Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2012 FBO #3716
DOCUMENT

S -- Laundry/Linen Services for TVHS - Attachment

Notice Date
1/25/2012
 
Notice Type
Attachment
 
NAICS
812331 — Linen Supply
 
Contracting Office
Department of Veterans Affairs;VISN 9 ASC (90C);1639 Medical Center Parkway, Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24912R0258
 
Response Due
3/5/2012
 
Archive Date
6/3/2012
 
Point of Contact
Kimberly Carson
 
E-Mail Address
5-3356<br
 
Small Business Set-Aside
Total Small Business
 
Description
Laundry/Linen Cleaning Service Contractor shall furnish all labor, equipment, supervision, management, supplies, bulk delivery carts, facilities including transportation of laundry/linen to contractor owned-contractor operated bulk laundry facility to accomplish the required laundry/linen cleaning service and tasks noted herein for the VA Tennessee Valley Healthcare (TVHS) which consists of the Nashville Campus, located at 1310 24th Avenue South, Nashville, Tennessee 37212 and Murfreesboro Campus, located at 3400 Lebanon Pike, Murfreesboro, Tennessee 37129 and all affiliated Outpatient clinics. The work required consists of furnishing the physical laundry plant (at an off-site location), all labor, supervision, management, management support, supplies, commonized linen and textile items, ancillary equipment, vehicles and materials necessary for accomplishment of complete laundry/linen services. Commonized linen services shall be provided by the Contractor. This includes scheduled visits to each facility to conduct linen utilization reviews, inventories, establishing and revising linen quotas, providing in-service and an on-line linen ordering system (electronically). This shall benefit both the facility and contractor in executing a linen management program, maintaining cost and customer satisfaction. All workmanship shall be in accordance with practices/guidelines established by the National Association of Institutional Linen Management (NAILM), International Fabricare Institute (WI), Textile Rental Services Association (TRSA) and accepted industry standards. It is intended that services shall include all processes necessary for the laundering and finishing of the articles even though every step involved is not specifically mentioned. All work shall be performed under sanitary conditions as specified by the Joint Commission of Accreditation of Healthcare Organizations (JCAHO). 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 should incorporate a "design for asepsis" whereby clean linen neither comes into contact with soiled linens nor shares the same physical space, thus avoiding cross-contamination and/or reintroduction of bacteria once processed. Plants in which the work is done shall be open to inspection of sanitary conditions by Government representatives. After processing, laundered articles shall be in serviceable and sanitary condition, meeting established quality and performance requirement standards. Contractor Experience. The Contractor shall have experience in providing Medical Center laundry/linen services. The firm must have gained this experience as a result of being primarily engaged in the business of providing laundry/linen services in Medical Center environments (e.g. inpatient and outpatient medical treatment facilities) for a minimum of three consecutive years prior to submitting proposal. Supervision by Contractor. The Contractor shall assign an on-site manager at their laundry processing plant who shall be physically present during prescribed work hours. The on-site manager is solely responsible to supervise the provision of these laundry/linen services and serves as the primary point of contact with the Government. The Contractor shall designate a qualified alternate to substitute for the on-site manager in his absence or during periods of work performed after normal work hours. The Contractor's Plant Manager (CPM) must meet the following requirements: "Certified by NAILM or graduate of an independently controlled management-training program emphasizing institutional laundry. The formal course must have been previously established. "CPM shall have at least three years of specialized experience in this capacity. This specialized experience may be substituted for certification. "The CO and Facility COTR must be provided with the name, address and telephone number where the CPM is to be reached during normal business hours and off duty hours within 15 days after award. The same information will be provided for a qualified alternate when the CPM is not available. "The Contractor is responsible for the effective implementation of their Quality Control program, and shall be responsive to the requirements of the Government's Quality Assurance Plan conducted by the Facility COTR. "CPM or alternate shall respond in person, or by telephone, within 1 hour of notification by the Facility COTR. The CPM and any designated alternate shall have full authority to contractually commit the Contractor for prompt action on matters pertaining to the contract. The NAICS associated with this requirement is 812331 with a size standard of $30 Million. This is 100% Small Business set-aside. It is anticipated that solicitation, VA249-12-R-0258, will be issued on or around February 03, 2012 at http://www.fedbizopps.gov. Telephone request will not be accepted. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the above requirements. Information can be sent to Kimberly Carson at kimberly.carson@va.gov or via fax to (615) 225-5432. Contractors may obtain a copy of the solicitation by downloading it using solicitation number VA249-12-R-0258.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24912R0258/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-12-R-0258 VA249-12-R-0258_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=291033&FileName=VA249-12-R-0258-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=291033&FileName=VA249-12-R-0258-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02660562-W 20120127/120125234152-4c3d74a42e0ba8d974546c9071743afa (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.