|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1997 PSA#1911Contracting Officer, RLR VA Medical Center, 1481 West 10th Street,
Indianapolis, IN 46202 S -- HOSPITAL LAUNDRY/LINEN SERVICES SOL 583-112-97 DUE 090897 POC
Craig Earles, Contracting Officer, (317) 267-8761 This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in Federal Acquisition Regulation 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. Solicitation
Number 583-112-97 has been assigned to this procurement and this
solicitation is issued as a request for proposal. This solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 90-46. The Standard Industrial
Classification Code is 7219 and the business size standard is $5.0
million. The Contractor shall furnish all personnel, supervision,
tools, materials, equipment, transportation and facilities to provide
laundry/linen services for the Richard L. Roudebush VA Medical Center,
1481 West Tenth Street, Indianapolis, IN 46202. Period of performance
will be October 1, 1997 through September 30, 1998. The Contractor
must begin providing services on October 1, 1997. All work shall be
accomplished in accordance with the International Fabricare Institute,
American Institute of Laundering, Institute of Industrial Launderers
and all guidelines established by the Occupational Safety and Health
Administration. The workload consists of pick-up of soiled patient
clothing and Government-owned linens (general and surgical) from
Building #1 at the Indianapolis VAMC, transporting, processing,
packaging and delivery five (5) days per week (Monday through Friday),
excluding Federal holidays, between the hours of 8:00 a.m. and 9:00
a.m. When a holiday occurs on a scheduled pick-up or delivery day, the
scheduled pick-up and delivery shall be performed on the first workday
following the holiday (Monday through Friday). All clean linen must be
covered during transport. Weighing and/or counting of soiled and clean
linen, including the laundry bag, shall be done by the Contractor. The
Contractor must provide a daily weight count of soiled linen received
and a daily piece count of each item delivered. The original weight
and piece count ticket will be retained by the Government for computing
variance in weight when clean/dry laundry is delivered. All linen is
considered contaminated. The Contractor is responsible for properly
handling contaminated laundry. The VA Infection Control Officer
reserves the right to inspect the laundering facility providing
sufficient advance notification is provided the Contractor. The
continuous functioning of medical support operations is essential for
24-hour patient care. There shall be no unreasonable delays in the
pick-up and delivery of articles. Also included is the Operating Room
surgical pack operations and related tasks. All surgical packs shall be
assembled in accordance with Indianapolis VAMC standards and
guidelines. All surgical linens utilized (i.e., drapes, wrappers,
surgical sheets, surgical towels, etc.) must be screened utilizing a
Contractor-furnished light table for usability identifying linen
requiring patching or mending. A semi-annual linen inventory shall be
conducted by the Contractor and the Government. Government will perform
site inspection prior to award. At some point after contract award,
this contract may be amended to include the requirements of another VA
Medical Center (Marion, IN). Offerors shall bid on the following LINE
ITEMS (NOTE: ALL QUANTITIES ARE ANNUAL ESTIMATES): 1. DESCR: Uniform
Pieces; EST. QTY: 21,600; UNIT: each; UNIT PRICE $__ ___; TOTAL PRICE
$__ ___. 2. DESCR: Textiles; EST. QTY: 1,052,640; UNIT: pounds; UNIT
PRICE $__ __; TOTAL PRICE $__ __. 3. DESCR: Surgical Linen; EST. QTY:
178,000; UNIT: pounds; UNIT PRICE $____;TOTAL PRICE $__ ___. GRAND
TOTAL $__ ____. The Government intends tomake a single award to the
responsible offeror whose offer is most advantageous to the Government,
price and other factors considered. FAR provision 52.212-1, Instruction
to Offerors Commercial Items and FAR clause 52.212-4, Contract Terms
and Conditions Commercial Items, are applicable. As prescribed in
52.212-1, offerors agree to hold prices firm for thirty (30) calendar
days from the date specified for receipt of offers. Offers may not be
withdrawn within this time period. FAR provision 52.212-2, Evaluation
-- Commercial Items is applicable, with paragraph (a) completed as
follows: "The following factors shall be used to evaluate offers: (1)
Technical capability of the services offered to meet the Government
requirement, (2) Past Performance, and (3) Price. Technical and past
performance, when combined, are more important than price. Offerors
shall submit all necessary documentation needed to support technical
evaluation of each offer. Offerors must include with their offer a
completed copy of the provisions at FAR 52.212-3, Offeror
Representations and Certifications Commercial Items, and the
certification in VAAR 852.219-70, Veteran-Owned Small Business (copies,
if needed, may be obtained by contacting Craig Earles @ 317-267-8761).
In accordance with FAR 52.212-5, Contract Terms and Conditions
Required to Implement Statutes of Executive Orders Commercial Items,
the following clauses are hereby incorporated by reference in paragraph
(b): 52.203-6, Restrictions on Subcontractor Sales to the Government,
with Alternate I; 52.203-10, Price or Fee Adjustment for Illegal or
Improper Activity; 52.219-8, Utilization of Small Business Concerns and
Small Disadvantaged Business Concerns; 52.222-26, Equal Opportunity;
52.222-35, Affirmative Action for Special Disabled and Vietnam Era
Veterans; 52.222-36, Affirmative Action for Handicapped Workers;
52.222-37, Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era; the following clauses are hereby incorporated by
reference in paragraph (c): 52.22-41, Service Contract Act of 1965, as
amended; 52.222-42, Statement of Equivalent Rates for Federal Hires;
52.222-44, Fair Labor Standards Act and Service Contract Act Price
Adjustment. The following additional clauses and provisions are
applicable: 52.216-18, Ordering, for the purposes of this clause, the
blank is completed as follows: para. (a) October 1, 1997 through
September 30, 1998, or the contract completion date as extended.
52.216-19, Order Limitations, for the purposes of this clause, the
blanks are completed as follows: para. (a) 100 pounds or 5 pieces,
(b)(1) 50,000 pounds, (b)(2) 50,0000 pounds, (b)(3) 1. 52.216-22,
Indefinite Quantity, for the purposes of this clause, the blank is
completed as follows: para. (d) September 30, 1998, or contract
completion date as extended. 52.217-8, Option to Extend Services;
52.246-4, Inspection of Services-Fixed Price; VAAR 852.203-70,
Certification for Ethics in Government Act. WAGE DETERMINATION:
Pursuant to the Service Contract Act of 1965, As Amended, Wage
Determination No. 94-2193, Revision No. 8, dated 5/20/96, shall apply
to this solicitation and resulting contract. Proposals shall be
submitted in writing to the Contracting Officer (90C), Richard L.
Roudebush VA Medical Center, 1481 West Tenth Street, Building 1, Room
A-B040, Indianapolis, IN 46202 no later than the close of business
(4:30 p.m. local time), September 8, 1997. The solicitation number RFP
583-112-97 shall be listed on the outside of each proposal for
identification purposes. Award will be made on/about September 12,
1997. All responsible sources may submit an offer which will be
considered. (0225) Loren Data Corp. http://www.ld.com (SYN# 0089 19970818\S-0001.SOL)
S - Utilities and Housekeeping Services Index Page
|
|