SOLICITATION NOTICE
83 -- LINEN SUPPLIES
- Notice Date
- 11/10/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
- ZIP Code
- 78234-5015
- Solicitation Number
- W81K04-05-T-0002
- Response Due
- 11/26/2004
- Archive Date
- 1/25/2005
- Small Business Set-Aside
- N/A
- Description
- The Center for Health Care Contracting (CHCC) at Ft. Sam Houston, San Antonio, Texas has a requirement for linen supplies, brand name or equal, for delivery to three separate locations: Brooke Army Medical Center (BAMC), the South Texas Veterans Hea lth Care System (VA-Audie Murphy) and Wilford Hall Medical Center (WHMC). The brand name or equal specifications for each item are as follows: Basic ICU patient gown, weight: 4.2 oz or more sheeting material, 45% polyester/55% cotton, snap sleeve closure, full back ties closure, minimum length 51 inches; minimum insleeve 6 inches; minimum sweep 68 inches, color: diamonds in the rough or like pri nt or non-see through background material, no white color. Size: Large. Monthly shipment of item is estimated as follows: 3 dz to BAMC, 10 dz to VA and 17 dz to WHMC. Shipment to commence 1 Jan 05 and every month thereafter. Samples (3 each) shall be submitted for award consideration and shall accompany the proposal. Kaumographing shall be located in the front, one inch below center of neck. Kaumographing shall read as listed in Technical Exhibit A to solicitation. Garment shall have a label verify ing the fabric blend. As a unisex item only the crew neck is acceptable. The gown shall have an angle back and a minimum of 4 inches of overlap in the back. Ties will be located at the neck and mid-back. All seams and hems shall be smooth, free from p uckering, bulk, and finished to prevent raveling with no openings in any seam. Seams and hems shall be double stitched and folded. All stress points and ties shall be bar tacked. Ties shall be heat-sealed, non-curling twill tapes or 100% polyester. S naps on the arms shall have the two parts aligned to provide a smooth seam. All snaps shall be reinforced stainless steel snaps and placed not less than 1/8 inch from the garment edge. Gowns shall be produced for laundering and drying in a commercial lau ndry without any special processing and colorfast. Certification shall be provided that the product complies with the standard for flammability of clothing textiles (16 CFR Code of Federal Regulations). Fashion Seal brand or equal. Bath towel, white, size: 20 x 40, 5.5 lbs, 86/14 cotton/polyester, with a minimum 1 1/2 inch cam border. Estimated monthly shipment of item as follows: 90 dz to BAMC, 150 dz to VA and 125 dz to WHMC. Shipment to commence 1 Jan 05 and every month there after. Samples (3 each) shall be submitted for award consideration and shall accompany the proposal. Kaumographing or woven inscription with blue thread shall be located on the cam border in the center of the towel. Kaumographing or inscription shall read as listed in Technical Exhibit A to solicitation. Towels shall be 1/4 inch folded under hem on all sides, double stitched. Towels shall be produced for laundering and drying in a commercial laundry without any special processing. Certification shal l be provided that the product complies with the standard for flammability of clothing textiles (16 CFR Code of Federal Regulations). Dundee brand or equal. Hand(surgical)towel, jade green, size: 18 inches x 33 inches, 100% cotton, plain weave, reusable, vat dyed. Estimated monthly shipment of item as follows: 90 dz to BAMC, 67 dz to VA and 146 dz to WHMC. Shipment to commence 1 Jan 05 and every month the reafter. Samples (3 each) shall be submitted for award consideration and shall accompany the proposal. Kaumographing shall be located in the center on the 18 inch edge side of the towel. Kaumographing shall read as listed in Technical Exhibit A to soli citation. Towels shall be absorbent, lint free, and colorfast. All edges shall be 1/4 inch folded under hem, double stitched and bar tack all corners. Riegel brand or equal. Pillowcase, white, T-180 percale, size: 42 inches x 34 inches, 50% polyester/50% cotton blend, 2 inch hem, weight 3.5 oz per square yard. Monthly shipment of item as follows: 27 dz to BAMC, 17 dz to VA and 34 dz to WHMC. Shipment to commence 1 Jan 05 and every month thereafter. Samples (3 each) shall be submitted for award consideration and shall accompany the proposal. Kaumographing shall be located in the center edge on the 34 inch hem side of the pillowcase. Kaumographing shall read as listed in Technical Exhibit A to solicitation. All hems and seams shall be smooth, free from puckering, bulk, and finished to prevent raveling with no openings in any seam. Pillowcases shall be produced f or laundering and drying in a commercial laundry without any special processing. Certification shall be provided that the product complies with the standard for flammability of clothing textiles (16 CFR). Hospitex or equal. Pillowcase, misty green, T-180 percale, size: 42 inches x 34 inches, 50% polyester/50% cotton blend, 2 inch hem, weight 3.5 oz per square yard. Estimated monthly shipment of item as follows: 7 dz to BAMC, 7 dz to VA and 14 dz to WHMC. Shipment to co mmence 1 Jan 05 and every month thereafter. Samples (3 each) shall be submitted for award consideration and shall accompany the proposal. Kaumographing shall be located in the center edge of the 34 inch hem side of the pillowcase. Kaumographing shal l read as listed in Technical Exhibit A to solicitation. All hems and seams shall be smooth, free from puckering, bulk, and finished to prevent raveling with no openings in any seam. Pillowcase shall be preshrunk and must be produced for laundering and drying in a commercial laundry without any special processing. Certification shall be provided that the product complies with the standard for flammability of clothing textiles (16 CFR). Maqtex or equal. This requirement is solicited under full and op en competition, brand name or equal for base year and four 1-year options. Offerors may propose on one or more of the line items. One or up to five contracts may be awarded. Payment will be made by Government Purchase Card. The NAICS code for this proc urement is 423450 and the size standard is 500 employees. The solicitation will be issued on or about 19 Nov 04. The Points of Contacts are Lola L. Gentry, Contract Specialist at 210-221-4642 and Barbara Peterson, Contracting Officer at 210-221-4695.
- Place of Performance
- Address: Center for Health Care Contracting ATTN: MCAA C BLDG 4197, 2107 17TH Street Fort Sam Houston TX
- Zip Code: 78234-5015
- Country: US
- Zip Code: 78234-5015
- Record
- SN00707130-W 20041112/041110212249 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |