Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2012 FBO #3787
DOCUMENT

S -- Solicitation for microfiber cleaning supplies - Attachment

Notice Date
4/5/2012
 
Notice Type
Attachment
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of Veterans Affairs;VAMC Manchester;718 Smyth Road;Manchester NH 03104
 
ZIP Code
03104
 
Solicitation Number
VA24112R0506
 
Response Due
4/16/2012
 
Archive Date
5/16/2012
 
Point of Contact
Richard Coutermarsh
 
E-Mail Address
Contract Specialist's Email
(richard.coutermarsh@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Microfiber Cleaning Products/Uniforms/Necessary Linens General Requirement: The Contractor shall provide all management, supervision, labor, tools, materials, supplies, and equipment necessary to provide cleaning and maintenance services, two times per week (except Federal Holidays as later described), in accordance with all terms and conditions herein. Place of Performance: VA Medical Center Housekeeping Department/Linen Room N71 718 Smyth road Manchester NH 03104 Work/Service Requirements: Cleaning of all VA Microfiber Cleaning Products/Uniforms/Necessary Linens will be performed during normal operating hours. Monday through Friday except for Federal Holidays. If any Microfiber Products/Uniforms/Necessary Linens is removed, lost, damaged or in need of replacement from the VA inventory, it will be replaced accordingly. The long term intention is to lease the microfiber system when the life of the product purchased has expired. All products will be cleaned, maintained in a way that the products can be put in service immediately. CLEANING STANDARDS: Microfiber/Uniforms/Necessary Linens products will be cleaned according to manufacturer specifications. Marks, stains, etc., shall be removed as reasonably acceptable. All uniforms will be delivered on hangars, when serviced. SCHEDULE OF SERVICES: Services will include pickup and delivery of all Microfiber/Uniforms/Necessary Linens twice weekly, preferably on Tuesday and Thursday afternoons. QUALITY REQUIREMENTS: The Government shall appoint a Contracting Officer's Technical Representative (COTR) for coordinating the day-to-day activities of this contract. The COTR will also be responsible for inspection and acceptance of the work performed under this contract. When deficiencies are reported to the Contractor, the Contractor shall take immediate steps to correct them. If the Contractor does not take immediate steps to correct deficiencies, the COTR shall report the facts of the event to the Contracting Officer. The Contracting Officer reserves the right to take any appropriate action authorized by law to resolve the issue or to terminate the contract for default. Only the Contracting Officer has the authority to make changes to the specifications, price, terms and conditions of the contract. No service should be performed or action taken by the Contractor, which is outside of the contract unless, directed solely by the Contracting Officer and/or a written modification to the contract. QUALITY ASSURANCE SURVEILLANCE PLAN FOR CUSTODIAL SERVICES INTRODUCTION This Quality Assurance Surveillance Plan (QASP) has been developed to evaluate Contractor actions while implementing this contract. It is designed to provide an effective surveillance method of monitoring Contractor performance for each listed objective in the contract. The QASP provides a systematic method to evaluate the services the Contractor is required to furnish. This QASP is based on the premise the government desires to maintain a quality standard in operating this contract to provide the optimum service. The Contractor, and not the government, is responsible for management and quality control actions to meet the terms of the contract. The role of the government is quality assurance to ensure contract standards are achieved. In this contract the quality control program is the driver for product quality. The Contractor is required to develop a comprehensive program of inspections and monitoring actions. The first major step to ensuring a "self-correcting" contract is to ensure that the quality control program approved at the beginning of the contract provides the measures needed to lead the Contractor to success. Once the quality control program is approved, careful application of the process and standards presented in the remainder of this document will ensure a robust quality assurance program. QUALITY ASSURANCE SURVEILLANCE PLAN FOR SURVEILLANCE: The COTR will receive complaints from clinic personnel and pass them to the CO for correction. STANDARD: The standard is three or less customer complaints per month in each area. The COTR shall notify the contracting officer for appropriate action in accordance with FAR 52.212.4, Contract Terms and Conditions-Commercial Items or the appropriate Inspection of Services clause, if any of the above service areas exceed three customer complaints. PROCEDURES: Any clinic employee that observes unacceptable services, either incomplete or not performed, for any of the above performance objectives should immediately contact the COTR and the COTR will complete appropriate documentation to record the complaint. The COTR will consider the customer complaint valid upon receipt from the customer. The COTR should inform the customer of the approximate time the unacceptable performance will be corrected and advise the customer to contact the COTR if not corrected. The Contractor will be given two hours after verbal notification to correct the unacceptable performance. If the Contractor disagrees with the complaint after investigation of the site and challenges the validity of the complaint, the Contractor will notify the COTR. The COTR will conduct determine the validity of the complaint. If the COTR determines the complaint as invalid, he will document the written complaint of the findings and notify the customer. The COTR will retain documentation for his/her files. If after investigation the COTR determines the complaint as valid, the COTR will inform the Contractor, and the Contractor will be given an additional hour to correct the defect. A defect will not be recorded if proper and timely correction of the unacceptable condition(s) is accomplished. Emergency or Special Microfiber Cleaning Products/Uniforms/Necessary Linens Ordered services meet the requirements of the contract as appropriate. Performance Threshold: 100% of the time. SURVEILLANCE: The COTR will evaluate the services required by each delivery order to ensure compliance. PROCEDURES: The government COTR will inspect all work tasks required by the task or delivery order to ensure Contractor compliance with the appropriate paragraphs of the Statement of Work (SOW) each time the service(s) is performed. Notify the contract manager or CONTRACTOR of the deficiencies for correction. The Contractor shall be given two hours after notification to correct the unacceptable performance. Contractor's Requirements: Contractor shall have been in business for a minimum of three years and be licensed to provide this service in the State of New Hampshire. They must demonstrate their past history of providing similar medical grade services. Also, the Contractor must maintain and show proof of current Workman's Compensation insurance and liability insurance policies in sufficient amounts for the size of the company and scope of this contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC608/MaVAMC608/VA24112R0506/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-12-R-0506 VA241-12-R-0506_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=318074&FileName=VA241-12-R-0506-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=318074&FileName=VA241-12-R-0506-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Manchester VAMC;718 Smyth Road;Manchester, NH 03104
Zip Code: 03104
 
Record
SN02715131-W 20120407/120405235644-13ede19671094f44f83bf283de46435c (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.