|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1997 PSA#1932Department of Veterans Affairs Medical Center, Acquisition and Materiel
Management Service (90C), 5600 W. Dickman Road, Battle Creek, MI 49015 S -- LAUNDRY SERVICES SOL RFP515-55-97 DUE 093097 POC Linda J. Cunic
616-660-3075 E-MAIL: E-Mail Contracting Officer@,
CUNIC.LINDA@FORUM.VA.GOV. This is a combined synopsis/solicitaiton for
commercial items prepared in accordance with the format in Federal
Acquistion Regulation subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; proposals are being requested and a written
solicitation will not be issued. this procurement incorporates
provisions and clauses in effect through Federal Acquisition circular
90-46. The Standard Industrial Classification Code is 7211, Power
Laundries and the business size standard is $10.5 million. The
contractor shall furnish all personnel, supervision, tools, materials,
equipment, transportation and facilities to provide laundry/linen
services for the Department of Veterans Affairs Medical Center, 5500
Armstrong Road, Battle Creek, Michigan 49016. Period of performance
will be November 4, 1997, through April 24, 1998, with (2) the
possibility of two (2) one (1) month extensions. The contrator must
begin providing services on November4, 1997. All work must be
accomplished in accordance with the International Institute of
Industrial Laundries and guidelines established by the Occupational
Safety and Health Administration. the work load consist of pickup of
soiled patient clothing, uniforms, and Goernment-owned linens (standard
and surgical) from Ann Arbor, Battle Creek, Detroit and Saginaw VAMC's,
transporting (except Battle Creek), processing, packaging and delivery
five (5) days a week (Monday through Friday, exclusing Federal
holidays) between the hours of 8:00 a.m. and 9:00 a.m. When a holiday
occurs on a scheduled pickup or delivery day, the scheduled pickup and
delivery shall be performed on the first workday following the holiday
(Monday through Friday). All clean linen must be covered during
transport. Weighing and/or counting of soiled and clean linen,
including the laundry bag, shall be conde by the contractor. The
contractor must provide a daily weight count of soiled linen received
and a daily piece count on each item delivered. the original weight and
piece count ticket will be retained by the Government for continuing
variance in weight when clean/dry laundry is delivered. All linen is
considered contaminated. The contractor is responsible for properly
handling contaminated laundry. The VA Infection Control Officer
reserves the right to inspect the laundering facility providing
sufficient notification is provided to the contractor. The continuous
functioning of mdical support operations is essential for 24 hour
patient care. there shall be no unreasonable delays in the pickup and
delivery of articles. Also included is the Operating Room surgical pack
operations and related tasks. All surgical packs shall be assembled in
accordance with Battle Creek VAMC standards and guidelines. All
surgical linens utilized (i.e., drapes, wrappers, surgical sheets,
surgical towels, etc.) must be screened utilizing a
Contractor-furnished light table for usability identifying linen
requiring patching and/or mending. Offers shall include the following
LINE ITEMS (NOTE: ALL QUANTITIES ARE MONTHLY ESTIMATES) 1. DESC:
Uniforms and personal clothing pieces: EST. QTY: 5,000 EACH; UNIT PRICE
$__ __ __ __ __ __; TOTAL PRICE $__ __ __ __ __ __ __. 2. DESCR:
Textiles; EST. QTY: 246,900 Pounds; UNIT PRICES $__ __ __ __ __; TOTAL
PRICE $__ __ __ __. 3. DESCR: Sugical Line: EST. QTY: 21,000 Pounds;
UNIT PRICE $__ __ ____; TOTAL PRICE $__ __ __ ___. TOTAL FOR ALL
SERVICES $__ __ __ __ __ __ ____. The Government intends to make a
single award to the responsible offeror whose offer is most
advantageous to the Government, price and other factors considered. FAR
provision 52.212-1, Instruction to Offerors Commercial Items and FAR
Clause 52.212-4, Contract Terms and Conditions Commerical Items are
applicable. As prescribed in 52.212-1, offerors agree to hold prices
firm for thirty (30) calendar days from the date specified for the
receipt of offers. Offers may not be withdrawn within this time period.
The Government will award a contract resulting from solicitation to the
responsible offeror whose offer meets the following criteria : (1)
technical capabilities (equipment, staff and space), (2) past
performance, and (3) price. Offerors should also submit references from
three (3) concerns, indicating a contact point, knowledgeable of
offerors ability to perform the requirement. Offers will be evaluated
on a pss/fail basis. Offerors must include with their offer a completed
copy of the provision at FAR 52.212-3, Offeror Representations and
Certifications Commercial Items and the certification in VAAR
852.219-70, Veteran Owned Small Business (copies, if needed, may be
obtained by contacting Linda Cunic @ 616-660-3075. In accordance with
FAR 52.212-5, Contract Terms and conditions Required to Implement
Statutues of Executive Orders Commercial Items, the following clauses
are hereby incorporated by reference in paragraph (b) 52.203-6,
Restrictions on subcontractor Sales to the Government (Alternate I);
52.203-10 Price or Fee Adjustment for Illegal or Improper Activity;
52.219-6, Notice of Total Small Business Set-Aside; 52.219-8,
Utilization of Small Business Concerns and Small Disadvantaged Business
Concerns; 52.222-26, Equal Opportunity: 52.222-35, Affirmative Action
for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative
Action for Handicapped Workers; 52.222-37, Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era; the
following clauses are incorporated by reference in paragraph (c):
52.222-41, Service Contract Act of 1965, as amended; 52.222-42,
Statement of Equivalent Rates for Federal Hires, and FAR 52.22-44, Fair
Labor Standards Act and Service contract Act-Price Adjustment. The
following additional clauses and provision are applicable: 52.217-8
Option to Extend Services; 52.246-4 Inspection of Services-Fixed Price
and VAAR 852.203-70, Certification for Ethics in Government Act. WAGE
DETERMINATION: Pursuant to the Service Contract Act of 1965, as
Amended, Wage Determination No. 94-2277, Revision No. 3, dated 4/9/96
shall apply to this procurement and resulting contract. Proposals shall
be submitted in writing to the Contacting Officer (90C), Department of
Veterans Affairs Medical Center, 5600 W. Dickman Road, Room 107,
Battle Creek, Michigan 49015 no later than September 30, 1997, 4:30
p.m., local time. The solicitaiton number RFP 515-55-97 shall be listed
on the outside of each proposal for identification purposes. Note #1
applies. (0256) Loren Data Corp. http://www.ld.com (SYN# 0112 19970917\S-0002.SOL)
S - Utilities and Housekeeping Services Index Page
|
|