DOCUMENT
W -- Uniform Services (VA-17-116518) - Attachment
- Notice Date
- 6/2/2017
- Notice Type
- Attachment
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- Department of Veterans Affairs;400 Fort Hill Ave.;Canandaigua NY 14424
- ZIP Code
- 14424
- Solicitation Number
- VA24217N0590
- Response Due
- 6/16/2017
- Archive Date
- 6/26/2017
- Point of Contact
- COBAS, JUAN
- E-Mail Address
-
obas@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice (a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Although "proposal," "offeror," contractor, and "offeror" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. (c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as "proprietary" or "confidential," intended to restrict distribution will not be distributed outside of the Government, except as required by law. (d) This Sources Sought is issued by VISN 2 Contracting Office in Canandaigua, NY for the purpose of collecting information about creating a uniform rental/cleaning/replacement/locker program at the Albany VA Medical Center, located at, 113 Holland Ave, Albany, NY 12208. The VA is seeking to provide for this requirement within 60 days of the award of the contract. The NAICS code identified for this requirement is 812332 Industrial Launderers. The requirement is detailed in the Statement of Work section of this document. (e) Cursory market research has identified several small businesses that may be able to provide for this requirement. Contractors that are able to meet the requirements in the attachment are encouraged to email a capability statement and full information to Juan Cobas at Juan.Cobas@va.gov. - Part of the purpose of this sources sought is to determine the viability of set aside to a specific socio-economic category. Contractors shall identify the NAICS code for the services being offered as well as their size status under said NAICS. This information will be used to determine the viability of a set aside for this requirement. - Contractors shall also identify any Federal Supply Schedules that may carry the desired services. - Contractors shall identify pertinent point of contact for company, contractor DUNS number for size standard and socioeconomic verification in SAM and VIP. - Contractors shall include any relevant comments about the Attachment(s) if applicable. STATEMENT OF WORK (SOW) UNIFORM SERVICES ALBANY STRATTON VA MEDICAL CENTER 113 Holland Ave, Albany, NY 12208 The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to supply the Stratton VA Medical Center located at 113 Holland Avenue, Albany, New York 12208-3410 with a uniform rental/cleaning/replacement/locker program as per the scope of services outlined below for the period October 1, 2017 through September 30, 2018, with options for four (4) extensions of one year at the discretion of the government. GENERAL REQUIREMENTS This service is to include: Sizing with sample garments to assure a comfortable fit. Lockers supplied by contractor to hold employee uniforms Soiled bins to be supplied by the contractor Garments are to be inspected weekly for items that are in need of repair/replacement. Garments are to be laundered weekly Worn garments are to be replaced with NEW garments at NO cost for replacement Garments in need of repair are to be repaired at NO additional cost. Delivery to VA and stocking of employee uniform lockers 24 hour turnaround response to all customer service inquires during regular weekday business hours. Supply the following items: A. Supply 75 Environmental Management employees with 5 sets of uniform pants & polo shirts with pocket. -Poly/Cotton, moisture management, snag resistant and 65/35 twill pants, or like product B. Supply 15 Acquisition Employees with 5 sets of uniform pants & polo shirts with pocket - Poly/Cotton, moisture management, snag resistant, and 65/35 twill pants, or like product C. Supply 30 kitchen employees with 5 sets of uniforms pants & polo shirts with pocket and chef coats and chef pants - Poly/Cotton, moisture management, snag resistant, Black Chef Coats and baggy Chef pants, and 65/35 twill pants, or like product D. Supply 11 Transportation employees with 5 sets of uniform pants & polo shirts with pocket - Poly/Cotton, moisture management, snag resistant, and Carhartt Pant, or like product E. Supply 7 Electric Shop employees with 5 sets of Flame Retardant pants & button down shirts -Flame Retardant button down shirts, and Carhartt Fire Resistant Pant, or like product F. Supply 6 HVAC Shop employees with 5 sets of uniform pants & button down shirts -Button down cotton shirts, and Carhartt Pant, or like product G. Supply 7 Boiler Plant employees with 5 sets of Flame Retardant pants & button down shirts -Flame Retardant button down shirts, and Carhartt Fire Resistant Pant, or like product H. Supply 6 Plumbing Shop employees with 5 sets of uniform pants & button down shirts -Button down cotton shirts, and Carhartt Pant, or like product I. Supply 5 Carpenter Shop employees with 5 sets of uniform pants & button down shirts -Button down cotton shirts, and Carhartt Pant, or like product J. Supply 2 Paint Shop employees with 5 sets of uniform pants & polo shirts with pocket - Poly/Cotton, moisture management, snag resistant, and Carhartt Pant, or like product K. Supply 5 Machine Shop employees with 5 sets of Flame Retardant pants & button down shirts -Flame Retardant button down shirts, and Carhartt Fire Resistant Pant, or like product L. Supply 5 Grounds employees with 5 sets of uniform pants, enhanced visibility shirts (5 long sleeved and 5 short sleeved), 5 cargo shorts, 1 pair each heavy duty bib overalls, one each enhanced visibility parka - High visibility to meet ANSI Type R and Class 3, polyfill insulation overalls and Carhartt Pants/shorts, or like product M. Performance outside of the requirement detailed in the SOW must be authorized by the CO with a modification prior to performance or else services will be considered complementary work ancillary to complete performance N. The Government intends to award a firm fixed price contract inclusive of all travel, accommodations and other fees or costs. O. The period of performance will be from Oct. 1, 2017 to Sept. 30, 2018. OTHER IMPORTANT CONSIDERATIONS Access Control: Delivery will be made during normal business hours only. Hours of Operation: Facility will be available for deliveries between the hours of 0800 and 1500 M F excluding Federal Holidays. DEFINITIONS: Rental pricing: Rental prices shall be based on the quantities specified on section 2 of this Statement of Work with one (1) pick up per week including start-up and replacement of garments as a result of normal wear and tear. Initial outfitting of uniforms shall be new. The government reserves the option to request additional uniforms for new employees. In such case/circumstances, any supplementary incurred costs shall be provided for by modification to the contract. Reasonable condition/willful abuse: The contractor shall maintain all uniforms in reasonable condition to include the replacement of buttons and sewing of all tears or rips. Patching damages will not be acceptable. Damages due to work related activities, such as burn holes from welding, heavy soiling from painting, rips and tears from work material snags or equipment will not be considered willful abuse and will be repaired by the contractor. The interpretation and definition of reasonable condition as used herein, shall be unconditionally that of the Albany VA and said interpretations shall be unconditionally accepted by the contractor. Repair/replacement: Worn uniforms shall be replaced when requested by the government at no additional cost. Uniforms in need of repairs shall be repair when requested by the government at no additional cost. Repair tags shall be provided to the Albany VA as needed throughout the term of the contract. Uniforms tagged for repairs shall be returned in a repaired condition, or shall be replaced, within one week (next delivery). All replacement of uniforms shall be with new uniforms. Uniforms delivered with rips, holes, missing buttons, etc., will be sent back and no rental charge will be paid for that item until it is returned in an acceptable condition. Patching damaged areas will not be acceptable, except press-on or sewn patches may be used on repairs up to 1 in length. In the event a garment is beyond repair and not willful abuse, the contractor shall replace the garment at no cost (no set up charge) to the Albany VA Laundering: Uniforms shall be washed in accordance with standards governing commercial and industrial laundries. All uniforms shall be treated for mildew prevention. All uniforms shall be laundered using detergents or cleaners which leave the garment odor free. Uniforms which retain an offensive smell or residual odor after laundering will not be acceptable. Expected types of laundering issues include heavily soiled from grease, oil, dirt and mud; solvent damages, paint splatters, grass stains, tar stains, holes/burns from welding slage, tears, battery acid, missing buttons, and torn pockets. Shop rags must be well cleaned and free from debris such as metal shavings and caulk. Pressing: All uniforms must be neatly pressed and delivered one set per hanger. Pressing of uniforms shall be in accordance with acceptable standards and the best practices of the industry. Delivery: If the Contractor fails to deliver all the required uniforms, picked up the week prior, on the regular delivery day, the contractor shall make a special delivery of any missing uniforms no later than the next day after the regularly scheduled delivery day at no extra cost. Flame Retardant button down shirts: Must satisfy the performance requirements of NFPA 70E and is UL ® Classified to NFPA 2112, ATPV [cal. /cm2] 8.6, CAT 2. Fire Resistant Pants: Must satisfy the performance requirements of NFPA 70E and is UL ® Classified to NFPA 2112, ATPV [cal. /cm2] 12, CAT 2.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CaVAMC532/CaVAMC532/VA24217N0590/listing.html)
- Document(s)
- Attachment
- File Name: VA242-17-N-0590 VA242-17-N-0590.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3547689&FileName=VA242-17-N-0590-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3547689&FileName=VA242-17-N-0590-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA242-17-N-0590 VA242-17-N-0590.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3547689&FileName=VA242-17-N-0590-000.docx)
- Place of Performance
- Address: ALBANY STRATTON VA MEDICAL CENTER;113 HOLLAND AVENUE;ALBANY,NY
- Zip Code: 12208
- Zip Code: 12208
- Record
- SN04530906-W 20170604/170602234621-c5d33295cc9b6b065f928c9e0b164fb7 (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 |