DOCUMENT
36 -- Textile Linen Service processing For Textilecare Laundry Facility Shutdown for 5 Months. (VA-18-00072327) - Attachment
- Notice Date
- 7/21/2018
- Notice Type
- Attachment
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- 36C24218Q9732
- Response Due
- 7/25/2018
- Archive Date
- 9/23/2018
- Point of Contact
- JAMES, EULANDA
- E-Mail Address
-
Contract Specialist
(Eulanda.James@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Page 1 of 4 THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The New York Harbor Healthcare System (NYHHS) St. Albans Community Living Center (SCLC) Textile Care Facility (TCF) located at 179-00 Linden Blvd Saint Albans New York 11433 is requesting procurement information for a commercial laundry project. The Network Contracting Office, (NCO) 2 is in search of SDVOSB/VOSB organizations that are capable of servicing the SCLC, NY. NCO2 need to procure the following commercial laundry services: Scope of Work This document contains the technical provisions for laundry services that are to be provided to NYHHS St. Albans Community Living Center (SCLC) Textile Care Facility (TCF). The work required by this Performance Work Statement (PWS), consists of furnishing the physical laundry plant (at an off-site location), all labor, supervision, management, management support, supplies, ancillary equipment, vehicles and materials necessary for accomplishment of complete laundry services, as described herein this Performance Work Statement. All workmanship shall be in accordance with practices established by the Association of Linen Management (ALM) www.almnet.org, Drycleaning & Laundry Institute (DLI) www.ifi.org (formally International Fabricare Institute), accepted industry standards and Veteran Affairs Laundry Publications. It is intended that services shall include all processes necessary for the laundering 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 (TJC). 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. * Plants in which the work is done shall be open to inspection of sanitary conditions by Government representatives. After processing, laundered articles shall be in serviceable and sanitary condition, meeting established quality and performance requirement standards as shown in Quality Assurance Surveillance Assurance Plan (QASP). *The Laundry Plant layout/design should incorporate a design for asepsis where by clean linen does not come into contact with soiled linens nor share the same physical space, thus avoiding cross-contamination or reintroduction of bacteria once processed. Individual facility linen items shall remain separate through all processing cycles; soiled receipt, pre-sort, washing, drying, post-sort, processing and clean shipment. The use of tags will be used to record the processing in and out time of each Medical Center s laundry processing and maintain for time verification. A maximum of two empty washer pockets shall be placed in between each facility s linen to ensure linens are kept separate through the tunnel washer. Soiled linen with the same wash/dry formulas shall be combined to conserve water, chemicals, utilities and energy to ensure full utilization of and avoid damage to laundry equipment. Any change of function by the Government, which may affect this contract as contemplated by this paragraph, and which requires permanent adjustments in frequency or type of performance, will be coordinated with the Contractor by the Contract Officer Representative (COR) and Contract Specialist/Contract Officer (CS/CO) prior to initiation of such a change to assure adequate contractual coverage. The contractor shall provide pick-up and delivery services to transport clean and soiled textiles Monday through Friday between the hours of 8:00am and 4:30pm according to the established schedule, except for government holidays. Contractor shall be responsible for delivering and exchanging prepackaged clean linen carts for preloaded soiled linen carts. Carts are 28 wide x 54 long x 63 in height and may vary in quantity and weights from delivery to delivery, particularly subsequent to the weekends and/or holidays. Contractor shall be required to use wheel chalks on the stationary set of wheels of each cart and suitable straps shall be used for each row of carts to secure each load. Any items found to be unsatisfactorily cleaned shall be identified for the contractor by Quality Assurance Evaluator (QAE)/COR in the laundry plant or by the facility linen distribution clerk at the contractor s facility. Items identified by the government shall be returned on the next scheduled pickup after an unsatisfactory condition is discovered. These items are to be kept separate from the normal laundry items and packaged for separate processing at the local facility pickup point. The contractor shall re-wash items as needed or directed by the QAE/COR. Responsibility for the cost of re-wash shall be borne by the party governing control over the cause for unsatisfactory cleaning. Re-wash items shall be shown as a separate line item on the monthly invoice noting the cause for re-wash. Poundage for re-wash caused by factors outside of the contractor s control shall be billed at the rate specified for soiled linen in the pricing schedule. Emergency situations may require alteration of schedules. Emergency situations will be defined by the QAE/COR. In the event of medical facility emergencies, disaster, or drills, the contractor shall perform all services required by the emergency. The contractor shall respond to the requirements in the Medical Center Disaster Plan placed upon the "Laundry" or Textile Care Section. This contract is intended to produce a minimal acceptable level of performance. The government does recognize the possibility of the contractor achieving the same or improved results due to innovative approaches and advances in the state-of-the-art of materials and supplies. Any proposed changes to these specifications are contingent upon the recommendations of the QAE/COR and the approval of the CO in a written modification to the contract. Contractor will provide laundry services/contingency services during any contractor shutdown by contracting with available laundry plants. This charge will be agreed upon by COR and Contracting. The charge/billing for services during alternate location of laundry services will continue to be billed on a cost per pound statement. Linen that is prepared prior to linen requests will be labeled with the quantity, type and date the linen was washed. At no time will linen remain in excess of 30 days in a linen cart for preparing par levels for linen orders. If linen exceeds 30 days the linen will be rewashed prior to sending to the site at the expense of the contractor. All new linen that is pre-washed will be maintained in the warehouse or the pack room and not in the laundry. The one exception is in preparation to be pre-washed for use. Re-work will be completed within 72 business hours of linen identified as needed to be re-worked and sent to the sites within 96 business hours Tasks Soiled linen, patients clothing, uniforms, specialty items and general linens shall be shipped in closed laundry bags contained in facility identified linen shipping/receiving carts. The contractor shall separately process each facility s linens. The contractor shall transport each facility s soiled linens to the laundry plant. After the linens are cleaned and processed, the contractor shall transport the clean linens back to the TCF. The contractor must have the ability to weigh and record weights of soil linen carts. Ability to transport bins and linen carts trucks from the TCF to their laundry facility and back to TCF. Ability to segregate soil linen from clean linen through a permanent barrier. Ability to wash, iron and fold up to 30,000 pounds per day. Ability to use peroxide as a bleaching agent. Ability to fold items using standard laundry practices. Ability to wash and sanitize soil carts prior to loading clean items into return carts. Ability to record and weigh clean items by piece in bins returning to Textile Care Facility (TCF). Once the price is set there will be no surcharge due to any rise in fuel, utilities or labor cost or ezpass tolls for the duration of the contract. All uniforms returning to plant will be on hangers and in railed bins All patient clothing will be folded, stacked neatly and covered in bins. All lab coats will be steamed to remove wrinkles, hung and put into railed bins. Tunnel tyration report from chemical company must indicate P.H level not above 12. Specific Tasks The quantity of linen in the system at the beginning of the contract shall be maintained. Daily records shall be maintained by the Contractor and by TCF, recording pounds and/or pieces of clean linen shipped and pounds of soiled linen received. The Operations Manager and QAE/COR will oversee the in-laundry and customer counting. The purpose of the inventory is to assess the general effectiveness of the washed /dried linen we received back from the contractor. Contractor shall receive and weigh soiled linens, uniforms, patient clothing, mops and other general or surgical linens. Contractor shall sort soiled linens into proper wash classification by means of flat conveyor. Contractor shall process soiled linens (general and surgical), uniforms, patient clothing, mops and other general or surgical linens. Contractor shall separate and package like linen items according to Paragraph V. All surgical linens shall be packaged separately from other linens. Contractor shall pre-treat or pre-wash patients clothing, put on hanger, run through steam tunnel and hang on rolling rack and return to proper Medical Center. Excluding any items placed on a plastic hanger that will require immediate placement on the hanger after the dryer has completed the cycle. Contractor shall pre-treat or pre-wash uniforms, put on hanger, run through steam tunnel, hang on rolling rack or cart and return to proper Medical Center. Excluding any items placed on a plastic hanger that will require immediate placement on the hanger after the dryer has completed the cycle. Contractor shall dry patient clothing (underwear, socks, and other general or surgical linens) package and return to proper Medical Center. Contractor shall clean transport carts. Contractor shall release clean linens, uniforms, patient clothing and other general or surgical linens. Contractor shall, on a monthly basis, process laboratory test pieces and submit them to the appropriate laboratories approved by COR for analyses of effects of processing. Contractor shall perform all above tasks as required in declared emergency situations. The Contractor shall accomplish all soiled linen sorting. Contractor shall maintain records for cleaning schedules and stock rotation. Capability Statement Requirements: RESPONSES MUST INCLUDE THE FOLLOWING INFORMATION: Company Name, Address, Size Standard, DUNS #, Cage Code Point of Contact name, phone number, and email address NAICS Code 812332 and Small Business Size Standard $38.5 millions MUST be assigned to company Commercial Laundry Price List (your price list or the price list you intend to use) Capability Statement: Provide proof of past performance (provide 2 commercial laundry contracts you have worked on in the last 5 years or of the company that will be performing the service) Specify the specific line items in which you intend to provide. If you will NOT be performing the laundry services, you must provide a Letter of Intent from the business you intend to use (explaining their agreement with you to perform the services according to the solicitation), along with references of their past laundry services. *NOTE Acquisitions will only be set aside for SDVOSBs/VOSBs if two or more responses are received with the required information listed above, by the due date specified below. Only SDVOSB and VOSB offerors are invited to respond to this Sources Sought Notice via email to Eulanda.James@va.gov, along with any other questions or concerns, no later than 12: Noon Daylight Saving Time (DST) 07/25/2018. Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218Q9732/listing.html)
- Document(s)
- Attachment
- File Name: 36C24218Q9732 36C24218Q9732.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4498843&FileName=36C24218Q9732-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4498843&FileName=36C24218Q9732-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24218Q9732 36C24218Q9732.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4498843&FileName=36C24218Q9732-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;New York Harbor Healthcare System;St. Albans Community Living Center (SCLC);179-00 Linden Blvd;Saint Albans New York
- Zip Code: 11433
- Zip Code: 11433
- Record
- SN05001889-W 20180723/180721230033-57940ac4fd464b61c86fabb0acb91b9d (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 |