Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2003 FBO #0616
SOLICITATION NOTICE

S -- Laundry Services for MacDill AFB''s 6th Medical Group

Notice Date
5/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000
 
ZIP Code
33621-5000
 
Solicitation Number
F08602-03-R0017
 
Response Due
7/20/2003
 
Point of Contact
Kenneth Huckins, Contract Specialist, Phone 813-828-7483, Fax 813-828-3667,
 
E-Mail Address
huckinsk@macdill.af.mil
 
Description
DESCRIPTION OF SERVICES: The solicitation will be issued on or about 16 Jun 2003 with responses due on 20 July 2003. The NAICS code of 812331 with a size standard of $12,000,000.00. The Contractor shall provide a full laundry service for the 6th Medical Group at MacDill AFB. The contractor shall furnish all linen required to populate the linen supply system at MacDill AFB, 6th Medical Group. (See Appendix 2) The contractor shall provide all laundry carts required to facilitate the pick-up of soiled laundry and delivery of the clean linen. The delivery vehicle shall keep the soiled laundry separated from the clean during transport and interim stops. The contractor shall process the linen IAW with all applicable federal, state and local standards of health and safety regulations as applicable to laundry and linens used in healthcare facilities. These regulations include but are not limited to the following list. If changes occur to these guidelines that affect the cost of the linen service, the contractor shall prepare a proposal within 30 days and submit it to the Contracting Officer for consideration in a change of this PWS. Joint Commission on Accreditation of Healthcare Organizations. Center for Disease Control Guidelines for Laundry in Health Care Facilities. OSHA Regulation (Standards-29CFR) Bloodborne Pathogens 1910.1030. QUALITY ASSURANCE PROGRAM. The Contractor shall establish and maintain a complete quality control program to assure the requirements of the contract are provided as specified and will provide one copy of the program to the Medical Treatment Facility (MTF) Quality Assurance Evaluator (QA) not later than the pre-performance conference. An updated copy must be provided to the QA on contract date and/or as changes occur. The plan shall include procedures to implement all requirements of the contract, to include standards and guidance outlined in the included references. QUALITY ASSURANCE. The Government will evaluate the Contractor's performance in accordance with the "Inspection of Services" clause. The Government Quality Assurance Evaluator will have the authority to reject any individual delivery of laundry. The Contractor will sort the lot to remove defectives, as necessary, and then represent the lot as a new lot to the QA for inspection. The Government reserves the right, at any time and without prior notice, to inspect the contractor's facility and observe in-process work to assure performance is in accordance with contract requirements. PERFORMANCE EVALUATION MEETINGS. The Contractor's project manager may be required to meet with the QA and the Contracting Officer, as necessary, during the performance of the contract. However, if the Contractor requests, a meeting may be held whenever written notice of a contract discrepancy or a customer complaint is received. The written minutes of these meetings shall be signed by the Contractor's project manager, Contracting Officer, and the QA. Should the Contractor not concur with the minutes, the Contractor shall state, in writing, any areas of nonconcurrence to the Contracting Officer within 10 calendar days of receipt of the signed minutes. DEFINITIONS. Definitions of special terms and phrases used in this Performance Work Statement (PWS) are as follows: GOVERNMENT QUALITY ASSURANCE. Those actions taken by the Government to assure services meet the requirements of the PWS and to contract clauses relating to quality and performance. QUALITY ASSURANCE EVALUATOR (QA). A government person responsible for surveillance of contractor performance. CONTRACTOR QUALITY CONTROL/ASSURANCE. Actions taken by a contractor to control the production of services to meet the requirements of the PWS. LAUNDERING. The process by which soiled fabric items are cleaned and treated. The term includes cleaning by mechanical action in appropriate temperature water with solutions of detergents and other additives. These additives include repellent treating, bleaching, bluing, rinsing, chemical rinse (sour, fabric softener, and any other agent for controlling the growth of microorganisms, such as molds and bacteria), starching, ironing, and pressing. The appropriate products and procedures are to be determined by the contractor for the various types of fabric and nature of soil. CLEAN. Finished articles are dry and free of visible soil, lint, and objectionable odors. Spots and stains are removed without damaging the fabric and have been treated as defined in the laundering paragraph. UNSERVICEABLE ARTICLES. Those articles no longer acceptable for their intended use by the government. REPAIRABLE ITEMS. Those articles with minor rips, tears (less than four inches), open seams, holes, missing buttons, and broken zippers. MEDICAL TREATMENT FACILITY (MTF). Those activities providing outpatient and/or inpatient health care services for authorized personnel. CONTAMINATED LINENS. All linen originating from the MTF will be considered contaminated for handling purposes. SERVICE DELIVERY SUMMARY The service delivery summary lists the (1) Performance Objects and (2) the Thresholds required to be acceptable as a level of accomplishment. Performance Objectives Threshold Percentage Description Timeliness 95% Delivery & Pick-up linen during the time frames in the contract. Packaging 95% Linen shrink wrapped in individual bundles & housed in clean carts. Cleanliness 98% All stains, dirt, molds, pathogens, etc removed. Folding & pressing 98% Linen folded in traditional shapes and pressed, as necessary. Transportation 100% Clean and dirty linen segregated during transit. Serviceability 98% Rips & tears of more than 4” repaired; missing buttons replaced; missing ties repaired; any/all linen that is worn out or unserviceable for its intended use is removed from service. Management control 98% Does management respond to problems and correct same promptly. Cost Control 98% Invoicing and accountability procedures IAW general business practices and FAR directives. Security 100% Drivers pass background security checks. Business Relations 95% Is management aggressive in handling problems but maintain good working relationships? GOVERNMENT-FURNISHED PROPERTY AND SERVICES The Government shall provide, without cost, the items listed below: Plastic Bags for contaminated items Scale (for weighing laundry, one each). CONTRACTOR FURNISHED PROPERTY AND SERVICES The Contractor shall furnish: Delivery vehicle. All packaging and marking material. All linens, gowns, scrubs, lab coats, etc. to meet the need of the MTF. Delivery tickets. Any other supplies, materials, and equipment necessary to perform the services required by this contract. A facility equipped and ventilated so as to prevent dissemination of contaminants. The ventilation system should include adequate intake filtration, exchange rate, and exhaust in accordance with local, state and federal requirements (Reference: Joint Commission Accreditation Manual for Hospitals). The Contractor's facility shall be subject to inspection of sanitary conditions at any time by an authorized representative of the Government. Clothing hangars as required. The following services are to be performed by the contractor: PICK UP AND DELIVERY. The Contractor shall pick up soiled laundry and deliver clean laundry. Technical Exhibit 2 specifies the times and places for pick up and delivery. The Contractor shall package laundry for delivery as indicated in Technical Exhibit 1. UNSERVICEABLE ARTICLES. The Contractor shall remove all unserviceable and nonrepairable articles from service. FEDERAL, STATE AND LOCAL DEPARTMENT OF HEALTH REQUIREMENTS. Compliance with all certification or labeling requirements, arising from federal, state or local Department of Health regulations, is the responsibility of the Contractor. VEHICLE INTERIOR. Soiled items and clean items shall not be transported in the same vehicle at the same time. All clean items are to be protected from contamination and soiling during transit to the MTF. After transporting dirty/soiled and contaminated laundry, the vehicle interior shall be cleaned and sanitized before loading the clean articles. WORKMANSHIP AND SANITATION. Delivered finished articles shall conform to the generally accepted industry standards of quality of cleanliness, finish, and appearance. All work performed shall be done under sanitary conditions. The items shall be clean, not only in the sense of being free from soil and stains, but also free from bacteria, fungi, and other microorganisms, including pathogens or disease-producing organisms. REPERFORMANCE OF LAUNDERING. Any items found to not meet the requirements of paragraph 5.7 shall be re-cleaned at no additional cost to the Government. Such items (found by the MTF personnel as packages are opened) will be identified by the QA to the Contractor's representative at the next scheduled pick up after the unsatisfactory condition is discovered. PACKAGING. Packaging of sized items will be bundled with same sizes only. CONTAMINATED LAUNDRY. Contaminated laundry will be given to the Contractor in easily identifiable bags. In accordance with the "Infection Control" section (Linen and Laundry subsection) of the JCAHO Manual, the Contractor is responsible for properly handling contaminated laundry. WEIGHT VERIFICATION: Upon delivery to the MTF, the bulk linen will be weighed and verified by the Contractor and a representative from the Housekeeping Staff at the MTF. Dry cleaned items, if any, will be verified by the piece and bagged separately. GENERAL INFORMATION Publications and forms applicable to the PWS are coded mandatory (M) or advisory (A) and are listed below. The contractor is obligated to follow those publications coded as mandatory (that is, a specific procedure in a paragraph, section, chapter, or volume specified in the SOW) and shall be guided by those coded advisory to the extent necessary to accomplish requirements of this SOW. All publications and forms listed will be made available by the Government at the start of the contract. The Contractor will maintain, and adhere to the guidance in the listed publications. Supplements or amendments to listed publications from any organizational level may be issued during the life of the contract. Changes in the contract price due to supplements and amendments shall be considered under the "Changes" clause. The Contractor shall immediately implement those changes in publications which result in either a decrease or no change in the contract price. Prior to implementing any such revision, supplement, or amendment that will result in an increase in contract price, the contractor shall submit to the Administrative Contracting Officer (ACO) a price proposal. Said price proposal shall be submitted within thirty (30) calendar days from the date the contractor receives notice of the revision, supplement, or amendment giving rise to the increase in cost of performance. Failure to submit the proposal as provided above shall entitle the Government to performance in accordance with such change at no increase in contract price. REGULATION MANDATORY/ADVISORY PUBLICATION DATE JCAHO-Joint Commission on M Current Edition Accreditation of Healthcare Organizations CDC-Center for Disease Control M Current Edition Guidelines for Laundry in Health Care Facilities OSHA Regulation (Standards-29CFR) M Current Edition Blood borne Pathogens 1910.1030 TECHNICAL EXHIBIT 1 PICK UP AND DELIVERY SCHEDULE The following pick up and delivery chart specifies regular pick up and delivery points and approximate quantities. All pick up and deliveries shall be accomplished between the hours of 0700 and 1030 (military time). MEDICAL TREATMENT FACILITY PICK UP & DELIVERY DELIVER THE LAUNDRY LOCATION PICK UP FOLLOWING All Items BLDG 711, M-W-F M-F-M Hospital Loading Dock Note: Holidays and Base Down-days: When a holiday or Base Down-day occurs on a scheduled pick up or delivery day, the scheduled pick up and delivery will be performed on the first workday following the holiday (Monday through Friday). ITEMS REQUIRED TO POPULATE THE LINEN SUPPLY SYSTEM ITEMS QUANTITY BEDSPREADS 300 EACH BLANKET, WHITE 500 EACH COAT, LAB 150 EACH SCRUBS, SMALL 200 EACH SCRUBS, MEDIUM 300 EACH SCRUBS, LARGE 600 EACH SCRUBS, X-LARGE 500 EACH SCRUBS, 2X-LARGE 250 EACH GOWN, PATIENT 800 EACH GOWN, OPERATING GREEN 500 EACH PILLOWCASE, GREEN 600 EACH PILLOWCASE, WHITE 1000 EACH ROBE, DRESSING 250 EACH SHEET, FITTED 300 EACH SHEET, FLAT, GREEN 1200 EACH SHEET, FLAT, WHITE 1200 EACH TOWEL, BATH 1700 EACH TOWEL, HAND, GREEN 2500 EACH NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (19-MAY-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 05-AUG-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/6CS/F08602-03-R0017/listing.html)
 
Place of Performance
Address: MacDill AFB, Fl
Zip Code: 33621-5000
 
Record
SN00393074-F 20030807/030805222828 (fbodaily.com)
 
Source
FedBizOpps.gov 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.