DOCUMENT
S -- Uniform Rental for WRJ - Attachment
- Notice Date
- 5/17/2012
- Notice Type
- Attachment
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- Department of Veterans Affairs;VAMC White River Junction;215 North Main Street;White River Junction VT 05009
- ZIP Code
- 05009
- Solicitation Number
- VA24112R0562
- Response Due
- 5/21/2012
- Archive Date
- 5/31/2012
- Point of Contact
- Jeffrey Allen Reed
- E-Mail Address
-
Contracting Officer
(jeffrey.reed@va.gov)
- Small Business Set-Aside
- N/A
- Description
- STATEMENT OF WORK A.GENERAL INFORMATION 1. Title of Project: Rental of Uniforms and Lab Coats VA W. R. Jct., VT 2. Scope of Work: Rental of seven (7) Uniforms each for Full Time Employees (FTE). -Housekeeping wage grade employees to receive seven (7) uniform each x 29 FTE. -Grounds staff to receive seven (7) uniforms each x 6 FTE. -SPD staff to receive seven (7) uniforms each x 5 FTE. -Kitchen staff to receive seven (7) uniforms each x 16 FTE. -Warehouse staff to receive seven (7) uniforms each x (5) FTE. -Rental of seven (7) warm up jackets each for SPD staff x 5 FTE. -Rental of seven (7) warm up jackets each for ICU and PACU staff x 43 FTE. -Rental of three (3) non-permeable "UNISEX" lab coats each for Pathology, Laboratory and CBOC staff x 58 FTE. -Rental of seven (7) scrubs sets each for SPD staff x 10 FTE. -Rental of four (4) uniforms each for part time employees (PTE) within the housekeeping service x 6 PTE. -Rental of four (4) uniforms each for Housekeeping supervisor(s) x 2 FTE. -Rental of four (4) uniforms each for the Compensated Work Therapy (CWT) program x 20 CWT's. All items will be scanned for accuracy upon pickup and delivery, a pickup and delivery report will be provided upon delivery. Tags or comparable will be provided so as to allow staff to either Exchange, Replace or Mend, these will be provided and placed into each of the designated service locations. Providing all labor, materials and equipment to pick up, launder, replace, repair, press, place on hangers and deliver weekly to designated areas/services to include kitchen, linen room, laboratory, CBOC's (see list) and/or affiliations with VA W. R. Jct., VT. This service will be based on the even exchange system (an employee receives a fresh uniform in exchange for a uniform they turn in on the day of pickup and delivery). -Uniforms for grounds, ware house, cwt's and Housekeeping will consist of a 65%/35% polyester and cotton, color for all tops to be determined. Pants will be either Navy Blue or Green and be cargo pant style. -Lab coats will be 80% polyester and 20% cotton and will be the color white. -Warm up jackets will be 65%/35% polyester and cotton and will be the color Navy blue. -Food service tops will be 65%/35% polyester and cotton. Pants will be the color white and the tops will be light blue. -Each service will have a different colored top. CBOC Locations for deliverables: Lab Coats: Littleton NH. - 5 Keene NH- 3 Brattleboro VT- 3 Bennington VT- 4 Rutland VT- 4 Fort Ethan Allen (Colchester) VT - 4 Lab coats Newport VT. - 2 3. Background: Based on Past performance 4. Performance Period: Effective date of contract through September 30, 2012. 5. Type of Contract: Fixed-Price Contract for Services. 6. Place of Performance: VA Medical Center 215 North Main St. White River Jct.Vt. 05009 B. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kick off meeting or has advised the contractor that a kick off meeting is waived. C. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: The contractor shall provide the specific deliverables described below within the performance period stated in Section A.4 of this SOW. "Weekly rental of Uniforms, Lab Coats and warm up jackets. "Delivery and pickup will be done weekly and will be done on Monday "The expectation is that of a new clean uniform for every uniform turned in on the day of pickup and delivery "Uniforms will be laundered, replaced, repaired, pressed, placed on hangers and delivered weekly to designated areas/services to include kitchen, linen room, laboratory, CBOC's (see list) and/or affiliations with VA W. R. Jct., VT "All items will be scanned for accuracy upon pickup and delivery, a pickup and delivery report will be provided upon delivery. " Task One: The contractor shall provide a detailed PMP and briefing for the VBA project team, which presents the contractor's plan for completing the task order. The contractor's plan shall be responsive to this SOW and describe, in further detail, the approach to be used for each aspect of the task order as defined in the technical proposal. At a minimum, the PMP shall include the risk, quality and technical management approach, work breakdown structure (WBS), detailed schedule, cost requirements, and proposed personnel. The contractor shall keep the PMP up to date throughout the period of performance. Deliverable One: A detailed PMP and briefing Task Two: "Provide rental services for Uniforms, Lab Coats, and Warm-up Jackets to WRJVA and CBOC locations. "Storage bins for all dirty uniforms. "Hangers, repair/replace tags. "Scan reports. "This service will be based on the even exchange system (an employee receives a fresh uniform in exchange for each uniform they turn in on the day of pickup and delivery). D. EVALUATED OPTIONAL TASKS AND ASSOCIATED DELIVERABLES Optional Task One: "Tags will be provided so as to allow staff to Exchange, Replace or Mend. "Pickup and delivery report will be provided upon delivery. "All items will be scanned for accuracy upon pickup and delivery. E. SCHEDULE FOR DELIVERABLES 1. The contractor shall complete the Delivery Date column in Attachment A for each deliverable specified. 2. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same. 3. If for any reason the scheduled time for a deliverable cannot be met, the contractor is required to explain why (include the original deliverable due date) in writing to the CO, including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response in accordance with applicable regulations. 4. If the scheduled delivery date is on a Federal holiday, the delivery date shall be changed to the next available business day. F. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. G. REPORTING REQUIREMENTS 1. The contractor shall provide the Task Order Project Manager (TOPM) with weekly reports detailing the number and types of uniforms picked up and dropped off. Each report is due to the TOPM no later than one business week of each delivery (add one business day for every Federal holiday between delivery and report due date). 2. This report will also identify any problems that arose and a statement explaining how the problem was resolved. This report will also identify any problems that have arisen but have not been completely resolved with an explanation. H. TRAVEL [If applicable] "CBOC Locations for 1x a week deliverables: Lab Coats: Littleton NH. - 5 Keene NH- 3 Brattleboro VT- 3 Bennington VT- 4 Rutland VT- 4 Fort Ethan Allen (Colchester) VT - 4 Lab coats Newport VT. - 2 I. GOVERNMENT RESPONSIBILITIES "Government will provide space for all uniforms that are tagged and hung on hangers "Space will be provided for dirty uniform pick up in the designated areas/services to include kitchen, linen room, and laboratory and CBOC. "Space will be provided to complete scan reports. "Space will be provided for all contractor provided storage bin(s). "Hampers will be provided in the following areas; Laboratory, food service, ware house and CBOC. "Loading dock and ramp provided at the WRJVA site only. J. SECURITY "VAAR Security clause is not required. K. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which has been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2.The CO will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the CO for response. 3. Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. Attachment A Schedule of Deliverables Deliverable No. OneItem Plan for measuring staff Quantity 1Delivery Date Within ___ calendar days after award TwoUniforms on station.Within ___ calendar days after award Attachment B SECURITY BACKGROUND INVESTIGATION INFORMATION (Submit after award and prior to contract performance) Complete this form after contract award if contractor employee does not possess a NACI clearance. The completed form must be sent directly to the Contracting Officer within ten days of award. Vendor Name: ______________________ Cage Code No.______________ Address: _______________________________ City, State, and Zip Code: ______________________________ 1. Was the employee prescreened? _____ yes or _____ no 2. is the employee a U.S. Citizen? _____ yes or _____ no 3. Can the employee read, write, speak and understand English language? _____ yes or _____no Information from Employee Requiring a Clearance _________________________ ______________________ Name Social Security No. ____________________________________________ Address ____________________________________________ City State Zip Code
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WRJVAMROC/DVAMROC/VA24112R0562/listing.html)
- Document(s)
- Attachment
- File Name: VA241-12-R-0562 VA241-12-R-0562_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=343413&FileName=VA241-12-R-0562-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=343413&FileName=VA241-12-R-0562-002.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA241-12-R-0562 VA241-12-R-0562_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=343413&FileName=VA241-12-R-0562-002.docx)
- Place of Performance
- Address: 215 N Main St.;White River jct VT 05009
- Zip Code: 05009
- Zip Code: 05009
- Record
- SN02751080-W 20120519/120518000459-9a54c583153080f4402a1256e88f1d0a (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 |