Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2007 FBO #1970
SOLICITATION NOTICE

S -- Commercial Laundry Services

Notice Date
4/17/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Veterans Affairs;VISN 15 Contracting Office;4101 S. 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA-255-07-RP-0050
 
Archive Date
6/1/2007
 
Description
The Department of Veterans Affairs Eastern Orbit VISN 15 wishes to contract for commercial laundry services. The intended procurement will be classified under North American Industrial Classification (NAICS) code 812332 with a size standard code of $13 million dollars.     This is a unrestricted acquisition. Contractor shall furnish all clean linen items, labor, equipment, supervision, management, supplies, soiled linen carts and/or liners, bulk delivery carts, transportation, and facilities, except as identified elsewhere in the solicitation, necessary to perform complete and all-inclusive contractor owned/contractor operated bulk laundry/linen services for the Department of Veterans Affairs Eastern Orbit Veterans Administration Medical Center (VAMC) Facilities, consisting of Jefferson Barracks and John Cochran VAMCs' located in St Louis MO, John J. Pershing VAMC at Poplar Bluff, MO, and Marion VAMC Marion, IL. Contractor must also certify that their facility maintains a physical separation, through the presence of a barrier wall and the use of pass-through equipment is required to maintain positive air pressure in the clean section relative to a negative air pressure in the soiled section. In no case shall clean and soiled linen share the same physical space. The Laundry Plant layout/design must incorporate a "design for asepsis" where by clean linen does not come into contact with soiled linens nor share the same physical space, thus avoiding cross-contamination or reintroduction of bacteria once processed. All services are to be performed in accordance with Joint Commission for Accreditation of Healthcare Organizations (JCAHO) rules and regulations as well as all applicable federal, state and local government regulations regarding control of infectious diseases in health care facilities, standard industry practices for laundry/linen processing and quality control measures. Services shall include pick-up and delivery of items by contractor personnel. Soiled linen shall be picked up and clean linen delivered each Monday through Friday, including federal holidays. The expected delivery Turnaround Time (TAT) and priorities will be provided to the contractor in the Performance Work Statement (PWS). Any contractors selected for award will be expected to comply fully with these requirements. The suggested firm-fixed price contract will be a Base Year and three (3) option years. The Base year of contract will commence as soon as possible after award of a contract. The contract award basis is scheduled to be a multiple or single awards based on offeror(s) responses and their location to the VAMC Facility. The contractor will be required to perform all bulk laundry/linen services referred to them from the Department of Veterans Affairs, Eastern Orbit VISN 15 VAMC serviced by this contract. Interested firms responding to this notice must provide: (a) capability statement demonstrating their experience, skills and capability to fulfill the Governments requirements for laundry processing services, (b) the information submitted should be pertinent and specific in the area of providing the services described. The capability statement shall be in sufficient enough detail so that the Government can determine the experience, and capability of your firm to provide the required services at fair market prices, (c) potential offeror(s) experience should identify on-going and /or previous contracts. Interested vendors should review FAR Clause 52-212-1 Instruction to Offerors for submittal instruction and Far Clause 52.212-2 Evaluation Commercial Items for Evaluation factors for the solicitation. Only vendors registered in the Central Contractor Registration (CCR) will be considered for contract award.  See www.ccr.gov for information on registering. This solicitation will be posted on or about April 26, 2007 the proposal will due date is on or about May 31, 2007 at (1:00 p.m. local time at designated location). Responses by e-mail or facsimile (fax) WILL NOT BE ACCEPTED.  
 
Record
SN01274885-W 20070419/070417220512 (fbodaily.com)
 
Source
FedBizOpps 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.