Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2020 SAM #6955
SOLICITATION NOTICE

S -- Hospital Laundry & Dry Cleaning Services Shiprock New Mexico

Notice Date
12/12/2020 12:42:23 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
NAVAJO AREA INDIAN HEALTH SVC WINDOW ROCK AZ 86515 USA
 
ZIP Code
86515
 
Solicitation Number
IHS1418531
 
Response Due
12/17/2020 2:00:00 PM
 
Archive Date
12/18/2020
 
Point of Contact
Linda Delaney, Phone: 505-3686089, Felecia Chavez, Phone: 5053686086
 
E-Mail Address
linda.delaney@ihs.gov, felecia.chavez@ihs.gov
(linda.delaney@ihs.gov, felecia.chavez@ihs.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This synopsis/solicitation notice is a request for proposals for the Contractor to provide laundry and dry cleaning services for Northern Navajo Medical Center which is the primary provider of comprehensive inpatient care, ambulatory care, dental care, preventive and community health services, and environmental health services for members of the Navajo Nation (tribe) and San Juan Southern Paiute Tribe. The location of the facility is: Northern Navajo Medical Center Highway 491 North Shiprock, NM 47820 This is a Firm Fixed Price (FFP), non-personal services contract. The FFP for each line item listed below shall be inclusive of all necessary labor, materials, equipment, facility, supplies, permits, licenses and transportation costs to furnish laundry and dry cleaning services, to include pickup and delivery, as specified in the attached Performance Work Statement (PWS) and the below applicable documents. Applicable Documents - The Joint Commission ""Surveillance, Prevention, and Control of Infection"" standard - Centers for Disease Control and Prevention & Recommendations for Isolation Precautions in Hospitals - Centers for Disease Control and Prevention ""'Guidelines for Laundry in Healthcare Facilities."" - The Facility Guideline Institute ""Guidelines for Design and Construction of Health Care Facilities."" - The Healthcare Laundry Accreditation Council the Accreditation Standards for Processing Reusable� �Textiles for use in Healthcare Facilities, 2016 Edition (or most recent edition) Period of Performance: January 01, 2021 THRU December. 31, 2021 ITEM No. 1 Rough Dry/Flat Work/Mop Heads Northern Navajo Medical Center����������������������� 350,000������� lb ITEM�� No. 2��� Finish Work Northern Navajo Medical Center��������������������������� 3,400������� lb ITEM�� No. 3��� Dry Cleaning Northern Navajo Medical Center��������������������������� 2,800������� lb EVALUATION CRITERIA: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The evaluation factors and significant sub-factors shall be significantly more important than cost or price. The following evaluation factors shall be used to evaluate offers: 1. Logistics Requirements: The offeror shall provide information on business location, equipment on hand, delivery vehicles and personnel available to provide institutional laundry and dry cleaning services, and meet defined delivery schedules and infectious contamination problems specified in the PWS and applicable documents. 2. Past Performance Requirements: The offeror shall provide specific information regarding at least two (2) contracts of a similar nature and scope that have been performed within the last three (3) years. The information shall be clearly and concisely described. The offeror shall identify contracts, dollar values, client locations and points of contact with telephone numbers. The past performance must clearly explain how this experience relates to work requirements of this solicitation. Evaluation factors will receive paramount consideration in the selection for award. The Government will use a �Best Value Continuum� approach, and the selection for award will be made to the offeror whose proposal is most advantageous to the Government. If a tie should occur with the Evaluation Factors, then price will be the tie breaker. SUBMITTAL PROCESS: To be considered for award, your offer shall include the following information: 1.)� Pricing for base year, broken out by type and quantity of service listed above. 2.)� Narrative addressing the requirements stated in evaluation factor 2. 3.)� Two past performance references, contact information and description of services provided. Offeror shall be submitted to: Linda Delaney, Contract Specialist linda.delaney@ihs.gov 505-368-6089 No later than 5pm EST December 17, 2020. Later submissions shall not be considered. CONTRACT CLAUSES 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://www.acquisition.gov/far/ 52.204-7 System Award Management (Oct 2018) 52.209-5 Certification Regarding Responsibility Matters (Oct 2015) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony conviction under any Federal Law (Feb 2016) 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2018) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Oct 2020) 52.224-1 Privacy Act Notification (Apr 1984) 52.224-2 Privacy Act (Apr 1984) 52.229-3 Federal, State, and Local Taxes (Feb 2013) 52.232-18 Availability of Funds (APR 1984) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) 52.232-40 Providing Accelerated Payments to Small Business Sub-Contractors (Dec 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Aug 1984) 352.237-70 Pro-Children Act. (Dec 2015) (a) Public Law 103-227, Title X, Part C, also known as the Pro-Children Act of 1994 (Act), 20 U.S.C. 7183, imposes restrictions on smoking in facilities where certain federally funded children's services are provided. The Act prohibits smoking within any indoor facility (or portion thereof), whether owned, leased, or contracted for, that is used for the routine or regular provision of: (i) kindergarten, elementary, or secondary education or library services or (ii) health or day care services that are provided to children under the age of 18. The statutory prohibition also applies to indoor facilities that are constructed, operated, or maintained with Federal funds. (b) By acceptance of this contract or order, the Contractor agrees to comply with the requirements of the Act. The Act also applies to all subcontracts awarded under this contract for the specified children's services. Accordingly, the Contractor shall ensure that each of its employees, and any subcontractor staff, is made aware of, understands, and complies with the provisions of the Act. Failure to comply with the Act may result in the imposition of a civil monetary penalty in an amount not to exceed $1,000 for each violation and/or the imposition of an administrative compliance order on the responsible entity. Each day a violation continues constitutes a separate violation. 352.237-71 Crime Control Act of 1990-Reporting of Child Abuse (Dec 2015)(a) Public Law 101-647 also known as the Crime Control Act of 1990 (Act), imposes responsibilities on certain individuals who, while engaged in a professional capacity or activity, as defined in the Act, on Federal land or in a federally-operated (or contracted) facility, learn of facts that give the individual reason to suspect that a child has suffered an incident of child abuse. (b) The Act designates covered professionals as those persons engaged in professions and activities in eight different categories including, but not limited to, teachers, social workers, physicians, dentists, medical residents or interns, hospital personnel and administrators, nurses, health care practitioners, chiropractors, osteopaths, pharmacists, optometrists, podiatrists, emergency medical technicians, ambulance drivers, alcohol or drug treatment personnel, psychologists, psychiatrists, mental health professionals, child care workers and administrators, and commercial film and photo processors. The Act defines the term child abuse as the physical or mental injury, sexual abuse or exploitation, or negligent treatment of a child. (c) Accordingly, any person engaged in a covered profession or activity under an HHS contract or subcontract, regardless of the purpose of the contract or subcontract, shall immediately report a suspected child abuse incident in accordance with the provisions of the Act. If a child is suspected of being harmed, the appropriate State Child Abuse Hotline, local child protective services (CPS), or law enforcement agency shall be contacted. For more information about where and how to file a report, the Childhelp USA, National Child Abuse Hotline (1-800-4-A-CHILD) shall be called. Any covered professional failing to make a timely report of such incident shall be guilty of a Class B misdemeanor. (d) By acceptance of this contract or order, the Contractor agrees to comply with the requirements of the Act. The Act also applies to all applicable subcontracts awarded under this contract. Accordingly, the Contractor shall ensure that each of its employees, and any subcontractor staff, is made aware of, understands, and complies with the provisions of the Act. 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 1 days. ATTACHMENTS Performance Work Statement (PWS) Wage Determination
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/74e7074247df4675aa905c9400fdcbac/view)
 
Record
SN05872621-F 20201214/201212230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.