DOCUMENT
S -- Laundry and Clean Linens Service - Attachment
- Notice Date
- 2/5/2018
- Notice Type
- Attachment
- NAICS
- 812320
— Drycleaning and Laundry Services (except Coin-Operated)
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4
- Solicitation Number
- 36C24418R0294
- Response Due
- 2/9/2018
- Archive Date
- 2/19/2018
- Point of Contact
- Debra Willard
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Page 1 of 9 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR A PROPOSAL OR QUOTE. THE VA IS NOT SEEKING PRICING OR OFFERS. This is a Request for Information (RFI)/Sources Sought notice issued in accordance with FAR 15.201(e) to conduct market research. This RFI is issued solely for information and planning purposes it does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. The Department of Veterans Affairs (VA) is not seeking proposals at this time, and will not accept any unsolicited proposals. Responders, and not the Government, will pay for any costs incurred while responding to this RFI. Vendors who don t respond to this RFI may still participate in any future RFP. Information submitted in response to this RFI is strictly voluntary and becomes the property of the Government. The Government may modify this announcement in the future, as information changes. The Department of Veterans Affairs, VISN 4, in support of the Philadelphia VA Medical Center, is currently requesting information to determine the existence of viable commercial sources capable of providing laundry and linen services. Philadelphia VA Medical Center, Coporal Michael J Cresenz, 3900 Woodland Ave, Philadelphia PA 19104-4551. Description of Services: The Contractor shall furnish all linen and laundry services for the Philadelphia VA All work is to be performed in accordance with practices and guidelines established Statement of Work. Services shall include pick-up and delivery of items at the respective medical center s facility by contractor personnel. Soiled linens shall be picked up and clean linens delivered daily. The Contractor shall support the medical centers turnaround times. Statement of work Statement of Work (Laundry Contract Specific Tasks) General The Contractor shall accept for processing all soiled linen, uniforms, patient clothing, mops, etc. After processing all items are to be finished and delivered to the Medical Center in accordance with the term outlined below. Workmanship-. All workmanship shall be in accordance with practices/guidelines established and accepted industry standards. It is intended that services shall include all processes necessary for the laundering and finishing of the articles even though every step involved is not specifically mentioned. All work shall be performed under sanitary conditions as specified by the Joint Commission (JC). Physical separation, through the presence of a barrier wall and the use of pass-through equipment is required to maintain positive air pressure in the clean section relative to a negative air pressure in the soiled section. In no case shall clean and soiled linen share the same physical space. The Contractor Laundry Plant layout/design incorporates a design for asepsis whereby clean linen neither comes into contact with soiled linens nor shares the same physical space, thus avoiding cross-contamination and/or reintroduction of bacteria once processed. The Contractor Laundry Plant shall be open to inspection of sanitary conditions by Medical Center representatives. After processing, laundered articles shall be in serviceable and sanitary condition, meeting established quality and performance requirement standards Scheduling Contractor will assure timely pick up of Soiled Linen to be processed. Clean linen will be provided and available for delivery Monday through Saturday weekly. Exceptions In the event of Federal Holidays, inclement weather, and other uncontrollable or unforeseeable conditions, should an alternate schedule be required, Contract will coordinate alternates with the Medical Center. Transportation Specific Tasks - The tasks which shall be the basis for the work performed are: Trucks linen carts to be cleaned with approved sanitizing agents. Trucks is loaded and ready for transport, Medical Center personnel will lock and seal each truck box utilizing provided padlock and numbered seal. Medical Center personnel will verify that each truck received is padlocked. Any deviation will be reported immediately Medical Center. Packaging- All items returned to or requested by Medical Center shall be neatly folded, counted and stacked in linen carts as follows: 6.1.1. Flatwork items that must be conditioned, ironed and folded 6.1.1.1 Apron, cook 6.1.1.2 Pillowcases, regular 6.1.1.3 Pillowcases, surgical 6.1.1.4 Sheets, poly/cotton, bed 6.1.1.5 Tablecloth 6.1.1.6 Towel, kitchen 6.1.1.7 Towel, huck 6.1.1.8 Items that must be finished and placed on hangers 6.1.1.9 Patient personal clothing 9shirt/pants) identified/separated by ward/unit 7.1.1.1 Shirt, uniform 7.1.1.2 Trouser, uniform 7.1.1.3 Smock, knee length, long coats 7.1.1.4 Coveralls 7.1.1.5 Coat, short 7.1.1.6 Pantsuit, top 7.1.1.7 Pantsuit, bottom 7.1.1.8 Scrubs used as a uniform 7.1.1.9 Dress 8.1.1.1 Top 8.1.1.2 Bottom 8.1.1.3 Warm up Jackets 8.1.1.4 Item that must be tumbled dried and folded 8.1.1.5 Bathrobe 8.1.1.6 Blankets, bath 8.1.1.7 Blanket, Bedspread 8.1.1.8 Cover, mattress 8.1.1.9 Curtains, shower 9.1.1.1 Curtains, cubicle 9.1.1.2 Gown, operating 9.1.1.3 Gown, Patient 9.1.1.4 Gown, isolation 9.1.1.5 Pads, absorbent 9.1.1.6 Pads, mattress 9.1.1.7 Pajamas 9.1.1.8 Coat 9.1.1.9 Trousers 10.1.1 Towel, bath 10.1.2 Washcloths 10.1.3 Bibs 10.1.4 Surgical Scrubs A. tops, B. bottoms 10.1.5 Items that must be cleaned, dried and returned in bulk a. Mops, wet b. Mops, dust 10.1.6 Items that must be dried and placed in laundry bags Fitted sheets Linen bags Rags 10.1.7 Items that must be finished folded, identified by patient name/number, if any, and put in protective packaging. 10.1.8 Patient s Personal Clothing, which is not on hangers, Identified/Separated by wards/unit A. Small B. medium 10.1.9 Packaging: 11.1.1 Linen is packaged in bulk by items according to quotes and established arrangement 11.1.2 Items finished and placed on hangers are returned in carts with a coat bar. They are placed on the hanger so identification number and size is showing, if any. 11.1.3 Additional Guidance- To eliminate the need for separate listing of items that are received infrequently, the items Miscellaneous: small, medium, large is shown at the end of each lot. This should be interpreted as follows: 11.1.4 Laundry: Small: An item requiring the approximate time, effort and cost to process as a pillow case. Medium: An item requiring the approximate time, effort and cost to process a sheet or spread. Large: An items requiring the approximate time, effort and cost to process as a blanket. 11.1.5 Applicable Regulation, Manuals, Specifications and Technical Exhibits Document applicable to the PWS are listed below. These documents are mandatory. At the start of the contract the Government shall provide one copy of all mandatory regulations, manuals and specifications listed below to the Contractor. Supplements and amendments thereto, shall be updated and shall be considered to be in full force and effective immediately upon receipt by the Contractor. The policies and procedures of mandatory directives shall be adhered to at all times. It is the Contractor s responsibility to insure that all mandatory publications are posted and up to date: Security Clearance or Access Controls Facility Policies concerning fire/disaster programs Parking Infection Control Manual Facility Policy on Laundry, Line, Uniform, Management 11.1.6 Technical Exhibits: Annual Workload Information 11.1.7 The workload stated in the following of schedule of service is approximately, based on the volume handled FY17, and no way is to be construed as a guarantee by the government as to work that will be processes under contract. In regard, the workload is subject to changes resulting from many factors, i.e. hospital admissions, weather, mission changes, product changes (new light fabrics) etc. 11.1.8 VAMC Annual Total Soiled Poundage Process Annual 1323300.00 x 10% = 1455630 Including the following: Uniforms- 58,118 Mops -299 Patient Clothing 156,444 General Linen 1,108,439 General Linen Quotes (5 days daily Delivery) Flat Sheet Fitted Sheet Pillowcase Bed Pad Bedspread/thermal Blanket Washcloth Hand Towel, white Male Pajama, 5x large Male Pajama, 4x large Male Pajama, 3xlarge Male Pajama, 2xlarge Male Pajama, x-large Male Pajama, large Male Pajama, Medium Male Pajama, Small Male Pajama, Trouser 5X Male Pajama, Trouser 4X Male Pajama, Trouser 3X Male Pajama, Trouser 2X Male Pajama, Trouser x- large Male Pajama, Trouser large Male Pajama, Trouser, medium Male Pajama, Trouser, small Male Robe, x large Male Robe, large Male Robe, medium Male Robe, x small Male Robe, x large Male Robe, 2x large Male Robe, 3x large Male Robe,4 x large Gown, Patient Isolation Gowns BIB Blanket, Bath Female PJ s (small -3xl) Female Robes Bath (small -3xl) Socks, Non Skid Employee Uniforms Quota (72 hours turn around) Shirts Smocks T-Shirts Polo Shirts Doctor Coats Lab Coats Dresses Trousers Culottees Coveralls Jackets Bibs Glovers Patient Personal Clothing (72 hours turnaround) Shirts Polo Shirts T-shirts S=Sweaters Jackets Trouser Shorts Skirts Dresser Housecoats Pajamas SweatPants Underwear Bras/Panties Socks Slippers Glover/Mittens Scarves Handkerchiefs Requirements Contractor is in accordance with the terms and conditions of this agreement to provide and/or process linens for Medical Center. The intended contract period of performance is for one year, May 1, 2018 thru April 30, 2018. The assigned NAICS code is: 812332 (Industrial Launderers) and the small business size standard is $38.5 Million. The Government is not soliciting offers at this time, and it will be the Contracting Officer who will determine which suggested changes are accepted. This is a sources sought notice to gain knowledge of potential qualified sources. A solicitation is not currently available. Responses to this request will be considered for the purpose of determining how the requirements will be stated and how the procurement will be conducted. This sources sought announcement is for Service Disabled Veteran Owned Small Business and Veteran Owned Small Business is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or to award a contract. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. If you are interested and are capable of providing the required services, please complete the sources sought questionnaire below and email your response to debra.willard@va.gov no later than 2:00:00 PM EST on 9 February 2018. Include any comments or questions you may have. Also provide your capability statements within your response. SPECIFIC RESPONSE INSTRUCTIONS RFI response (capability statement) should be no more than 6 pages. Mark your response Proprietary Information if the information is considered business sensitive. Include your SDVOSB/VOSB verification from VetBiz. Include a copy of your internal Quality Control Plan. If available, include a copy of your Laundry Compliance certification in pathogen control or accreditation by the Healthcare Laundry Accreditation Council (HLAC). A SOURCES SOUGHT QUESTIONNAIRE is below. Responses to the Questionnaire are encouraged from all interested parties. You are advised that providing responses to the questions will not automatically include you in the acquisition process for this solicitation. Please provide any additional feedback in your response that you feel is relevant. Source Sought Questionnaire: Company Name ___________________________________________ Phone Number ____________________________________________ Email Address ____________________________________________ DUNS ______________________ * Proof of Systems for Award Management Registration (SAM) is mandatory* 1. GSA Number if applicable_________________________________ 2. Is your firm eligible for participation in one of the following SDVOSB/VOSB small business programs? If so, please indicate the program. The North American Industry Classification System (NAICS) code is tentatively 812332, Industrial Launderers; the small business size standard for this NAICS code is $38.5 Million. A size standard, which is usually stated in number of employees or average annual receipts, represents the size that a business (including its subsidiaries and affiliates) may be to remain classified as a small business for Small Business Administration and federal contracting programs. The definition of "small" varies by industry. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Economically-Disadvantaged Women-Owned Small Business (EDWOSB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Other (please specify) 3. In your opinion, what are the risks associated with this effort? Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concerns this service. 4. Provide any additional feedback that you feel is relevant (i.e., problems or any other issues experienced with similar contracts). Note: Do not include Proprietary, classified, confidential, or sensitive information in your responses.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418R0294/listing.html)
- Document(s)
- Attachment
- File Name: 36C24418R0294 36C24418R0294.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4064504&FileName=36C24418R0294-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4064504&FileName=36C24418R0294-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24418R0294 36C24418R0294.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4064504&FileName=36C24418R0294-000.docx)
- Record
- SN04810528-W 20180207/180205231153-f6be0da22b0d12075922aa1867cc2d57 (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 |