Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 31, 2019 FBO #6549
SOLICITATION NOTICE

S -- Uintah and Ouray Laundry Services - Combined Synopsis Solicitation

Notice Date
10/29/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Phoenix Area Office, Division of Acquisition Management, Two Renaissance Square, 40 N. Central Avenue, Suite 507, Phoenix, Arizona, 85004, United States
 
ZIP Code
85004
 
Solicitation Number
75H71220R00002
 
Point of Contact
JonathanR. Schrader, Phone: 6023645372
 
E-Mail Address
jonathan.schrader@ihs.gov
(jonathan.schrader@ihs.gov)
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
Statement of Work Wage Determination Provisions and Clauses Intro Document. Please sign and return this form with your price. A. Requesting Office: ATTN: Facility Management - Shawn Gant U & O Indian Health Center PO Box 160 6822 E. 1000 South Fort Duchesne, UT 84026 B. DESCRIPTION OF SERVICES The Contractor shall provide qualified personnel, supplies, materials and equipment necessary to provide healthcare linen rental and laundering services for government owned goods in accordance with the linen requirements listed below: Linen Rental and Laundry Services for Government Owned Goods: • Laundry sorting areas shall be separate from processing and packing areas. • Pickup and delivery of laundry and linens by Contactor personnel from Fort Duchesne Indian Health Service clinic and to Contractor is processing facility. Pickup and delivery of laundry and linens by Contractor personnel from Contractor's processing facility to Fort Duchesne Indian Health Service clinic. o Delivery and pickup clean and soiled laundry and linens shall be accomplished at least once a week. Other scheduled deliveries may be required during emergencies or special circumstances. o The Contractor and Indian Health Service shall determine a scheduled time and date of delivery and pickup. The scheduled time and date shall only occur during clinic hours. Clinic hours are from Monday through Friday from 8:00 AM to 4:30 PM Mountain Standard Time excluding recognized Federal holidays. o Deliveries and pickups will be made to the Fort Duchesne Indian Health Service clinic. • Special controls shall be used in the transportation of linen to ensure delivery of contamination-free linen when transporting to the clinic. o Clean linen shall be wrapped in impervious bags or similar protection at the processing site and shall remained wrapped until it is ready for use. o Laundry carts for transportation between the hospital and the laundry shall be provided by the contractor. All cart used for pickup and delivery of linen to hospital shall be cleaned with a germicide prior to transporting clean linen. Separate containers shall be used for transporting clean and soiled linen within the contractor's facility. Carts must be designed to remove heavy bundles from the bottom of each cart, such as spring board at the bottom to avoid injury. o All vehicles used to transport soiled linen to the laundry shall be thoroughly cleaned using a germicide before being used to transport each load of clean linen to the hospital. • All flat work such as spreads, aprons, sheets, pillowcases lab coats, scrubs suits, warm-up jackets shall be laundered and suitably ironed. Lab coats shall be placed on hangers. • All linen and garments shall be inspected by the Contractor at the laundry site. The linen shall be dry, free from spots, stains, holes, rips, lint, hair and other foreign matter. Any contractor owned items delivered as clean that are found to be unserviceable shall be returned to the Contractor. The Contractor shall issue full rental credit for each contractor owned item that is found to be unsatisfactory. • Quality of work for laundering shall be accomplished in accordance with the Standards as established by the American Institute of Laundering, Accreditation Association for Ambulatory Health Care (AAAHC), Occupational Safety and Health Administration, Federal, Tribal, State and local regulatory guidance and ordinances in regards to bio hazardous waste, disposal, and applications. Determination of compliance with standards shall be made by the Government. • Management of laundry plant facilities and linen services must be in compliance with the Standards as established by the American Institute of Laundering, Accreditation Association for Ambulatory Health Care (AAAHC), Occupational Safety and Health Administration, Federal, Tribal, State and local regulatory guidance and ordinances in regards to bio hazardous waste, disposal, and applications. Determination of compliance with standards shall be made by the Government. • Type of rental linens available by the Contractor shall be determined and selected by the by mutual agreement between the Contractor and the Government. • All new linen items shall be laundered before being delivered to the Fort Duchesne Indian Health clinic. Packing: • Clean linen shall be wrapped in impervious bags or similar protection at the processing site and shall remain wrapped until it is ready for use. • Linen shall be delivered to the Fort Duchesne Health Center housekeeping supply room presorted by size and type of item and packaged in bundles. The count in each package to be determined by mutual agreement between the Contractor and the Government. A production sheet shall accompany each delivery ticket with the current date. The production sheet should indicate any shortage or changes in the order. The number of items listed shall be accurate upon delivery. All items shall be bundled by 20 items per bundle. Inspection: • Inspection of delivery items will be made by the Housekeeping department upon delivery at the Fort Duchesne Indian Health Center. • The Contractor's processing facilities shall be available for inspection by representative of the US Indian Health Service. The Contractor's equipment and facilities must comply with American Institute of Laundering, Accreditation Association for Ambulatory Health Care (AAAHC), Occupational Safety and Health Administration, Federal, Tribal, State and local regulatory guidance and ordinances in regards to bio hazardous waste, disposal, and applications to the satisfactory performance of the service to be required under this contract. Such equipment and facilities shall be subject o inspection by the Contracting Officer or his/her designee. • The articles furnished by the Contractor shall be inspected to determine that they meet the requirements of the Contractor and other necessary standards. • The quality of articles furnished hereunder must be maintained. The physical appearance and condition of clean linens shall be as follows: o One hundred percent dry, no permanent stains or signs of wear, fraying, tears, free of shredded material. o Clean Linen/textiles will be wrapped in impervious bags or similar protection. o Soiled linen will be picked up and transported separately from clean linen. • Any defective articles owned by the Contractor must be withdrawn and new materials are to be supplies at no additional cost to the Government. If the Government is at fault in mishandling Contractor owned linen articles furnished by the Contract, due theft, losses or damaged line, the Government will reimburse up to 50% for replacement costs on Contractor's linen articles. • Contractor must notify Government of any defective Government owned goods. Contractor must remove and separate defective Government Owned Goods. Government will be responsible to replace Government owned goods. B. PRICE & COST SCHEDULE: Description: Quantity: Unit: Cost: Rented Laundry Bag, Red 96 Each Government Owned Bar Towel, Blue Bar 2160 Each Government Owned Bar Towel, Wash Cloth 1584 Government Owned Bar Towel, Doctor Towel 1440 Each Government Owned Bar Towel, Microfiber Mop 1200 Each Government Owned Bar Towel, Wet Mop 144 Each Government Owned Bar Towel, Dry Mop 96 Each Government Owned Bar Towel, Dental Gown, Medium 384 Each Government Owned Bar Towel, Privacy Curtains 96 Each Government Owned Bar Towel, Thermal 48 Each CAN: OCC: C. PERIOD OF PERFORMANCE: One year from execution of contract, with four (4) option year periods. D. POINTS OF CONTACT: Indian Health Service Point of Contact: Shawn Gant Facilities Manager Fort Duchesne Health Center 6288 East, 1000 South Ft. Duchesne, UT 84026 Phone: (435) 722-6842 James Kee Property and Supply Manager Fort Duchesne Health Center 6288 East, 1000 South Ft. Duchesne, UT 84026 Phone: (435) 722-6836 E. PAYMENT AND INVOICING INSTRUCTIONS: Invoices shall be prepared with the following information CLEARLY identified on the invoice: 1. Invoice Date and Number 2. Contract Number 3. Charges for service or products identified BY LINE ITEM Number 4. Brief description of products or services rendered 5. Charges should follow Line Item structure on contract to include Quantity, Unit of issue, Unit Price, and Total Amount as applicable 6. Dates of Service or Shipment Invoices shall be prepared and submitted electronically and in accordance with rates and terms as stated in the contract. Invoices should be sent electronically to the following departments and addresses in the same e-mail: Finance: PHXAreaAP-team@ihs.gov For purposes of interest accrual and time of official receipt, Finance will designated a point of contact to receive for the Government. Invoices shall be submitted electronically to the e-mail address listed below: PHXAOAP-Team@ihs.gov A copy of the invoice should be sent electronically to the contract specialist(s) at the address listed below: Service Unit Representatives: james.kee@ihs.gov I certify that the following criteria have been met in determining the need for the requested items. a. The item(s) are absolutely essential to the program needs. b. The item(s) required are the least expensive which will satisfy the needs of the requesting program. c. The items(s) meet initial use of replacement standards. d. There are no other items available, either from equipment pools or unrequired sources within the agency/office that will meet the program needs. e. Staff is now or will be qualified to utilize the requested item(s). 7. Forward Invoice: Phoenix Area Office Two Renaissance Square 40 North Central Ave. Suite 512 Phoenix, AZ 85004-4424 8. Contact Person James Kee 435-725-6836 9. Issuing Office: John Stout 602-364-5360 10. Delivery tickets: All deliveries under this agreement shall be accompanies by delivery ticket or sales slip stating shall contain the following minimum information:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-PIMC/75H71220R00002/listing.html)
 
Place of Performance
Address: PO Box 160, 6822 E. 1000 Street, Fort Duchesne, Utah, 84026, United States
Zip Code: 84026
 
Record
SN05485033-W 20191031/191029230548-8a56c5541be68dadb8f216aa8759bc95 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.