Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2014 FBO #4670
SOLICITATION NOTICE

65 -- Drycleaning and Laundry Services - Scrub sizes and qty's

Notice Date
9/5/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fs), U.S. Coast Guard Training Center Yorktown, Thayer Hall, Room 211, Yorktown, Virginia, 23690-5000, United States
 
ZIP Code
23690-5000
 
Solicitation Number
2115514P2P004
 
Archive Date
9/30/2014
 
Point of Contact
Lamont E. Willis, Phone: 7578562515
 
E-Mail Address
lamont.e.willis@uscg.mil
(lamont.e.willis@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Personnel Scrubs and Wrm up Coats sizes and qty's Linen Contractor is to provide and clean all scrubs, towels, and linens as outlined in the following Scope of Work (SOW). Period of Performance: 01 October 2014 thru 30 September 2015 Delivery hours Monday through Friday 0730-1500 unless otherwise noted. Initial inventory must be delivered after 1530 on 29 September 2014 or before 0630 01 October 2014 If this deadline cannot be met, Vendor will not be considered. Place of Performance: United States Coast Guard Training Center Yorktown VA Craik Medical Clinic Contractor shall provide the following: Scrubs set should contain 01 pants and 01 short sleeved shirt. Medical scrubs will be the color agreed upon (SAPPHIRE) Dental scrubs will be the color agreed upon (RASPBERRY) See attached spreadsheet for sizes Sizes are subject to change (Weight gain or loss, pregnancy, etc..) and modifications need to be completed. (11) sets of Scrubs per person for 21 personnel (03) sets of Scrubs per person for 02 personnel (01) set of Scrubs for 01 personnel (03) sets of Scrubs Warm-up Jackets per person for 23 personnel (03) each Individual Lab Coats for 03 personnel (01) each Individual Staff Coat for 01 personnel (100) White bath towels (80) White 66 x 155 LG sheets (100) White pillow cases (50) Thermal Blankets (02) 4 x 6 Germ stopper Mat (02) Enclosed Containers for used linens (01) Enclosed Large bin for soiled linens Shrink wrap for clean scrubs, labeled with sizes and members names. Pickups and Deliveries: Pickups and deliveries will be made weekly between the hours of 0730 and 1500 Weekly pickups and deliveries will include an average of: Towels Sheets Pillow Cases Thermal Blankets Germ stopper Mats Lab Coats Sets of Scrubs Pickup and Delivery day will be determined once award is made. A Government Representative shall be present at the time of delivery and pickup. Health Regulations: Contractor shall ensure that its operations comply with any certifications of labeling requirements arising from state or local Department of Health Regulations. Repairs: All Linens and Scrubs shall be in great condition. Any rips and tears shall not exceed 1/2" in diameter. Contractor shall repair at its expense all damages to individual items while in the custody of contractor to include rips, tears, holes, open seams, and soils. Any items deemed unserviceable or un-uniform by the Contractor's representative shall be replaced at the contractor's expense. Any items that are turned away for disrepair will be replaced within 24 hours and delivered to the Clinic with no additional cost/charge to the Government. Missing Items: If any item is missing from delivery the Contractor shall on the same day of the shortage issue an IOU (shortage)ticket to redeem by the Contractor in the next scheduled delivery at no additional cost/charge to the Government. Vehicles and Personnel: Vehicles: Contractor Vehicles will have the name clearly displayed and be maintained to present a clean and neat appearance. Base Security, Comptroller and/or Contracting Officer may direct the removal of objective vehicles. Contractor shall provide when requested all proper Licensing and Insurance paperwork for vehicles and vehicle operators. Personnel: Contractor personnel driving on the Installation shall present a valid driver's license and proof of insurance for the vehicle to Base Security located at the front gate in order to receive a visitor's pass. Visitor passes will be returned to Base Security upon departure of USCG TRACEN YORKTOWN. All other personnel will provide a state issued ID at the request of Base Security. Access Denial and Security Cost: Access Denial: The Base Commander and his representatives reserve the right to deny entry to any person upon discloser of information that indicates the individuals' continued entry is not in the best interest of the Coast Guard. Additionally the violation of or deviation from established security procedures by the Contractor's employees may result in the confiscation of any issued badges and the denial of future entry to the base. Security Cost: The Coast Guard is in no way responsible for the financial losses incurred by the Contractor resulting from the removal of an employee from and /or denial of access to the base in accordance with base policy and procedures. All cost incurred by the Contractor associated with security requirements including entry/exit delays due to contingency or exercises are to be anticipated by the Contractor and shall be included as part of the contract. Environmental Considerations: The Contractor shall comply with all applicable Federal, State, and Local Environmental Laws. The Coast Guard has the right to visit the Contractors Installation at any time during the period of performance. Clean Up: Contractor is responsible for leaving the areas as they were found. The Contractor shall clean up any spillage that was caused by the Contractor and provide records of the proper handling, transport, disposal, and final disposition of spent clean up materials to the Contracting Officer or Government Representative. Companies wishing to bid should be focused on the outpatient healthcare market. Companies should not operate mixed use plants and should be HLAC certified. Delivery vehicles must have clear separation of clean linen soiled linen and cannot mix healthcare linen from any other types of non-healthcare linen. Inventories should reflect an even exchange of clean linen for soiled linen at the time of delivery. This should result in building the par inventory back to 100% after each delivery.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGTC/2115514P2P004/listing.html)
 
Place of Performance
Address: CRAIK CLINIC, 1 US COAST GUARD TRACEN YORKTOWN, YORKTOWN, Virginia, 23690, United States
Zip Code: 23690
 
Record
SN03497536-W 20140907/140905234803-8fdf8564bd64cc89023ba2c6aac5f12b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.