Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1997 PSA#1932

Department 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