASP), which is provided as attachment #1. The QASP details how the government intends to ensure the quality of the service. Other Considerations Contract Award Meeting: The contractor shall not commence performance on the tasks in this PWS until the CO has conducted a kickoff meeting or has advised the contractor that a kickoff meeting is waived. Contracting Officer s Representative (COR): The Contracting Officer Representative shall be the technical point of contact for all work-related requirements. The COR does not have authorization to change, alter, or remove any requirements stated in the performance work statement. The Contracting Officer is the only government authorized person to change the performance work statement or any resultant contract. Delivery Contractor shall provide services of microfiber cleaning supplies within 10 days of awarded contract to the locations specified above. Place of Performance Dayton VA Medical Center 4100 W. 3rd St. Dayton, OH 45428-9000 Period of Performance Base Year: 5/15/2021 to 4/30/2022 Option Year 1: 5/1/2022 to 4/30/2023 Option Year 2: 5/1/2023 to 4/30/2024 Option Year 3: 5/1/2024 to 4/30/2025 Option Year 4: 5/1/2025 to 4/30/2026 The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.217-8, Option to Extend Services (NOV 1999) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) FAR 52.219-14, Limitations on Subcontracting (JUN 2020) FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies (JUL 2020) (DEVIATION) (E.O. 13126) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (DEVIATION AUG 2020) VAAR 852.203-70, Commercial Advertising VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors VAAR 852.215-71, Evaluation Factor Commitments VAAR 852.219-75, Subcontracting Commitments Monitoring and Compliance VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852.270-1, Representatives of Contracting Officers VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2021) The following subparagraphs of FAR 52.212-5 are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E. Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (5) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020) FAR 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) FAR 52.204-14, Service Contract Reporting Requirements (OCT 2016) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) FAR 52.219-28, Post Award Small Business Program Representation (NOV 2020) FAR 52.222-3, Convict Labor (JUN 2003) FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26, Equal Opportunity (SEPT 2016) FAR 52.222-35, Equal Opportunity for Veterans (JUN 2020) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-37, Employment Reports on Veterans (JUN 2020) FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50, Combating Trafficking in Persons (OCT 2020) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.222-41, Service Contract Labor Standards (AUG 2018) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) FAR 52.222-55, Minimum Wages Under Executive Order 13658 (NOV 2020) FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, or the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91). (iv) 52.204-25, Prohibition on Contracting for Certain Telecommunication and Video Surveillance Services or Equipment. (AUG 2020) (Section 889(a)(1)(A) of Pub. L. 115-232). (v) 52.219-8, Utilization of Small Business Concerns (OCT 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015) (vii) 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246). (viii) 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). (x) 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212) (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (AUG 2018), (41 U.S.C. chapter 67). (xii) (A) 52.222-50, Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67). (xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67). (xvi) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xix) (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note) (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (JUN 2020) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JUN 2020) FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.209-7, Information Regarding Responsibility Matters (OCT 2018) FAR 52.212-2, Evaluation Commercial Items (OCT 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2020) FAR 52.217-5, Evaluation of Options (JUL 1990) FAR 52.212-2, Evaluation-Commercial Items (OCT 2014) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Evaluation: The following will be evaluated utilizing comparative analysis in accordance with FAR Part 13 evaluation procedures. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-responsive and your quote will be removed from the evaluation process. The Contracting Officer may issue a purchase order to other than the lowest priced quoter. **NOTE: The contractor may submit an alternative process in addition to the Government s requested process that may have an alternative CLIN/SLIN structure as long as ALL submission items listed below are provided for the alternative process and is submitted in a separate email. The alternative process quote submission will be evaluated as long as it is not found to be non-responsive. The Government may award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Contracting Officer may issue a purchase order to other than the lowest priced quoter. The following factors shall be used to evaluate quotes:  Price: Determined fair and reasonable within market pricing and offers the best value to the Government. Past Performance: Past performance shall be evaluated to determine if the organization has the experience necessary to provide the requested service. Technical: Information from the vendor s technical specifications and narratives shall be evaluated to determine if the organization has the capabilities to provide the requested services in accordance with the Performance Work Statement in a timely and efficient manner. The results from a site visit to the contractor s facility shall also be evaluated to ensure the cleaning program adheres to current Centers for Disease Control and Prevention (CDC) guidelines, meets or exceeds the current Healthcare Laundry Accreditation Council (HLAC) requirements, meets or exceeds current Joint Commission regulations, and meets or exceeds Centers for Medicare and Medicaid Services. The evaluation factors are as follows: The microfiber product provided shall have the following requirements: 99.9% microbe removal 0.13 ultra-denier with at least 80% split Shrink resistant Bleach Tolerant Lifespan of at least 180 wash cycles with bleach Lint Free Tolerant of CDC guidelines for cleaning Servicing shall have the following requirements: Microfibers washed separately from other textiles Microfiber dedicated carts to eliminate cross contamination with cotton Hand inspected before packaging for return to DVAMC Stacked and bundled on a covered cart for transport Bundled for efficient distribution at DVAMC Transported on truck designed for servicing healthcare facilities Clean empty totes delivered to DVAMC Soiled microfiber taken in totes from DVAMC facility OSHA safe handling procedures utilized Water soluble liners on soiled linen bins Preferable energy efficiency equipment use for the micro fiber cleaning process Management of the program shall have the following requirements: Reports of usage shall be made available to the COR upon request Delivery and pickup shall be during established business hours of the Dayton VA Medical Center Quantities shall be adjusted according to the needs of the Dayton VA Medical Center as needed Delivery locations shall be determined by discussion and agreement between the COR and Contractor according to the needs and facility restrictions/abilities of the Dayton VA Medical Center All quoters shall submit the following: One electronic copy of quote to contain the exact CLIN/SLIN structure in Table 1 in section 1(a) under General Requirements, unless an alternative process is provided Technical specifications for all mops and rags Narrative description of laundering process Narrative description of management process to include quality control and how loss rate is factored Three past performance references of similar size and scope for a medical facility Healthcare Laundry Accreditation if contractor is accredited OR a narrative to show the contractor meets the same standards Pre-Award Site Visit A site visit of the contractor s facility shall be conducted prior to award to evaluate their ability to meet all technical requirements. All quotes shall be sent electronically to Mary Jane Crim maryjane.crim@va.gov. All questions or clarifications required during the solicitation phase SHALL be submitted in writing through email correspondence. Phone queries will not be accepted. This is an open-market combined synopsis/solicitation for services as defined herein.  The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes shall include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than April 27, 2021 at 4 PM to maryjane.crim@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Mary Jane Crim, at maryjane.crim@va.gov. Point of Contact Mary Jane Crim maryjane.crim@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c88b0fc8820a4224b336ba181358f9fc/view)
 
Place of Performance
Address: Department of Veterans Affairs Dayton VAMC 4100 W Third St, Dayton 45428
Zip Code: 45428
 
Record
SN05980346-F 20210424/210422230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.