Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2005 FBO #1290
SOLICITATION NOTICE

65--65 -- 100% Small Business Set-Aside General Linen and Operating Room Linen; Sheets and Pillowcases

Notice Date
6/6/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs National Acquisition Center, (049A1), P.O. Box 76, Building No. 37, Hines, Illinois 60141
 
ZIP Code
60141
 
Solicitation Number
797-NC-05-0044
 
Response Due
6/27/2005
 
Archive Date
7/27/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. General Linens and Operating Room (OR) Linens. IF OFFERORS HAVE SUBMITTED SAMPLES UNDER ANY OTHER NOTICE ASSOCIATED TO THIS SOLICITATION, THOSE SAMPLES MAY BE CONSIDERED DELIVERED. NOTIFY THE POINT OF CONTACT FOR INSTRUCTIONS. PROPOSALS, SAMPLES WITH LITERATURE ARE REQUIRED. A written solicitation will not be issued. Solicitation number RFP-797-NC-05-0044 is issued as a Request for Proposal (RFP) using Set-aside procedures for 100% small Businesses. NOTE: If the government anticipated receiving two (2) or more fair priced offers from responsible Disabled Veteran Owned Small Business Concerns, an appropriate set-aside solicitation will be issued. The contract awarded from this solicitation shall be single award indefinite-delivery, requirements contract. This contract is also defined as ?delivery order contract? since Participating VA Prime Vendors, and individual VA facilities may issue delivery orders for their specific requirements when ordering against the contract. Individual VA Facility delivery orders shall contain specific information such as item description, quantity required, unit pricing as established by the contract, contract number, delivery order number, delivery information, accounting and appropriation data and any special packing, shipping and other pertinent information. All delivery orders issued by individual VA facilities shall be within the terms, conditions and scope of the contract. Additional instructions to offerors regarding the VA?s Medical/Surgical Prime Vendor program are shown in this solicitation under DELIVERIES. A quarterly sales report will be a requirement of the performance of this contract. A formatted example of the required data will be provided upon award. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-03, Effective 11 Apr 2005. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. This procurement is a 100% set-aside for SMALL BUSINESS CONCERNS ONLY. The North American Industry Classification System code (NAICS) is 314129, small business size standard of 500 employees. Small Business concerns are warned that if they are not the manufacturer, they must furnish in the performance of this contract the product of a small business manufacturer. The end product SHALL be manufactured in the United States or its outlying areas as defined in FAR part 2.101 (Outlying areas). Proposals shall also include offerors price for a base year, and all option years. Each line item below represents the base year, and four (4) option years. A proposal will be rejected if offer does not contain proposed prices for each line item, and each option year. The solicitation includes the following line items: LINE ITEM 001 Hospital Flat White Bed Sheet, annual Government estimate is 203,381. Base Contract Period will be for one year, beginning with the date of award. Line Item 002 through Line Item 005 shall be listed and priced for each option period. LINE ITEM 006 White Contour Sheets annual Government estimates is 103,000. Base Contract Period will be for one year, beginning with the date of award. Line Item 007 through Line Item 010 shall be listed and priced for each option period. LINE ITEM 011 White Pillowcases annual Government estimates is 360,000. Base Contract Period will be for one year, beginning with the date of award. Line Item 012 through Line Item 015 shall be listed and priced for each option period. LINE ITEM 016 Operating Room Linen, Flat Sheet annual Government estimates is 5.500. Base Contract Period will be for one year, beginning with the date of award. Line Item 017 through Line Item 020 shall be listed and priced for each option period. LINE ITEM 021 Operating Room Pillowcases annual Government estimates is 5,500. Base Contract Period will be for one year, beginning with the date of award. Line Item 022 through Line Item 025 shall be listed and priced for each option period. DELIVERIES: Offerors will participate in the Department of Veterans Affair?s Medical/Surgical Prime Vendor Program, in addition to individual delivery orders issued by individual VA facilities. Delivery terms and quantities shall be negotiated with each participating VA Prime Vendor, and are considered outside the scope of this contract. Deliveries under the resulting contract will be completed within the 50 States, DC, and Puerto Rico, and upon issuance of a delivery order. Deliveries to individual VA facility shall be FOB Destination. Delivery to individual facilities shall be in accordance with the following time frames: Regular delivery shall be made within seven (7) days after receipt of a delivery order, expedited delivery within 3 days, and emergency delivery within 24 hours. The Government agrees to pay the difference between normal and expedited freight for expedited and emergency delivery. Any additional delivery requirements shall be specified on the individual delivery order. Acceptance of all delivery orders shall take place at the delivery point. POINTS OF CONTACT INFORMATION: If you have any questions regarding this Request For Proposal (RFP), contact Tim Scanlan (708)-786-5241, or Timothy.Scanlan@med.va.gov . The Contracting Officer of Record is Loretta Hendrix. The contractor must be registered in the Central Contractor Registration (CCR) database, in addition to the requirements shown in FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items. Clauses Incorporated by Reference 52.252-2 (Feb 1998); this contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm . The provisions at FAR 52.212-1, Instruction to Offerors-Commercial Items (Jan 2005), applies to this acquisition and the following clauses and provisions are applicable to this acquisition and are incorporated by reference as addenda to this clause: 52.212-1(c) Period for acceptance of offers, is tailored from 30 days to 120 days. 52.233-2 Service of Protest, obtain written and dated acknowledgment of receipt from Contracting Officer National Acquisition Center P.O. Box 76 Hines Illinois 60141. 852.233.70 Protest Content, 852.233-71 Alternate Protest Procedures, 52.214-34 Submission of Offers in the English Language and 52.214-35 Submission of Offers in U.S. Currency. Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. 52.212-2 Evaluation-Commercial Items (JAN 1999) EVALUATION OF PROPOSALS AND METHODS OF AWARD Failure of the product literature and product samples to show that the offered items conform to the required specifications will require rejection of the offer. If any single specification is not met, the product will be ineligible for award. VA requires strict compliance with these specifications and will not consider any deviation to be immaterial or minor, nor will VA discuss any failure to meet a specification, nor will any revision to the product submitted be allowed. (a) The Government will award a maximum of one contract resulting from this solicitation. The Government is evaluating this procurement using the lowest price technically acceptable source selection process as outlined in FAR Part 15.101-2. The following shall be used to evaluate offers: (i) Technical Acceptability will include evaluating offeror?s product literature that identified compliance to all specifications listed in this solicitation, physical evaluation and testing, and other subjective methods that the technical evaluations personnel deems necessary to determine acceptability of an offeror?s proposed product sample. Offeror?s samples will either acceptable, or not acceptable. (ii) Price evaluation. Only one award will be made. Offers will be evaluated for award purposes by adding the total price (i.e. price multiplied by the estimated quantity) for the base year contract period to the total price for all option years of all solicitation line items. (iii) Past Performance. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances. Offerors will be evaluated as being either acceptable or not acceptable. The Government may use information from its own files, database sources available for government use, public Internet sources, references provided by the offerors listed in the proposal, or any other source the Government deems appropriate. The Government will determine whether the offeror has, or possesses the capability to, consistently demonstrated(s) adherence to the government?s requirements of the contract, and/or a referenced contract?s terms and condition, and shown a commitment to customer service (e.g., quality of products provided, business related performance of referenced contract, accuracy and timely responses to reports, and customer?s contract related questions or concerns, and any other business, or performance relate matters that the Government deems appropriate). Past performance can also include performance and industry reputation of an offeror?s business affiliate(s) that is (are) directly involved in the performance of the awarded contract. Statement(s) of experience and training provided by all public agencies educating and assisting Small Business Concerns will be considered past performance. List a minimum of 10 references of your largest accounts and accounts similar in nature of the requirements of this solicitation. Reference list will include names, agency, contact information, contract number, product associated, and dollar amount/quantities delivered. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offers from distributors/dealers (i.e. non-manufacturers) that do not submit a letter of commitment, or other evidence of uninterrupted source of supply to satisfy Government?s requirement may be rejected. The signed letter must be from the manufacturer?s company officer(s), and issued on company letterhead. Offerors responding to this requirement must include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Mar 2005) (annual reps. and certs. may be completed on http://orca.bpn.gov), Clauses and provisions may be accessed via the Internet, https://farsite.hill.af.mil or http://www.arnet.far.gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2003), applies to this acquisition and the following clauses are applicable to this acquisition and are incorporated by reference as addenda to this clause: 52.216-18 Ordering (Oct 1995), any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from the date of award through the end date of the contract. 52.216-21 Requirements (Oct 1995); ?provided that the Contractor shall not be required to make any deliveries under this contract after 30 days of contract?s expiration date. 52.217-9 Option to Extend the Term of the Contract (Mar 2000), The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. 52.232.17 Interest (Jun 1996), 852.270-4 Commercial Advertising (Nov 1984) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (Apr 2005), applies to this acquisition and the additional FAR clauses cited in this clause are applicable to this acquisition as follows: 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402) 52.219-8 Utilization of Small Business Concerns (May 2004) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003), with alternative II (Mar 2004) 52.222-3, Convict Labor (Jan 2003), 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUNE 2004) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36, Affirmative Action for Workers with Disabilities (Jan 1998), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). 52.225-1, Buy American Act ? Supplies (June 2003) 52.225-13, Restrictions on Certain Foreign Purchases (MAR 2005) (E.o.s, proclamations and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-34, Payment by EFT- Other than CCR (May 1999), 52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332), REQUEST ALL COMPLETE AND SIGNED PROPOSALS REACH THIS OFFICE NLT JUNE 27, 2005, 4:30PM CENTRAL STANDARD TIME, and must respond to the information contained herein. Offerors shall submit their signed offers to Regular U. S. Mail Address Department of Veterans Affairs National Acquisition Center (049A1N3MS) P.O. Box 76-Bldg. 37 Hines, IL 60141 or Express Mail Address Department of Veterans Affairs National Acquisition Center (049A1N3MS) 1st Avenue, 1 Block North of 22nd Hines, IL 60141 ATTN: Tim Scanlan, Contract Specialist. All General Purpose and OR Linen Samples must be delivered at the dock. Send samples only to: Department of Veterans Affairs, Centralized Acquisition Analysis Division (049A5S), Attn: Carl Hunter, Building 37, First Avenue - One Block North of Cermak Road (22nd Street), Hines, Il 60141, Dock # 14. Samples will only be accepted between the hours of 7:00 a.m. to 2:00 p.m., Central Standard Time (CST), Monday through Friday. For additional information regarding delivery of samples only, contact Carl Hunter at (708) 786-7783. For additional information please contact Tim Scanlan (708) 786-5241. Reference the solicitation number in Proposals. PLEASE PROVIDE SIX (6) SAMPLES OF EACH OF THE FIVE (5) LINE ITEMS, INCLUDING PRODUCT LITERATURE THAT IDENTIFIES COMPLIANCE OF OFFEROR?S PROPOSED SAMPLES, MEETING THE SPECIFICATIONS INCLUDED IN THIS SOLICITATION: GENERAL LINEN (CONTOURED SHEETS, FLAT SHEETS, AND PILLOW CASES); HOSPITAL Flat White Bed Sheet: 1. Fiber content of sheet must be in range of 45% - 65% polyester and 35% - 55% cotton. 2. Sheet must have a thread count in the range of 160-188 threads per square inch, with even number stitching both horizontal and vertical. 3. There shall be a selvage edge on each side of the sheet no less than ?? or more than ?? wide. 4. Finished size of sheet shall be within the range of 66? x 111? and 66? and 113?. 5. There shall be a turned under hem no less than 1? at each end of sheet. 6. Hem shall be single needle lockstitch to prevent raveling. 7. Sheet shall have a Continuous Identifying Marking (CIM) on each side. 8. Marking to read ?Department Veteran Affairs ? Not for Sale? or ?VA Property ? Not for Sale? using Launders Permanent Ink. 9. CIM shall be no less than 12? and no more than 18? from edges. 10. CIM lettering to be between ?? and 1?. 11. Sheet must have a permanent label attached. White Contour Sheets: 1. Fiber content of sheet must be within the range of 50% to 55% cotton, 45% to 50% polyester. 2. Sheet shall be knitted, not woven. 3. Sheet shall fit a variety of VA beds. The ranges are 78? minimum to 90? maximum in length; 36? to 42? in width and have a drop (pocket) of no less than 12?. 4. Sheet must have a self-binding hem/stitch or stitched elastic, which guarantees elasticity for the life of the sheet. 5. Sheet shall have a Continuous Identifying Marking (CIM) with ?VA Property? located on the side of pocket using Launders Permanent Ink. 6. Weight of sheet must be 0.9 lbs minimum. 7. Sheet must be run/tear resistant. 8. Sheet must have permanent label attached. White Pillowcase: 1. Fiber content of pillowcase must be in range of 45% - 65% polyester and 35% - 55% cotton. 2. Pillowcase must have a thread count in the range of 160-188 threads per square inch, with even stitching both horizontal and vertical. 3. Finished size of pillowcase shall be within the range of 20? x 33? and 22? x 35?. 4. There shall be a turned under hem, no less than 1?, at opening. 5. Hem shall be single needle lockstitch to prevent raveling. 6. Inside seams to be single needle lockstitch, safety stitch or flat felled stitching to prevent bunching and raveling (physical inspection). 7. Pillowcase shall have a Continuous Identifying Marking encircling finished product. 8. Continuous Identifying Marking (CIM) to read ?Department Veteran Affairs ? Not for Sale? or ?VA Property ? Not for Sale? using Launders Permanent Ink. 9. CIM shall be no less than 6? and no more than 12? from closed end of pillowcase. 10. CIM lettering to be between ?? and 1?. 11. Pillowcase must have a permanent label. Operating Room Linen Criteria: Flat Sheet; 1. Fiber content of sheet shall be offered in 100% cotton and polyester/cotton blend. 2. Sheet must have a thread count in the range of 140-180 threads per square inch with even number stitching, both horizontal and vertical. 3. There shall be a selvage edge on each side of the sheet no less than ?? or more than ?? wide. 4. Finished size of sheet shall be within the range of 70?- 72? x 108?. 5. There shall be a turned under hem no less than 1? at each end of sheet. 6. Hem shall be single needle lockstitch to prevent raveling. 7. Sheet shall have a permanent label attached. 8. Sheet shall be offered in colorfast colors of ceil blue, jade green, and misty green. Operating Room Pillowcase: 1. Fiber content of pillowcase shall be offered in 100% cotton and polyester/cotton blend. 2. Pillowcase shall have a thread count in the range of 140-180 threads per square inch with even number stitching both horizontally and vertically. 3. Pillowcase is to have a 2? turned under hem. 4. Pillowcase to be within the size range of 42? - 45? x 34? ? 36?. 5. Hem shall be single needle lockstitch to prevent raveling. 6. Inside seams to be single needle lockstitch, safety stitch or flat felled stitching to prevent bunching and raveling. 7. Pillowcase must have a permanent label. 8. Pillowcase shall be offered in colorfast colors of ceil blue, jade green, and misty green. See Numbered Note 01
 
Web Link
RFP 797-NC-05-0044
(http://www.bos.oamm.va.gov/solicitation?number=797-NC-05-0044)
 
Place of Performance
Address: VA National Acquisition Center, PO Box 76 Hines, Illinois
Zip Code: 60141
Country: United States
 
Record
SN00823299-W 20050608/050606211832 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.