DOCUMENT
S -- Riverside NC: Uniform services, wage grade employees. - Attachment
- Notice Date
- 3/5/2018
- Notice Type
- Attachment
- NAICS
- 812320
— Drycleaning and Laundry Services (except Coin-Operated)
- Contracting Office
- VA National Cemetery Administration Centralized Contracting Division - Department of Veterans Affairs National Cemetery Administration
- Solicitation Number
- 36C78618Q9458
- Response Due
- 3/12/2018
- Archive Date
- 5/11/2018
- Point of Contact
- Joseph Mendoza
- E-Mail Address
-
7-6287<br
- Small Business Set-Aside
- N/A
- Description
- This acquisition is a Prospective 100% set aside for Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB). If Two or more interested (SDVOSB) and/or (VOSB) respond, then the solicitation to acquire services described below, shall be 100% Set-aside to the appropriate VOSB or SDVOSB. If there are less than 2 interested veteran certified companies, this requirement shall be set aside to all small businesses. The NAICS Code is 812320 (Dry cleaning and Laundry Services (except Coin-Operated) $5.5 Million size standard. Please note: That this is not a request for quotes or proposals; this is a requested for information (RFI) notice to inform all interested Small Businesses that the VA National Cemetery Administration, Pacific District as directed by the VA Riverside National Cemetery, is preparing to solicit the appropriate Set-Aside proposal Depending on the interested Reponses on this Request for Information. Contract award will consist of One Base year and up to 4 one year option; a total of five years (maximum if needed). A solicitation is currently not available. The intent of an awarded contract shall be Uniform Dry Cleaning services for the Cemetery Field employees. Subject to all terms, conditions, provisions, and schedules of the contract; contractor shall furnish all equipment, parts, materials, supplies, labor, and supervision necessary and incidental to the work required. The evaluation factors are as follows Lowest Price Technically Acceptable (LPTA). BACKGROUND: The VA National Cemeteries are a resting place for our nation's heroes and as such, the standards for management, maintenance and appearance of these cemeteries have been established by the VA National Cemetery Administration (NCA) to reflect this nation's concern and respect for those interred there. NCA mission is to honor veterans with a final resting place and lasting memorials that commemorate their service to our nation. National Cemeteries are National Shrines. The standards of maintenance and appearance at these cemeteries shall reflect this nation's concern for those interred. Participation in this effort is strictly voluntary. All costs associated with responding to this RFI Notice will be solely at the interested respondent s expense. The objective of this RFI Notice is to allow industry the opportunity to provide comments to the VA NCA Pacific District. Review of the responses to the RFI Notice will focus on the offeror s technical input and clarification of requirements. RFI Notice Response Due Date: The VA NCA Pacific District will only entertain written communication; no verbal communions will be accepted. Please submit written information via e-mail to Joseph Mendoza, Contracting Officer, at joseph.mendoza1@va.gov no later than March 12, 2018 4:00 p.m. Pacific time. RFI Response Contact: Respondents to this RFI Notice shall designate a primary and one alternate point of contact within the company (Name, Address, Email, and Telephone). Clarification of RFI Notice Responses: To fully comprehend the information contained within a response to this RFI Notice, there may be a need to seek further clarification from those responding. This clarification may be requested in the form of brief verbal communication by telephone; written communication; electronic communication; or a request for a presentation of the response to a specific VA NCA Pacific District group or groups. The VA NCA Pacific District reserves the right to seek additional information from those respondents identified with unique solutions that are determined to be beneficial to the VA NCA Pacific District. DESCRIPTION / SPECIFICATIONS / WORK STATEMENT BACKGROUND The Department of Veterans Affairs, National Cemetery Administration, honors Veterans with a final resting place and lasting memorials that commemorate their service to our nation. There are approximately 131 National Cemeteries in 39 states that receive visitors, hold ceremonies and conduct committal services on an ongoing basis. Because of the special significance and attention our National Cemeteries receive from the public, strict adherence to the following specification is essential. PLACE OF PERFORMANCE The vendor shall provide uniforms and laundry service to approximately 50 wage grade employees working 5 days per week to include holidays and other cemetery operational commitments. Uniforms consist of a shirt either long sleeve or short sleeve as preferred by the employee with sewn employee name emblem, company logo, VA patch on right shoulder and US Flag patch on left shoulder, and trousers with cargo pockets. Contractor shall provide a locker with combination lock for each employee s fresh uniform, a suitable container for soiled uniforms and schedule a weekly pick-up and delivery of cleaned pressed uniforms. Cemetery Address Personnel Required Services Riverside National Cemetery 22495 Van Buren Boulevard, Riverside, CA 92518 Approximately 50 WG Personnel Uniform/Laundry Services Contracting Duties Upon receipt of award of contract, the contractor will coordinate with the COR and or RNC Director designee the delivery and installation of new uniform lockers and soiled container at the Maintenance Yard Complex or as assigned by the RNC Director at no cost to the government. The type, make and dimension of replacement lockers must be the same or similar in size and shape to fit the designated space inside the assigned room. Upon notice to proceed the contractor will measure all employees shirt and trousers sizes and have each employee sign to acknowledge they agree to the type(s) and size(s) of uniform to be ordered. A smooth transition with the outgoing service provider to the new contractor must be attained at the time of the switch to avoid duplication of charges and or payments. The Contractor will issue 11 sets of uniform for each field employee, approximately 50 employees total. The Contractor will repair or replace at no additional charge to the government any loss or damage uniform including emblems and its prep work (this is covered under contract line item 4 where the contractor factors a percentage from the total weekly rental/service charge which will be also known as garment insurance). Drop off and pick up will be at the location identified, Monday s or any day of the workweek between 9am and 10am with a pick up time on the same day as accepted and agreed by both parties. The contractor will pick up and drop off on next workday if Monday or the scheduled day falls on a federal holiday. The Contractor s facility will be subject to inspection of sanitary conditions by the Government at any time and at no notice. Contractor shall be responsible for creating, maintaining, and disposing of only those Government required records that are specifically cited in this SOW. If requested by the Government, the Contractor shall provide the original record, or a reproducible copy of any such record, within five working days of receipt of the request. Contractor shall specify on records the services rendered, quantity of items, type of items and cost of the service rendered. Turnaround Time. Due to the nature of the requirement for cemetery field uniforms, it is essential that the identified schedule drop off and pick up of Monday s between 9am and 10am with a pick up time on the same days be strictly adhered to. Segregating and counting of articles shall be done by COR or designated personnel with the Contractor. The Contractor shall verify, count, and sign a ticket for the items being picked up and such signature constitutes the Contractors agreement to the Government's count unless specific exception is taken. A copy of the ticket will be retained by the Government. The Contractor shall furnish tickets and any necessary tags. The Contractor shall record the number of items to be picked up on the ticket and the Government representative shall verify this amount. The Contractor shall provide the tickets and furnish the COR a copy. Facility Access: The government will initially provide an escort to all contractor personnel for Pick up/drop off purposes. Upon clearance approval, an access badge will be issued to contractor personnel that must be worn where it is clearly visible; i.e., four inches above the waistline, and below the neck. Security Clearance of Contractor Employees: The Government, for the purpose of site access control, operates an entry control point. Contractors, subcontractors, and suppliers will be required to show a valid government issued photo identification to enter the site or will be denied entrance until clearance is granted by the Contracting Officer. The Government's operation of an entry control point does not relieve the Contractor of its responsibility for the security and control of its own equipment, material, and personnel. All Contractor personnel must stop at the Entry Control Point (Administration Building) to receive an "Escorted Visitor Badge" which must be worn at all times while on RNC premise. Escorts will be provided by the RNC. Contractors that require a background investigation must submit to the Personal Identity Verification (PIV) process and be identity proofed. Contractors will be required to provide two valid and unexpired authorized forms of identification with at least one being issued by a federal or state government and contain a photograph. RNC has the right to deny access to the facility to anyone who is determined to be unsuitable for access to the facility. The determination of unsuitability does not reflect on the individual's suitability for employment with the contract company, only access to the facility. All operators of motor vehicles shall have a valid and unexpired State Driver's License while operating a motor vehicle on the premises of the RNC facility. Unauthorized removal of Government property is punishable by law. In addition to any other clauses concerning security and the clearance of contractor personnel into the premises of RNC, is limited only to the pickup/drop off points of cemetery uniforms only. The contractor shall provide the COR a complete list of all contractors and subcontractors (ifapplicable) personnel who will be picking up and dropping off cemetery representative uniform items. The Contractor Personnel shall have a form of I.D (such as a driver s license) to authenticate their identity. This weekly rental program will include the weekly service/washing of garments for all employees who turn in garments. This program also includes rental wipers wherein the contractor is solely responsible for proper cleaning and or disposal should it contain grease, oil, etc. The contractor will accommodate employees with special needs as to the type of uniform material they can wear due to allergies or other medical conditions at no additional cost to the government. If at any time the standard of quality for either service or merchandise does not meet industrial standards, Riverside National Cemetery will give the Contractor written notice to correct said deficiencies. If, after sixty (60) days from the date of written notice the Contractor has not corrected said deficiencies to meet industry standards, Riverside National Cemetery through the Contracting Officer has the option to cancel this Service Rental Contract. End of SOW -
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q9458/listing.html)
- Document(s)
- Attachment
- File Name: 36C78618Q9458 36C78618Q9458_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4125106&FileName=36C78618Q9458-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4125106&FileName=36C78618Q9458-000.docx
- File Name: 36C78618Q9458 P07_Riverside Wage Determination.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4125107&FileName=36C78618Q9458-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4125107&FileName=36C78618Q9458-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C78618Q9458 36C78618Q9458_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4125106&FileName=36C78618Q9458-000.docx)
- Record
- SN04843544-W 20180307/180305231839-b205726c04a740a22aa8cf835acf955b (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 |