Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2018 FBO #5923
DOCUMENT

65 -- (Task Order) contract to purchase uniforms for Food Service employees - Attachment

Notice Date
2/8/2018
 
Notice Type
Attachment
 
NAICS
313310 — Textile and Fabric Finishing Mills
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609
 
ZIP Code
95652-2609
 
Solicitation Number
36C26118Q0191
 
Response Due
2/20/2018
 
Archive Date
3/7/2018
 
Point of Contact
Christopher Rodriguez
 
E-Mail Address
3-4504<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 2 of 9 Table of Contents SECTION B 2 B.1 PRICE/COST SCHEDULE 2 Item Information 2 B.2 FOB POINT: Destination 3 B.3 DELIVERY SCHEDULE 3 SECTION C 3 C.1 INSTRUCTIONS TO OFFERORS 3 C.2 SALIENT CHARACTERISTIC 5 This document 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, proposals are being requested, and a written solicitation will not be issued. The evaluation of offers received in response to the solicitation will use a tiered or cascading order of precedence. Tiered evaluation of offers, also known as cascading evaluation of offers, is a procedure used in negotiated acquisitions when market research is inconclusive for justifying limiting competition to small business concerns or sub-categories of small business concerns. The contracting officer (1) Solicits offers from both small and other than small business concerns that will be evaluated in the following tier order: (a) service-disabled veteran-owned small business (SDVOSB); (b) veteran-owned small business (VOSB); (c) all other small business concerns; (d) other than small business. (2) If an award or a sufficient number of awards cannot be made at the first tier, evaluation of offers will proceed at the next lower tier until an award or a sufficient number of awards can be made. The proposed contract action is for supplies or services for which the Government intends to solicit. Interested persons may submit offers, and all eligible offers received prior to 1:00 PM PDT February 20th 2018 will be considered by the Government. The NAICS code is 313310 and the size standard is 1000 Employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89 effective, July 14, 2016. Products shall be supplied in accordance with the specifications, terms and conditions contained herein. In addition, the following FAR and VAAR clauses will also apply. Thank you. VA San Francisco Healthcare System 4150 Clement Street San Francisco, CA 94121-1545 requires the following items, Salient characteristics: SECTION B B.1 PRICE/COST SCHEDULE Item Information ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT SEE ATTACHMENT GRAND TOTAL B.2 FOB POINT: Destination B.3 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE ALL VA San Francisco Healthcare System 4150 Clement Street San Francisco, CA 94121-1545 All Quantities 30 DAYS ARO SECTION C C.1 INSTRUCTIONS TO OFFERORS Only electronic offer will be accepted. Offers are due by 1:00 PM PDT February 20th 2018. Alternate system submission: Offerers submitting alternate items must provide technical information sufficient for a lay person to determine acceptability. Information will not be paid for by the government nor returned to the supplying party. The information will be used to determine product acceptability. Lack of sufficient information for our staff to determine product acceptability will result in a negative determination. Any quote will then be found non ­responsive to the solicitation and the quote will not be considered. New Equipment ONLY; NO remanufactured, used/refurbished or "gray market" items. All items must be covered by the manufacturer's warranty. No product in development shall be considered. Authorized dealers: Experienced firms only who are authorized dealers will be considered in addition to the original equipment manufacturer. A letter from the manufacturer stating your company is an authorized dealer for the line items must be in possession by the due date and be available for submission, if requested. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor shall be used to evaluate offers: The Government will award to the lowest price, technically acceptable offeror. Brand name or equal. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) ADDITIONAL SOLICITATION PROVISIONS/CONTRACT CLAUSES: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) For the purpose of this clause, the fill-ins are http://www.acquisition.gov/far/index.html (FAR) and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (VAAR), respectively. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (FEB 2012). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items For the purposes of this clause, items (b) 4, 8, 14, 21 (if SDVOSB/VOSB),22, 25, 26, 27, 28, 30, 33, 42, 45, 46 (iii), 48, 55 are considered checked and apply. VAAR 819.7003 Class Deviation from VAAR 819.7003, Eligibility VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.232-72 Electronic Submission of Payment Requests (November 2012) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (VAAR) FAR 52.212-1 Instructions to Offerors - Commercial Items (Oct 2015). FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Aug 2011): Offerors must return this provision with their proposal. They may either (1)complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://orca.bpn.gov/login.aspx. FAR 52.211-6 Brand Name or Equal (August 1999) C.2 SALIENT CHARACTERISTIC Brand Name or Equal Brand Name Item: Uniforms Food Service Essential/significant physical, functional, or performance characteristics. Nutrition and Food Service Uniforms Shirts: Batiste Service Shirt Contemporary weave Covered placket Traditional collar Inset left chest pocket Two shoulder pleats and side vents at hem Lightweight fabric Wrinkle resistant fade resistant shrink resistant soil-release finish Durable for industrial laundering Unisex Available in sizes XXX-6XL Available in Riviera blue (or equivalent) and burgundy (or equivalent) Polyester or polyester/cotton blend Pants (Mens Style/Fit): Flat front, button closure and brass zipper Two front and back pockets Moisture wicking fabric Soil and wrinkle resistant Casual chino blend pant Laundry friendly Polyester/cotton blend Durable for industrial laundering Available in waist sizes 28-54 Tall sizes available Black Pants (Women s Style/Fit): Flat front, button closure and brass zipper Two inch hidden stretch adjustable waistband Two front and one back pocket Casual chino blend pant Moisture wicking fabric Soil and wrinkle resistant Durable for industrial laundering Available in sizes 0-28 Polyester/cotton blend Tall sizes available Black Chef Jacket: Sewn-in collar with extra bar tacking 10-Button placket and long sleeves Thermometer pocket, left sleeve Full cut with mitered breast pocket Durable for industrial laundering Available in sizes XS-5X Polyester/Cotton blend White Chef Pants: 2" elastic waist, draw string, brass zipper Two front, one back pocket Graduated inseam Yarn-dyed with soft hand, comfortable fit Durable for industrial laundering Polyester/cotton blend Available in sizes XS-6X Tall sizes available Hounds tooth 2) Complete generic identification Same as above Applicable model/make/catalog number #1031 Batiste Unisex Shirt, Embroidered** Color Rivera Blue and Burdundy # 406, Size XXS-6XL #8576 Ladies Flat Front Pant, Color Black, #010, Sizes 0 - 28; #2570 Men's Flat Front Pant, Color Black, #010, Sizes 28 - 54; #2002 Unisex Ultimate Chef Pant, Color Houndstooth # 070, Sizes X-Small 6XL #3301 Long Sleeve Chef Coat, Embroidered** Color White #000, Size Small 6XL 4) Manufacturer name Edwards Garments ** See statement of work for embroidery requirements. Statement of Work Uniform Purchase Project: Nutrition and Food Services Uniform Contract Overview: Nutrition and Food Services at the San Francisco VA Medical Center prepares and delivers meals to patient rooms and units throughout the hospital. Uniforms are required to provide a clean, professional and universally recognizable appearance for our customer, the Veteran patient, medical staff and visitors. Objective: An Indefinite Quantity (Task Order) uniform contract for Nutrition and Food Services department employees. General Contract Requirements/information: Contractor will provide garments (shirts, pants, chef jacket) with approved logo embroidered (See attached logo). All garments purchased under this contract shall be new and suitable for Industrial Laundry. Garment Specifications: (Detailed Specifications noted in attached Salient Characteristics document) The following uniform pieces will be available for purchase and will initially be purchased as a set of pants and shirt or pant and chef jacket. Black flat front pants Burgundy Batiste style service shirt. Riviera Blue Batiste style service shirt. Black flat front pants Chef jacket checked hound s-tooth pants Uniform pants will be available in a men s and women s fit and style. Each uniform component will be available in range of special sizes to comfortably meet all employee needs. Pant length shall be adjusted per ordered. A special size is defined as sizes smaller and larger than standard sizes. Larger sizes are trousers having a waist of 42 or larger and a shirt size of 1XL or larger. Smaller sizes are those in petite fit beginning at size 0 (zero), XS and XXS. A complete set is defined as: Food service worker and supervisor -one shirt and one pair of pants Cook - one pair of chef pants and one chefs jacket Emblems The words Nutrition and Food Services along with a logo (see image below) will be embroidered above left chest pocket of the shirt. Logo and with writing will be approximately 2 X 2. b. Contractor to provide a proof/image of how embroidery will appear. San Francisco VA Nutrition and Food Services, Chief or COR will approve of proof of embroidery image (a sample image or example of the embroidery) before contractor fills order. b. Food Service Worker Shirt - Logo embroidery will be in light color thread. Words Nutrition and Food Services will be in single color thread (either white or another color visible on the shirt) c. Chef Jacket Single color, black thread will be used for the Logo and words Nutrition and Food Services. Issuance of Garments The initial issue of Nutrition and Food Services garments will be for an estimated 57 employees Upon award of the contract, Nutrition and Food Services will provide the contractor the quantity of uniforms needed in each size. The initial order estimates are below, with a projection of approximately 20% of uniforms ordered in non-standard sizes. 349 unisex Food Service Worker uniform shirts 234 Male Food Service Worker uniform pants 90 Female Food Service Worker pants 49 unisex chef pants 49 unisex chef jackets During the term of the contract, Nutrition and Food Services will order additional uniform sets and occasional replacement pants and shirts. The number of additional garments ordered will vary based on changes of departmental personnel. It is estimated the annual additional purchase will be approximately 25% of the initial uniforms purchased and continuing throughout the term of the contract. Contractor shall have the ability to provide a wide variety of sizes to individuals to include any over-sized garments and petite sizes. Delivery/Pickup Initial Order: San Francisco VA Nutrition and Food Services will receive embroidered uniforms within four weeks of submitting order first/initial order. Subsequent orders: San Francisco VA Nutrition and Food Services will receive embroidered uniforms within two weeks of submitting orders following the first/initial order. Uniforms will be delivered to San Francisco VA Health Care System during regular business hours of 7:00am-4:30pm. If the contractor delivers an item(s) to the wrong location and the item(s) are not recovered at its original location, the contractor is responsible for its replacement Billing Each order shall be accompanied with an invoice noting the item, quantity, size and color of each item in the shipment. Bills will be submitted and payed via the Department of Veteran Affairs, Invoice Payment Processing System (IPPS). Contractor is responsible for arranging IPPS setup. Statement of Work Uniform Purchase Attachment A Logo: Nutrition and Food Services
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/36C26118Q0191/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26118Q0191 36C26118Q0191.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4072130&FileName=36C26118Q0191-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4072130&FileName=36C26118Q0191-000.docx

 
File Name: 36C26118Q0191 Price Schedule RFQ.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4072132&FileName=36C26118Q0191-001.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4072132&FileName=36C26118Q0191-001.xlsx

 
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: VA San Francisco Healthcare System;4150 Clement Street;San Francisco, CA
Zip Code: 94121-1545
 
Record
SN04817583-W 20180210/180208231855-1d9607761e9659b47a970fd2ab6649ab (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.