Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2012 FBO #3807
DOCUMENT

S -- Rental agreement for ARC uniforms - Attachment

Notice Date
4/25/2012
 
Notice Type
Attachment
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Network Contracting Office (NCO);Department of Veterans Affairs;Dayton VA Medical Center;4100 W. Third St.;Dayton OH 45428
 
ZIP Code
45428
 
Solicitation Number
VA25012Q0281
 
Response Due
4/6/2012
 
Archive Date
7/5/2012
 
Point of Contact
Lois Peed
 
E-Mail Address
Contracting-Purchasing Agent
(Lois.Peed@va.gov)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is VA250-12-Q-0281. The solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005.26. This requirement is available as unrestricted for commercial items under the North American Industry Classification System (NAICS) Code 812332, Industrial Launderers, size standard $35.5M REQUIREMENT: The Department of Veterans Affairs Medical Center (VAMC), 4100 W. Third Street, Dayton, OH 45428, intends to negotiate a firm-fixed price contract and is seeking quotes for the following: Rental agreement for ARC uniforms for a base year with possible four (4) option years, at the discretion of the government. Statement of Work ARC Safe Uniforms 1.General Information: A.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 B.A file of all quality control inspections, inspection results, and any corrective action required shall be maintained by the Contractor throughout the duration of this contract. C.Provide detailed contingency plan in the event of equipment failure or transportation problems, which will be utilized to assure contractor compliance with delivery schedules stated in the Performance of Work Statement. D.Contractors Contingency Plan to include backup production facilities and/or plans for use in the event of failure of contractor s equipment and/or main production facility. This Contingency Plan must also include transportation vehicle failure. E.Physical separation of clean and soiled cloths, through the presence of a barrier wall and the use of pass-through equipment is required. 2.Garments A.FRC Shirt (Blue or Green in color) oTailored sleeve plackets and a lined, topstitched button-down collar ensure a neat appearance. Fire-Resistance properties endure hard work and washing. oATPV 8.7 and HRC 2 B.FRC Pants (Blue or Green in color) oThese pants and their protective properties withstand even the most rigorous wear and washing. Inner lined waistband gives lasting body and shape. oATPV 12.4 and HRC 2 C.Each uniform is to be marked with employee name and tracked by the contractor. Contractor shall provide a sample of a shirt and pair of pants for approval before contract is awarded to company. The color of the uniform shall be either green or blue in color. D.It is the Contractors responsibility to perform a field measure of the employees that will be wearing these uniforms once the contract is awarded. 3.Washing and inspection Process A.All FRC garments are washed according to the manufactures recommendations using the recommended detergents, temperatures and wash cycles. B.All FRC garments are proactively inspected by a certified inspector prior to delivery of uniforms to the Medical Center and provided to the COTR on a monthly basis. C.All FRC garments that require repairs are to be done with flame resistant threads and buttons, which are completed at the Contractor s facility. D.Any garments that need repair or an upgrade, due to normal wear and tear, are upgraded and repaired at no cost to the customer. E.Special color bags will be left on site in order for the employee to place any damaged garments or garments that need upgraded in the bag for the driver to correct. F.Contractor shall provide in writing their washing process and their inspection process. 4.Garments Issued Per Employee A.Any employee working a five day work week will be issued 14 sets of FRC garments, to ensure a clean and maintained garment to be available for each work day. B.14 sets will allow Contractor to wash and inspect six dirty sets of uniforms after a work week, allow the employee to have seven clean sets of uniforms on site during the work week and then the one extra sets that the employee will be wearing on the day of delivery. 5.Turnover A.These garments are maintained by the Contractor and then rented to the customer. There is no upfront investment and once an employee is no longer in the program the garments can be turned back into the Contractor and then the employee will be taken off the invoice. 6.New Employee Add or Garment Repairs A.The Contractor shall provide uniforms within one week for any new employee. B.Garments that need repair will be placed in the special color bag and then returned back to the employee on the next delivery date with the corrected action taken. 7.Delivery and Pick-up A.The Contractor shall deliver and pick-up uniforms on a schedule that will be negotiated upon agreement after award of the contract and a minimum of 1 time per week. The delivery and pick-up shall be at the VA Medical Center, 4100 W. Third Street, Dayton, Ohio 45428 at Building 128. 8.Pricing A.Each shirt and pant is priced per unit, to ensure flexibility. B.Employees sizes range from the following: 1.Shirts:Small 5X-Large 2.Pants:30 56 Waist C.There are 22 employees who will receive 14 sets of uniforms. 9.Total Invoice Amount A.The total monthly invoice should be based on the total number of employee uniforms and shall be billed in arrears. 10.Contractor shall provide certification/proof that ALL UNIFORMS COMPLY WITH NFPA 70E AND HACCP Standards. 11.Technical Requirements A.Prior to award, the Government reserves the right to make a site visit to any facility that will be used to process items under this solicitation. B.In order to become fully aware of the scope of requirements, contractors should thoroughly review the specifications and become familiar with the area of coverage prior to submitting their proposal. Failure to understand the contract requirements shall not relieve the successful contractor from performing in accordance with the strict meaning and intent of the specifications. The Government may use information obtained from other than the sources identified by the contractor and the information obtained will be used for both the responsibility determination and best value decision. SECTION C - CONTRACT CLAUSES ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract: C.1 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) 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. (End of Clause) C.2 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) C.3 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Ohio. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) C.4 VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008) (a) To improve the timeliness of payments and lower overall administrative costs, VA strongly encourages contractors to submit invoices using its electronic invoicing system. At present, electronic submission is voluntary and any nominal registration fees will be the responsibility of the contractor. VA intends to mandate electronic invoice submission, subject to completion of the federal rulemaking process. At present, VA is using a 3rd party agent to contact contractors regarding this service. During the voluntary period, contractors interested in registering for the electronic system should contact the VA's Financial Services Center at http://www.fsc.va.gov/einvoice.asp. C.5 52.252-2 CLAUSES INCORPORATED BY REFERENCE (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/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (End of Clause) 52.204-9PERSONAL IDENTITY VERIFICATION OFJAN 2011 CONTRACTOR PERSONNEL (End of Addendum to 52.212-4) C.6 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAR 2012) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104 (g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). [] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010)(Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). [] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [X] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). [] (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (JUL 2010) (Pub. L. 111-5). [X] (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). [] (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JAN 2012) (41 U.S.C. 2313). [] (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161) [] (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). [X] (10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [] (11) [Reserved] [] (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). [] (ii) Alternate I (NOV 2011). [] (iii) Alternate II (NOV 2011). [] (13)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). [] (ii) Alternate I (Oct 1995) of 52.219-7. [] (iii) Alternate II (Mar 2004) of 52.219-7. [] (14) 52.219-8, Utilization of Small Business Concerns (JAN 2011) (15 U.S.C. 637(d)(2) and (3)). [] (15)(i) 52.219-9, Small Business Subcontracting Plan (JAN 2011) (15 U.S.C. 637(d)(4)). [] (ii) Alternate I (Oct 2001) of 52.219-9. [] (iii) Alternate II (Oct 2001) of 52.219-9. [] (iv) Alternate III (JUL 2010) of 52.219-9. [] (16) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). [] (17) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). [] (18) 52.219-16, Liquidated Damages--Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). [] (19)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer.) [] (ii) Alternate I (June 2003) of 52.219-23. [] (20) 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting (DEC 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). [] (21) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). [] (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). [X] (23) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C 632(a)(2)). [] (24) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns (NOV 2011). [] (25) 52.219-30, Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (NOV 2011). [X] (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [] (27) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (MAR 2012) (E.O. 13126). [X] (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). [X] (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). [X] (30) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). [X] (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). [X] (32) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). [] (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [] (34) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [] (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C.6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). [] (37)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). [] (ii) Alternate I (DEC 2007) of 52.223-16. [X] (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [] (39) 52.225-1, Buy American Act--Supplies (FEB 2009) (41 U.S.C. 10a-10d). [] (40)(i) 52.225-3, Buy American Act--Free Trade Agreements-- Israeli Trade Act (JUN 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). [] (ii) Alternate I (Jan 2004) of 52.225-3. [] (iii) Alternate II (Jan 2004) of 52.225-3. [] (41) 52.225-5, Trade Agreements (MAR 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (42) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [] (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [] (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). [] (45) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). [] (46) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). [] (47) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). [X] (48) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). [] (49) 52.232-36, Payment by Third Party (FEB 2010) (31 U.S.C. 3332). [] (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). [] (51)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). [] (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). [X] (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). Employee Class Monetary Wage-Fringe Benefits [X] (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). [] (4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). [] (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). [] (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). [] (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 110-247) [X] (8) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements "(Nov 2007)" (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009)(41 U.S.C. 351, et seq.). (xii) 52.222-54, Employee Eligibility Verification (JAN 2009) (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS SECTION XX - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS ATTACHMENT A- PAST PERFORMANCE SURVEY INSTRUCTION FOR COMPLETING PAST-PERFORMANCE SURVEY The Department of Veterans Affairs is considering the Offeror listed below for award of a VA Medical Center Dayton, Ohio contract. Your comments are appreciated regarding this Offeror s past performance. Your comments are considered Source Selection Sensitive; therefore, you are advised that the Federal Acquisition Regulation (15.506) prohibits the release of the names of individuals providing reference information about Offeror s past performance. A.Please evaluate the past performance using only the following ratings without variation. If the rating is Marginal or Unacceptable, please provide additional information in the appropriate block or in the remarks section of this form. You may provide an overall narrative explaining your response in the remark section of the form. B.Indicate the contractor s performance on the identified program. C.The following is the definition for each rating: O = Outstanding: Performance greatly exceeded the contract requirements A = Above Average: Performance exceed the contract requirements S = Satisfactory: Performance met the minimum contract requirements M = Marginal: Performance met the minimum contract requirement, but some material aspects of the contract s performance were less than satisfactory U = Unacceptable: Performance was poor and/or did not satisfy contract Requirements N/A = Not Applicable D.Please return Past-Performance Survey directly to the Contracting Officer by 02 May 2012 at 2:00 PM EST. Completed surveys must be sent electronically to: Dayton VA Medical Center Attn: Lois E. Peed Attn: 4100 W. Third St. Dayton, OH 45428 E-mail: Lois.Peed@va.gov PAST-PERFORMANCE SURVEY Offeror s Name: _________________________________________________________ Contract Number: ________________________________________________________ Contract Type and Dollar Value: ____________________________________________ Contract Start/End Dates: __________________________________________________ Brief Description of work: ____________________________________________________________ ________________________________________________________________________ Please rate and provide information/comments for the following:Circle one 1. To what extent did the contractor comply with contract requirements?O A S M U 2. If reports were required, were they accurate in meeting contract requirements?O A S M U 3. To what extent did the contractor use appropriate personnel for contract requirements? O A S M U 4. To what extent did the contractor display technical expertise?O A S M U 5. Use of Quality Control:O A S M U 6. To what extent was contractor able to meet the performance schedule:O A S M U 7. What extent was contractor flexible in responding to changing needs?O A S M U 8. To what extent was the contractor reliable? O A S M U 9. To what extent was the contractor responsive to technical directions? O A S M U 10. To what extent did contractor notify you of problems or potential problems? O A S M U 11. Would you award another contract to the party being evaluated? If no, please explain: Yes No 12. Was the customer satisfied with the end product? If no, please explain: Yes No 13. Have any cure notices, show cause letters, suspension of payment, or termination been issued? If yes, please explain. Yes No 15. Additional Remarks: Printed Name of Evaluator: Signature of Evaluator: Position Title: Telephone Number: Date SECTION E - SOLICITATION PROVISIONS The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda are made to this provision. All quotes must be submitted only electronically; no fax, mail or hand delivered quotes will be accepted. Submit quote via email to Lois.Peed@va.gov by 2pm EST May 2, 2012. A. Technical Information 1. Uniform Inspection and Trial a. Quality of uniform based on inspection of actual uniform i. Will need at least 3 uniforms to be tested ii. Is it true to size iii. Can the employee work in them and feel free to move around as needed iv. Is it too hot 2. Outline of Process for Managing Uniforms a. How will you track the uniforms i. Each uniform should be uniquely identifiable 1. Employee name tags or barcodes or both b. Sample review of maintenance inspection records based on the ARC Safe requirements c. How often and when will you replace damaged and faded uniforms d. What is your quality control process and measures e. What is your quality assurance plan f. Emergency management process i. Bad weather plan ii. Failed equipment plan iii. Emergency supply process 3. Facility Inspection a. Is the facility clean b. Is the equipment well maintained c. Does the laundry facility have a dividing wall separating clean and soiled clothes d. Provide a schedule of the cleaning of the transportation truck e. Is the truck to be used in good condition and repair 4. Customer Care a. How will we contact customer support i. What are the hours of operation ii. What authority do they have b. Outline of the system used for orders when needed c. Review of the written procedure for making requests i. What are the time frames for additional uniform requests d. What is the turnaround time for uniform returns 5. Reports a. Uniform reports on what is coming back and how often b. Employees identified that are not returning uniforms as often as they should 6. Added value a. What added value does your company have that makes you stand above the rest B. Past Performance Information 1. Name and contact information, including an e-mail address, for three (3) clients receiving the same or similar services within the past three years. 2. Completed Past Performance Surveys from the three (3) entities listed above. Completed Past Performance Surveys must be returned directly to the contracting office by the person completing the survey. It is the offeror s responsibility to ensure that the surveys are returned by references in a timely manner. 3. Information that may be perceived as negative from the points of contacts provided, along with an explanation as to the perception and outcome. C. Price for base year and four (4) option years, in the following format: Base Year from date of award thru 12 monthsDescriptionEstimated QuantityUnitUnit CostEST. Total Cost Rental agreement for approximately 308 shirts and 308 pairs of pants to include pick-up, delivery and laundering. Size range from the following: Shirts small to 5Xlarge; pants waist 30-56. All garments must comply with NFPA 70E and HACCP Standards.12Mo Total for Base year _________________________ Option Year 1 12 monthsDescriptionEstimated QuantityUnitUnit CostEST. Total Cost Rental agreement for approximately 308 shirts and 308 pairs of pants to include pick-up, delivery and laundering. Size range from the following: Shirts small to 5Xlarge; pants waist 30-56. All garments must comply with NFPA 70E and HACCP Standards.12Mo Total for Option Year One _________________________ Option Year 2 12 months DescriptionEstimated QuantityUnitUnit CostEST. Total Cost Rental agreement for approximately 308 shirts and 308 pairs of pants to include pick-up, delivery and laundering. Size range from the following: Shirts small to 5Xlarge; pants waist 30-56. All garments must comply with NFPA 70E and HACCP Standards.12Mo Total for Option Year Two _____________________ Option Year 3 12 months DescriptionEstimated QuantityUnitUnit CostEST. Total Cost Rental agreement for approximately 308 shirts and 308 pairs of pants to include pick-up, delivery and laundering. Size range from the following: Shirts small to 5Xlarge; pants waist 30-56. All garments must comply with NFPA 70E and HACCP Standards.12Mo Total for OptionYear Three_________________________ Option Year 4 12 monthsDescriptionEstimated QuantityUnitUnit CostEST. Total Cost Rental agreement for approximately 308 shirts and 308 pairs of pants to include pick-up, delivery and laundering. Size range from the following: Shirts small to 5Xlarge; pants waist 30-56. All garments must comply with NFPA 70E and HACCP Standards.12Mo Total for Option Year Four _____________________ GRAND TOTAL TO INCLUDE BASE YEAR PLUS THE FOUR OPTION YEARS $_____________________________________ When combined technical and past performance is significantly more important than price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/VA25012Q0281/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-12-Q-0281 VA250-12-Q-0281_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=328765&FileName=VA250-12-Q-0281-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=328765&FileName=VA250-12-Q-0281-003.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: Department of Veterans Affairs;Dayton VA Medical Center;4100 W. Third St.;Dayton OH
Zip Code: 45428
 
Record
SN02730869-W 20120427/120425235443-0239607692c63ab6c10def83e55bc9b8 (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.