Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2008 FBO #2462
SOLICITATION NOTICE

S -- Clinic Laundry Service

Notice Date
8/21/2008
 
Notice Type
Modification/Amendment
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
F4D4A18198A001
 
Archive Date
9/12/2008
 
Point of Contact
Jennifer L Johnson,, Phone: 805-606-3033, Sean W Kennedy,, Phone: 805-606-1733
 
E-Mail Address
jennifer.johnson@vandenberg.af.mil, sean.kennedy@vandenberg.af.mil
 
Small Business Set-Aside
N/A
 
Description
The purpose of this 2nd amendment is to remove the 100% Small Business Set-Aside and FAR 52.219-6 Notice of Total Small Business Set-Aside. This procurement is now being issued as unrestricted. Quote deadline has been extended to 28 Aug 08 at 4:00 PM PDT. The purpose of this amendment is to remove the last sentence is section 2.2 of the Statement of Work " A flatwork ironer, which has to maintain a temperature of at least 300 degrees F " and post questions and answers: Q. Are sheets required to be ironed? A. No Q. Are uniform items required to be ironed? A. No; however, items should be ready to wear. Review section 1.5 of the Statement of Work: 1.5. POLYESTER/COTTON UNIFORMS. Polyester/cotton uniforms shall be washed and dried in such a manner as to prevent wrinkles, lint, and shrinking of fabric. If chlorine bleach is used, it must be done without causing yellowing of fabric. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) #F4D4A18198A001. Submit written offers. Oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) (www.bpn.gov). This procurement is being issued as unrestricted. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2005-26 and DFARS Change Notice 20080721. North American Industrial Classification Standard (NAICS) 812320 and Size Standard of $4.5 Million apply to this procurement. Statement of Work 1.0. DESCRIPTION OF SERVICES 1.1. SCOPE OF SERVICES: Contractor shall furnish all labor, tools, parts, materials, equipment, facilities, transportation, supervision, and management necessary to perform laundry service, including pickup and delivery, at the 30th Medical Group (MDG), 338 South Dakota Avenue, Vandenberg AFB, CA 93437. 1.2. SPECIFIC TASKS: 1.2.1. The total weight of picked up and delivered linen will be verified and recorded with the Quality Assurance Evaluator (QAE) or authorized representative. The contractor will provide forms in duplicate to record the weights of picked up and delivered linens, providing one copy to the QAE or authorized representative. The weight per pickup will not exceed 160 lbs. of the combination of 30 MDG clinic linen (i.e. towels, scrubs, sheets, pillowcases, etc). 1.2.2. All pickup and deliveries will normally be accomplished between the hours of 4:30 P.M. and 5:30 P.M., Monday and Thursday. Weekends and Federal Holidays will be treated as exceptions. Linen will be delivered on the following normal workday. Only with prior coordination/approval of the QAE or Contracting Officer will pickup/deliveries be made later in the day or on other than routine pickup/delivery days. All pickup and deliveries will be accomplished at the rear entrance of the 30th Medical Group, 338 South Dakota Avenue, Vandenberg AFB, CA 93437. 1.2.3. All clean items are to be protected from contamination and soiling during transit to the 30th MDG. After transporting dirty/soiled and contaminated laundry, the vehicle interior shall be cleaned and sanitized prior to the loading of clean linen. 1.3. STATE OR LOCAL DEPARTMENT OF HEALTH REQUIREMENTS. Compliance with all certification or labeling requirements arising from state or local department of health regulations is the responsibility of the contractor. Documentation of required certification is to be provided to the QAE or authorized representative prior to award of contract. 1.4. WORKMANSHIP AND SANITAZITION. All laundry under this contract shall be processed by the contractor in accordance with current JCAHO/OSHA standards of cleanliness, finish, and appearance for (hospital) linen and laundry services. The contractor has the right to determine its own internal processing system in meeting JCAHO/OSHA standards. All work performance shall be accomplished under sanitary conditions. The items as well as the laundry facility shall not only be clean in the sense of being free from soil and stains but also free from bacteria, fungi, and other microorganisms to insure that the 30th MDG remains in accordance with current JCAHO/OSHA standards. 1.5. POLYESTER/COTTON UNIFORMS. Polyester/cotton uniforms shall be washed and dried in such a manner as to prevent wrinkles, lint, and shrinking of fabric. If chlorine bleach is used, it must be done without causing yellowing of fabric. 1.6. REPERFORMANCE OF LAUNDERING/DRY CLEANING. Items not meeting the requirements of paragraph 1.4 shall be cleaned again at no additional cost to the government. Such items (discovered by the 30th MDG personnel when packages are opened) will be identified by the QAE to the contractor's representative at the next scheduled pickup after the unsatisfactory condition is discovered. After the items are cleaned again, the contractor shall pack these items separately and identify the package(s) by marking "ATTENTION QAE, RECLEANED LINEN." The weight of the recleaned items will be deducted from the daily ticket. 1.6.1. Items that are recleaned and still do not meet the requirements of paragraph 1.4 will be identified as a recleaned/unserviceable linen item. All the recleaned/unserviceable articles shall be returned to the 30th MDG separated from serviceable articles, labeled, and wrapped in clear plastic bundles with like items, by the contractor after laundering or dry cleaning has been accomplished. They will be labeled with the QTY and the following statement: "RECLEANED/UNSERVICEABLE LINEN, ATTN: QAE." 1.7. PACKAGING. The packaging will be performed in accordance with industrial standards. 1.8. CONTAMINATED/INFECTIOUS LAUNDRY. Contaminated/infectious laundry will be given to the contractor in easily identified bags. The contractor is responsible for the proper handling of contaminated/infectious laundry in accordance with the "Infectious Control" Section (Linen and Laundry subsection) of the JCAHO Manual. 1.9. UNSERVICEABLE ARTICLES. The contractor shall return all unserviceable articles and non-repairable articles to the 30th MDG separated from serviceable articles, labeled, wrapped in clear plastic bundles with like items, by the contractor after laundering and/or dry cleaning has been accomplished. They will be labeled with the QTY and the following statement: "UNSERVICEABLE LINEN, ATTN: QAE". 1.10. QUESTIONABLE SERVICEABILITY. The contractor shall return all questionable articles to the 30th MDG separated from serviceable articles, labeled, wrapped in clear plastic bundles with like items, by the contractor after laundering and/or dry cleaning has been accomplished. They will be labeled with the QTY and the following statement: "QUESTIONABLE SERVICEABILITY, ATTN: QAE". 1.11. LABORATORY TESTING: The contractor shall obtain washroom test services from an approved laboratory. National Association of Institutional Linen Management (NAILM), 2130 Lexington Road, Suite H.Richmond, KY 484731 and International Fabricare Institute (IFI), 122251 Tech Road, Silver Springs, MD 20904, are two known acceptable laboratories. Should the contractor propose to obtain these services from a laboratory other than one of these, the name and address of the proposed laboratory shall be submitted for approval to the QAE and Contracting Officer, either at the post award orientation conference or two weeks prior to performance start date, whichever is earlier. 1.11.1. Perform washroom tests for tensile strength and whiteness retention in accordance with the laboratory instructions. Conducted tests on items picked up at the Medical Treatment Facility. Two copies of the test results shall be provided to the QAE and Contracting Officer no later than five (5) calendar days from the date of receipt by the contractor from the laboratory. The tensile strength is considered acceptable if the tensile strength loss is rated "Satisfactory" or greater. The whiteness is considered acceptable if the whiteness loss is rated "Good" or greater. Whenever tensile strength loss or whiteness deficiencies occur, the contractor shall take corrective action within five (5) working days and retest. This process shall be repeated until the tensile strength loss and whiteness retention are within prescribed tolerances, or the contractor is notified of the Government's intent to terminate the contract because of unacceptable performance. 1.12. QUALITY ASSURANCE. The contractor shall establish, plan, develop, document, implement and maintain a quality assurance system that ensures that the product or service conforms to the specified contract technical requirements according to industrial standards. A Quality Assurance Plan that will describe the approach to developing and implementing a quality assurance system that will encompass all aspects of the contract. The government reserves the right to disapprove the contractor's quality assurance program/plan or portions thereof, if it fails to meet contractual requirements. The contractor shall have prior experience with hospital linen, and have less than a 10% failure/complaint record within the last two years. The contractor shall have in place a chemical exposure program and an OSHA/JCAHO safety program to ensure all infectious control procedures are being maintained. 2.0. CONTRACTOR FURNISHED ITEMS AND SERVICES 2.1. DELIVERY VECHILES. Shall be cleaned and disinfected prior to delivery of clean linens. 2.2. All packaging and marking materials; Three (3) clean, serviceable, and impermeable laundry/linen carts for pickup, delivery and subsequent handling of all 30th MDG laundry items; Clothing Racks and Hangers; Materials for the repair of clothing (threads, snaps, buttons, bindings, collars, patches, zippers, etc); Delivery Tickets (i.e. Receipts); Any other supplies, materials, and equipment necessary to perform the services required by this contract; 2.3. A facility equipped and ventilated to prevent dissemination of contaminates. The ventilation system should include adequate intake filtration, exchange rate, and exhaust in accordance with local, state and federal requirements, (Reference Joint Commission on 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. (Reference: The APIC Curriculum for Infection Control Practice) The contractor shall not use multiple facilities to perform contract obligations without written permission from the Linen QAE and Contracting Officer. Each facility used with permission, is subject to the same sanitary infection control inspection procedures stated in the contract. 3.0. GOVERNMENT FURNISHED PROPERTY AND SERVICES 3.1. The government will provide a loading dock and an inside area for the purpose of loading and unloading linen. A scale within the facility for weighing laundry coming in (clean linen) and going out (dirty linen) from the facility. The government will provide disposable linen bags for soiled/contaminated linen items. 4.0. PERSONNEL: The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name and telephone number of the contract manager, and an alternate who shall act for the contractor when the contract manager is absent, shall be designated in writing to the Linen QAE. The contract manager, or alternate, shall have full authority to act on behalf of the contractor on all contractual matters relating to daily operations. 4.2. EMPLOYEES. When on Vandenberg AFB, contractor personnel shall present a neat appearance and be easily recognized. This may be accomplished by wearing distinctive clothing bearing the name of the company or by wearing appropriate badges, which contain the company name and employee name. All employees will be Hepatitis B screened. All OSHA and JCAHO mandated the contractor will maintain health requirements. 5.0. GENERAL INFORMATION 5.1. RECOGNIZED HOLIDAYS. The following federal holidays are observed by Vandenberg AFB. New Year's Day 1 January Martin Luther King Day Third Monday in January Presidents Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day Fourth Thursday in November Christmas Day 25 December The contract will be structured as follows: CLIN 0001 Clinic Laundry Service (Basic Year 12 months) Quantity/Unit of Issue: 1 Lot (13,820 lbs. estimated annual usage) Quote price per pound CLIN 1001 Clinic Laundry Service (First Option Year) Quantity/Unit of Issue: 1 Lot (13,820 lbs. estimated annual usage) Quote price per pound CLIN 2001 Clinic Laundry Service (Second Option Year) Quantity/Unit of Issue: 1 Lot (13,820 lbs. estimated annual usage) Quote price per pound CLIN 3001 Clinic Laundry Service (Third Option Year) Quantity/Unit of Issue: 1 Lot (13,820 lbs. estimated annual usage) Quote price per pound The following provisions and clauses apply to this acquisition: FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation-Commercial Items, quotes will be evaluated on best value (price and past performance) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, the offeror must include a completed copy of this provision with their proposal FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Dev. Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. The following are indicated as applicable: FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era FAR 52.222-50 Combating Trafficking in Persons FAR 52.232-33 Payment by Electronic Funds-Central Contractor Registration FAR 52.222-41 Service Contract Act of 1965, as Amended (Wage Determination included as a separate attachment.) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.217-5 Evaluation of Options FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract **FAR 52.232-18 Availability of Funds; Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.** FAR 52.252-2 Clauses Incorporated by reference (view clauses at): http://farsite.hill.af.mil/vffar1.htm DFARS 252.204-7004 Required Central Contractor Registration DFARS 252.212-7001 Dev. Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable To Defense Acquisitions of Commercial Items DFARS 252.237-7013 Instruction to Offerors (Bulk Weight) DFARS 252.237-7015 Loss or Damage (Weight of Articles) DFARS 252.237-7016 Delivery Tickets Alt II AFFARS 5352.201.9101 Ombudsman Contact: Center/MAJCOM ombudsmen, HQ AFSPC/A7K, (719) 554-5250 and e-mail: mailto:afspc.a7k@peterson.af.mil AFFARS 5352.223-9000 Elimination of ODS All potential offerors are reminded that compliance with Defense Federal Acquisition Regulations (DFAR) 252.204-7004, Required Central Contractor Registration (CCR), is mandatory. Lack of registration in the CCR will make an offeror ineligible for contract award. Any questions need to be submitted in writing by 4:00 pm PDT on 12 Aug 08. Answers will be posted at www.fbo.gov by 4:00 pm PDT on 13 Aug 08. Quotes must be sent to Jennifer Johnson at jennifer.johnson@vandenberg.af.mil or faxed to 805-606-5867 no later than 4:00 PM PDT on 28 Aug 08.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f854471bad1d938334dc7b2e6b70b2b3&tab=core&_cview=1)
 
Place of Performance
Address: Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN01646719-W 20080823/080821220823-f854471bad1d938334dc7b2e6b70b2b3 (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.