DOCUMENT
S -- EMERGENCY LINEN SERVICE - Attachment
- Notice Date
- 11/19/2014
- Notice Type
- Attachment
- NAICS
- 812320
— Drycleaning and Laundry Services (except Coin-Operated)
- Contracting Office
- Department of Veterans Affairs;James J. Peters VA Medical Center;Network Contracting Office 3 (10N3NCO);130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24315Q0177
- Response Due
- 12/19/2014
- Archive Date
- 2/17/2015
- Point of Contact
- COREY SWINTON
- E-Mail Address
-
SEND
- Small Business Set-Aside
- Total Small Business
- Description
- SYNOPSIS/SOLICITATION ISSUED November 19, 2014 PART: U.S. Government Procurements SUBPART: Supplies, Equipment, and Materials CLASS CODE: S - House-Keeping Services OFFADD: NY Harbor Healthcare System St Albans Campus, Bldg 173 179-00 Blvd, St. Albans, NY 11425. SUBJECT: Emergency Linen Services SOL: VA243-15-Q-0177 DUE: December 19, 2014 4:00pm POINTS OF CONTACT: Corey Swinton, corey.swinton@va.gov, 518-626-6757 WEB ADDRESS: http://vaww.bronx.med.va.gov/pages/bronx DESCRIPTION: This is a combined synopsis solicitation for a commercial item prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, and FAR 19.502-2(b) as supplemented by additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. Proposals are being requested for Request for Proposal (RFQ), VA243-15-Q-0177 for the following product: Emergency Linen Services 1 - Base Year + 4 option years Please see the Statement of Work at the end of this section for full details NY Harbor Healthcare System St Albans Campus, Bldg 173 179-00 Blvd, St. Albans, NY 11425 who anticipates not conducting discussions with offerors submitting quotations under the subject solicitation and reserves the right to make contract award based on the initial offer submitted. Requirements may be added by future amendments to this solicitation. The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. SYNOPSIS/SOLICITATION Proposals must be received no later than 4:00 pm, EST on December 19, 2014. Offers may be submitted via email to Corey Swinton, corey.swinton@va.gov. When submitting offers, please note the solicitation number VA243-15-Q-0177 in subject line of the email. Please note that the offeror assumes all risk for any delay in the transmission of their proposals. Any offers received after the 4:00 PM EST deadline will not be considered. All offerors are encouraged to review FAR 52.212-1, INSTRUCTION TO OFFERORS-COMMERCIAL ITEMS and Internal Instruction, INT L2.11-4, E-MAIL QUOTATIONS and to submit their proposals early. STATEMENT OF WORK Linen Services for Soiled Linen 1.Contractor shall provide linen services for soiled Linen on an Emergency basis for the Textile care Facility Laundry Bldg. 173 179-00 Linden Blvd Saint Albans New York 11425. 2.Government contract options - the government will have the option to extend the term of the contract in accordance with the clause 52.217-9 option to extend the term of the contract. 3.Linen Services for the following Emergency linen service for the Textile care Facility Laundry due to Mechanical malfunction of equipment and extreme cold weather and hot weather conditions, and the Textile care facility staff will call the contractor when an emergency situation arises to clean and process the soiled linen. 4.The Contractor will receive, sort and process soil linen and record weights of received soil linen and weights of clean linen to be sorted, processed and clean and the packaging to be packed by type in separate containers, quantities and weights should be recorded by each type. 5.The weight of the soiled linen is 190825 LB for the year starting Oct 1 2014 to Sept 30 2015. I.SAFETY AND HEALTH - The contractor shall observe all safety precautions throughout the performance of this contract. All work shall comply with the applicable federal, state and municipal safety and health requirements. The government reserves the right to restrict the employment of any contractor employee, or prospective contractor employee, who is identified as a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population. Physical security: the contractor shall be responsible for safeguarding all government property provided for contractor use as well as for contractor's property. II.UNIFORMS AND PROTECTIVE CLOTHING - The contractor shall determine the need for and provide any personal protective clothing require. III.PROGRAM EVALUATION - The COR will continually monitor and evaluate the effectiveness of the program. The contractor shall take prompt action to correct all identified deficiencies. IV.FEDERAL HOLIDAYS - Contractors will not be allowed to work on Federal holidays. However, if the scheduled service falls on a holiday, service must be performed on the next working day. Federal holidays are: New Year's Day, Labor Day, Martin Luther King Day, Columbus Day, President's Day, Veterans Day, Christmas Day, Memorial Day, Independence Day, Thanksgiving Day and any other specifically declared by the President of the United States to be a National Holiday. V.SOLICITATION - This solicitation adheres to the format defined in FAR 12.303 for the acquisition of commercial products and services. VI.TYPE OF CONTRACT - This is a Fixed-Price Service contract. VII.CONTRACT PERIOD - This contract is for the period of OCT 1 2014to SEPT 30 1 2015. Optional service extension to NOT APPLICABLE No service shall be performed under this contract after OCT 30 2015 without authorization. VIII.CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COR) - The Contracting Officer's Technical Representative (COR) for this contract will be advised upon awarding of contract. (COR) George E Jordan 718 526 1000 Ext 2676. CONTRACT ADMINISTRATION DATA - The Contracting Officer is the only person authorized to approve changes or modify any of the requirements of this contract. Only the Contracting Officer is authorized to make commitments or issue changes, which will affect price, quantity or quality of performance of this contract. B.3 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): SECTION C - CONTRACT CLAUSES C.1 FSS RFQ INTRODUCTORY LANGUAGE The terms and conditions of the contractor's FSS contract (including any contract modifications) apply to all Blanket Purchase Agreements (BPA) and task or delivery orders issued under the contract as a result of this RFQ. When a lower price has been established, or when the delivery terms, FOB terms, or ordering requirements have been modified by the BPA or task/delivery order, those modified terms will apply to all purchases made pursuant to it and take precedence over the FSS contract. Any unique terms and conditions of a BPA or order issued under the contract that are not a part of the applicable FSS contract will govern. In the event of an inconsistency between the terms and conditions of a BPA or task/delivery order and the Contractor's FSS terms, other than those identified above, the terms of the FSS contract will take precedence. FAR NumberTitleDate 52.212-1INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMSAPR 2014 52.212-2EVALUATION-COMMERCIAL ITEMSJAN 1999 52.212-4CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMSMAY 2014 52.212-5CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS ALTERNATE II (JUL 2014)JUL 2014 C.2 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within. (End of Clause) C.3 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed. (End of Clause) FAR NumberTitleDate 852.215-71EVALUATION FACTOR COMMITMENTSDEC 2009 SECTION D - SOLICITATION PROVISIONS FAR NumberTitleDate 852.215-70SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORSDEC 2009 52.222-26EQUAL OPPORTUNITYMAR 2007 52.222-3CONVICT LABORJUN 2003 52.222-36EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES ALTERNATE I (JUL 2014)JUL 2014 52.222-19CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIESJAN 2014 52.219-14LIMITATIONS ON SUBCONTRACTINGNOV 2011 52.222-43FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT LABOR STANDARDS-PRICE ADJUSTMENT (MULTIPLE YEAR AND OPTION CONTRACTS)MAY 2014 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)MAR 2012 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE JUN 2003
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24315Q0177/listing.html)
- Document(s)
- Attachment
- File Name: VA243-15-Q-0177 VA243-15-Q-0177.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1735708&FileName=VA243-15-Q-0177-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1735708&FileName=VA243-15-Q-0177-000.docx
- 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 NY HARBOR HEALTHCARE SYSTEMS ST ALBANS CAMPUS;TEXTILE CARE FACILITY LAUNDRY BUILDING 173;179-00 LINDEN BLVD;ST. ALBANS, NY
- Zip Code: 11425
- Record
- SN03576881-W 20141121/141119234348-b72c70c57a71293c10da9665661412ee (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 |