SOLICITATION NOTICE
S -- Linen Services for Naval Health Clinic Cherry Point NC
- Notice Date
- 8/23/2023 11:04:51 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812320
— Drycleaning and Laundry Services (except Coin-Operated)
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N0018923Q0534
- Response Due
- 8/29/2023 7:00:00 AM
- Archive Date
- 09/13/2023
- Point of Contact
- Megan Evans, Phone: 7574431965
- E-Mail Address
-
megan.m.evans18.civ@us.navy.mil
(megan.m.evans18.civ@us.navy.mil)
- Description
- 1. GENERAL REQUIREMENTS The contractor shall perform all functions, tasks and responsibilities normally inherent to a hospital laundry facility as specified herein and in full conformity with referenced authorities, standards, and publications. All items furnished by the Government to the contractor for servicing shall be processed in accordance with the Performance Work Statement and the referenced regulations and industry standards. All services shall be rendered by or supervised directly by individuals fully qualified in the relevant profession, trade, or field, and holding any licenses required by law. The contractor or contractor's designated personnel shall be liable for return of the number and kind, or type of article (government owned linen or garments) furnished for servicing under this contract in accordance with the count of the requiring activity or the number and kind or type of articles agreed upon as a result of a joint count by the contractor or contractor's designated personnel and the Government representative at the time of delivery to the contractor. The contractor shall indemnify the Government for any property delivered to the contractor for servicing under this contract, which is lost, or which is damaged, and in the opinion of the Contracting Officer cannot be repaired satisfactorily. During the time government owned property is in the possession of the contractor, it shall be adequately stored and protected. When contaminated hospital linen is furnished for services under this contract, it shall be handled and processed separately from other articles. Services to be furnished hereunder shall be performed and completed in accordance with the Performance Work Statement, within the specified time allotted, unless the Contracting Representative approves an extended schedule at the time of pickup. 2. SCOPE OF WORK. 2.1 Period of Performance is a base year period from October 1 2023 � September 30 2024 with one option period from October 1 2024 � September 30 2025. 2.1.1 The Contractor shall furnish all equipment, personnel, management and transportation necessary to carry out the required laundry services, as set forth herein. This contract includes all functions, tasks and responsibilities inherent to laundry facility. The Contractor shall receive, account for, process and return all articles tendered for laundering. The purpose of this agreement, the term �Linen� shall refer to such sheets, blankets, towels, garments, patient gowns, scrubs, or other similar items. The laundry services will be performed in accordance with all applicable federal, state, and local laws, codes, and regulations, with the requirements of the Joint Commission on Accreditation manual for Hospital current edition and shall at a minimum comply with the recommended standards of the Textile Rental Services Association and the American Hospital Association. 2.2 Contractor shall provide a 100% Fill rate on all orders. 2.3 The contractor shall be required to assume total responsibility for all operations required by this contract beginning on the first day of the contract period. Therefore, on the initial day of performance, the contractor shall provide a workforce that is fully qualified and capable of meeting all performance requirements. 2.4 To ensure the contractor performs services in accordance with federal, state, and local government regulations, as well as agency guidelines and industry best practices, the contractor shall have and maintain throughout the duration of the contract, accreditation through the Healthcare Laundry Accreditation Council, and shall adhere to the HLAC accreditation standards. Generally, HLAC accredited facilities maintain the following standards: 2.4.1. Adherence to key government mandates for handling, processing, and transporting healthcare linen. 2.4.2. Design and maintain a facility that protects the health and safety of employees. 2.4.3. Develop and implement an employee training program for laundry personnel. 2.4.4. Follow industry standards and best practices for processing and timely delivery of linen products. 2.4.6. Have an overall commitment to excellence and focus on continuous process improvement. 3. CONTRACT MANAGER. The Contractor shall provide a Contract Manager or designated alternate who shall have authority to act for the Contractor on a day-to-day basis, and to accept and sign for inspection reports, all correspondence, and other contract matters relating to daily contract performance. The Contract Manager or designated alternate shall meet with or communicate with the Government Point of Contact (POC) to discuss problem areas as soon as possible but NLT the next business day after notification by the Government. 4. CONTRACTOR ACCESS TO MARINE CORPS AIR STATION CHERRY POINT, NC: CURRENT CONTRACTORS DBIDS credentials will be issued beginning September 24, 2018. DBIDS credentials will be valid for the duration of your contract, not to exceed five years; however, revetting of individuals� information will occur each year. Contractors can exchange their current RAPIDGate/MCESS credential for a DBIDS credential without revetting; however, they will be required to bring the following items: - Current RAPIDGate/MCESS credential - Second form of government-issued identification (driver license, passport, etc.) - Company Contract/Letter of Authorization New DBIDS credentials will be valid for the remainder of the contract (not to exceed 5 years), but individuals will be re-vetted each year. NEW CONTRACTORS DBIDS credentials will be issued beginning September 24, 2018 New contractors requiring access for over 60 days will receive a credential valid for up to one year. New contractors requiring access for less than 60 days will receive a temporary paper pass. More information on DBIDS can be accessed by current CAC holders at https://dbids.dmdc.mil/#!/resources If you have questions regarding the exchange of a current RAPIDGate/MCESS credential for DBIDS or are a new contractor seeking enrollment into DBIDS, please contact the Contractor Vetting Office at (252) 466-4685/5921/3066/3461. Additional information regarding access to the Air Station is available by phone at 252-466-5921. The MCAS Cherry Point main gate is located off NC State Highway 101, Havelock, NC. Visitors without proper vehicle identification are required to check-in at the visitor�s center adjacent to the main gate. IDENTIFICATION OF CONTRACTOR PERSONNEL Contractor personnel shall identify themselves as contractor personnel by introducing themselves or when being introduced. Contractor personnel shall display distinguishing badges or other visible identification for meeting with Government personnel. Contractor personnel shall appropriately identify themselves as contractor employees in telephone conversations and in formal and informal written correspondence. WORK PERFORMED ON MARINE CORP INSTALLATIONS The worked described herein shall be performed at the Naval Health Clinic, Bldg. 4389 and shall be performed during normal working hours, Monday through Friday 7:30 a.m. to 4:00 p.m., unless otherwise requested by the contractor and approved in advance by the Government. During the course of contract, the contractor, as a resident of the installation and facility, shall adhere to all rules and regulations in effect at Marine Corps Air Station Cherry Point. Contractors are required to comply with all Federal and North Carolina State Environmental, Security, and Safety Compliance requirements along with other command policies. Failure to adhere to these requirements may result in suspension or debarment of the individual employees and/or the contractor. 5. NORMAL WORKING HOURS. Weekly pick-up/delivery on Wednesdays during normal clinic working hours, except for observed federal holidays. Normal clinic working hours are 7:30 am � 4:00 pm. If the normal pickup/delivery date falls on the federal holiday, the Contractor shall pick-up/deliver on the following workday unless otherwise agreed to, in advance, by both parties. Occasionally, additional pick-up or deliveries may be necessary and shall occur at no extra cost to the Government. The Government will notify the Contractor as soon as possible if additional pick-up or deliveries are necessary. 6. RECOGNIZED HOLIDAYS. Federal holidays observed by this base are New Year�s Day, Martin Luther King Day, President�s Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day and other specifically designated days. The Contractor is NOT required to provide service on these federal holidays. 7. ADJUSTMENT OF SCHEDULES FOR HOLIDAYS. In cases in which a holiday is declared or celebrated on a normal Monday through Friday work week, the schedule of services required by the terms of this contract shall be performed on the next regular workday. 8. SAFETY REGULATIONS. Contractor shall obey and conform to all OSHA and Base Safety Regulations. A copy of the Base Safety Regulations may be obtained from the Base Safety Officer. Base Safety Officer information will be provided by the Government POC. Reports must be submitted to the Base Safety Officer as soon as possible after occurrence, exposure data and all accidents resulting in death, traumatic injury, occupational disease, or damage of property, materials, supplies, and/or equipment incidental to work performed under the contract. The Government POC will notify the Contractor of any noncompliance and the action to be taken. The Contractor shall within 72 hours after receipt of such notice, correct the requirements condition. The Contractor shall confer with the Base Safety Officer to coordinate and contract work. The Government shall maintain the right to inspect for safety conditions and safe working practices periodically or as considered necessary by the Contracting Officer or Safety personnel. 9. SPECIFIC TASKS. The Contractor shall provide all the services, labor, transportation, supplies, materials, tools, equipment, and any other items or services required to provide laundry services as defined in the contract. - The Contractor shall pick up soiled linen and deliver serviceable linen at Naval Health Clinic, Marine Corps Air Station Cherry Point, 4389 Beaufort Rd, Cherry Point, NC 28533 on the days listed on paragraph 5. The Government will inform the Contractor if there is a variance in what and how much linen was requested and what and how much was delivered. The Government will place all soiled linen in closed bags. The Contractor will place laundered linen into a closed clean container. The Contractor shall clean each cart after it has been used to transport soiled linen. All carts supplied by the Contractor remains the sole property of the Contractor and must be returned to the Contractor in the event of termination of the contract. The Government will provide a secure area for storage of linen that is soiled linen that�s ready for pick-up and a separate secure area for the storage of laundered linen that�s ready for use. -TURNING IN. Items being turned into the Naval Health Clinic Cherry Point, NC Material Management Department loading dock (same address as pick up/delivery location) shall be off-loaded by the Contractor�s representative making the turn in. The Contractor shall turn in separately bundled serviceable items. The Government representative will identify any variances in the separate bundles and the number count for each bundle to the Contractor�s representative within 24 hours. 10. MODIFICATIONS. Any modifications to this contract shall not be deemed effective unless in writing and signed by Contracting Officer. 11. RETURNED ITEMS. The Contractor shall return any instruments or items of value found mixed with the soiled linen to the Government. 12. INSPECTION. Government may inspect the Contractor�s laundering facility during the Contractor�s regular business hours, with a prior notice to the Contractor of not less than three (3) business days. 13. TRANSPORTING. Clean/sterile and contaminated textiles should be transported from the laundry to the healthcare facility in vehicles (e.g., trucks, vans, and carts) that allow for separation of clean/sterile and contaminated items. Clean/sterile textiles and contaminated textiles may be transported in the same vehicle, provided that the use of physical barriers and/or space separation can be verified to be effective in protecting the clean/sterile items from contamination. 14. DELIVERY CARTS. Delivery carts shall be provided by the Contractor at no additional expense to the Government. 15. HEALTH CARE FACILITY LAUNDRY. The following is required as regulated by Occupational Safety and Health Administration (OSHA), The Joint Commission (TJC), Healthcare Laundry Accreditation Council (HLAC), Centers for Disease Control and Prevention (CDC), and all applicable federal, state, and local laws, codes and regulations: - AIR FLOW CHANGES. The Contractor shall monitor airflow changes on both soil and clean sides of their processing centers. - CLEAN/SOIL BARRIER. The Contractor shall have a clean/soil barrier that separates soil side from clean side of processing center. This will eliminate potential for contamination of linen items. - CONTINUOUS BATCHWASHER SYSTEM. The Contractor shall have a continuous batch washer system to eliminate the potential for contamination so the linen items will not be touched by human hands once they are loaded into the washing machine until after they are dried. - PRE-SORTING. The Contractor shall pre-sort the laundry. Pre-sorting removes medical debris prior to processing, and like or similar linen items are processed together ensuring consistent, reliable processing. - FLATWORK IRONING. Flatwork shall be machine finished so that surfaces are smooth and free of wrinkles. Rough dry spots will not be considered as satisfactory. All finished flatwork shall be completely dry, either hand or machine folded, and tied in bundles or placed on hangers for scrubs, lab coats and other similar items, as specified in the contract. - PICK-UP AND DELIVERY. The Contractor shall provide pick-up from and delivery to Naval Health Clinic, Marine Corps Air Station Cherry Point, 4389 Beaufort Rd, Cherry Point, NC 28533, all the items listed which require laundering. Government will report within 24 hours discrepancies with deliveries. All contaminated healthcare facility laundry will be placed in sealed water-soluble bags by Government personnel prior to being handled by the Contractor. 16. RECEIVING. The Contractor shall deliver the quantity and type of linen ordered. 17. REPERFORMANCE OF SERVICES. Notwithstanding the provisions of the contract covering inspection, acceptance and deduction from payment, the Contractor shall re-clean or replace any items found to have been unsatisfactorily cleaned or damaged by cleaning or laundering process, at no additional cost to the Government. Such items shall be identified by the government POC to the Contractor for cleaning. 18. DOCUMENTS AND REPORTS REQUIRED - CONTRACT MANAGER(S) AND ALTERNATE(S) DATA. The Contractor shall provide in writing to the Government POC the names and telephone numbers of Contract Manager(s) and Alternate(s). - CONTRACT DESCREPANCY REPORT (DD2272). The Contract Discrepancy Report (CDR) is used to document discrepancies in performance by the contactor and to describe those discrepancies. Items to be provided, laundered, and cleaned by the contractor are: Proposed Annual Quantity: 1. Sheet, Surgical 20,000 each 2. Pillowcase, Surgical 5,000 each 3. Towel, Surgical 3,000 each 4. Blanket, Bath 1,200 each 5. Gown, Tie 6,000 each 6. Towel, White 30,000 each 7. Scrub, Top 23,608 each 8. Scrub, Bottom 23,608 each 9. Chip install, 550 Government owned items to be furnished for laundering and cleaning: Proposed Annual Quantity: 1. Tech Jacket, 100 each 2. Curtain 200 each 3. Scrubs, Top 2,340 4. Scrubs, Bottom 2,340 �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f2eb2c410ff04294803cdf8afbb3e3ef/view)
- Place of Performance
- Address: Cherry Point, NC 28533, USA
- Zip Code: 28533
- Country: USA
- Zip Code: 28533
- Record
- SN06803397-F 20230825/230823230056 (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 |