Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2024 SAM #8129
SOLICITATION NOTICE

S -- Laundry and Linen services for Pawnee Indian Health Center

Notice Date
2/27/2024 11:37:07 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812331 — Linen Supply
 
Contracting Office
OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
 
ZIP Code
73114
 
Solicitation Number
246-24-Q-0055
 
Response Due
2/29/2024 2:00:00 PM
 
Archive Date
03/15/2024
 
Point of Contact
Amber Chavez
 
E-Mail Address
amber.chavez@ihs.gov
(amber.chavez@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) # 246-24-Q-0055.��Submit only written quotes for this RFQ. This solicitation is 100% SMALL BUSINESS SET A-SIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02.� The associated NAICS code is 812331. This RFQ contains Five (5) Line Item: CLIN� DESCRIPTION� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � QTY� � � � � � �UNIT� � � � � � Unit Price� � � � � �TOTAL(12 mos) 0001 Linen Services � Base Year 03/16/2024 � 03/15/2025� � � � � � � 1� � � � � � � � � EA Blanket Thermals (white) (25 qty) Washcloths (white) (50 qty) TL Bath Blue Stripe (10 qty) Soil Bags � Red (8 qty) and Blue (4 qty)� Wet Mops � BOH (20 qty) and FOH (20 qty) 0002 Linen Services � Option Year One 03/16/2025 � 03/15/2026 0003 Linen Services � Option Year Two 03/16/2026 � 03/15/2027 0004 Linen Services � Option Year Three 03/16/2027 � 03/15/2028 0005 Linen Services � Option Year Four 03/16/2028 � 03/15/2029 Total for all years (Base + 4 option years):� PERIOD OF PERFORMANCE: Base Year: ���� �03/16/2024 � 03/15/2025 Option Year 1: 03/16/2025 � 03/15/2026 Option Year 2: 03/16/2026 � 03/15/2027 Option Year 3: 03/16/2027 � 03/15/2028 Option Year 4: 03/16/2028 � 03/15/2029 Delivery/Pick up location: Pawnee Indian Health Center 1201 Heritage Circle Pawnee, OK 74058 Vendor Requirements: �� The contractor shall provide linen services to include the following: Included linen during services: -Blanket Thermals (white) -Washcloths (white) -TL Bath Blue Stripe -Soil Bags � Red and Blue -Wet Mops � BOH and FOH Provide linen cleaning services of all spoiled linens. Pick-up of soiled linens and delivery of cleaned linens shall be done once weekly from Monday � Friday between the hours of 8:00 am � 4:15 pm. Contractor shall document the receipt of linens from the facility and provide receipt of linens per item to document the lease of linen property. Conduct cleaning of all soiled linens according to Joint Commission standard IC.01.02.01 and HLAC standards and documentation to include detergent name and temperature of water shall be provided. Contractor shall ensure all linens that are leased to the Pawnee IHC are cleaned separate from other facilities/organizations. Return all linens in a clean, presses, uniform manner that is covered with plastic according to industry standard to maintain cleanliness and integrity to ensure there is no compromise during transit to facility. Contractor shall provide a manifest that documents the linens cleaned. Any variance shall be noted. Contractor shall provide linens free of tears or any other markings. Submit Quotes no later than: 02/29/2024 4:00 P.M. CDT� to the Following Point of Contact: �via Email: amber.chavez@ihs.gov. Evaluation:� FAR 52.212-2 Evaluation -- Commercial Items (completed as follows): (a) The Government will award a FIRM-FIXED price 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 following factors shall be used to evaluate offers: Lowest Price Technically Acceptable To be considered technically acceptable, items must meet the following: Contractor shall be accredited by HLAC or demonstrate ability to comply with current HLAC standards and any updates during the life of this contract. Contractor shall provide permits, licenses, manifests, and safety data sheets required by law and regulation. Contractor shall make pickups and deliveries to the Property and Supply department located in the back loading dock once weekly, Monday � Friday between 8:00am � 4:15pm. Contractor shall provide itemized receipt of items delivered and picked up. This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below.� Terms and conditions other than those stated will not be accepted.� The above pricing is all inclusive.� PROVISIONS:� The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offeror- Commercial Items (SEP 2023); FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (NOV 2023) (the offeror should include a completed copy of this provision with their quote). CLAUSES:� The following FAR clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items (NOV 2023); FAR 52.212-5 (DEC 2023), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): �FAR 52.203-6 Restrictions on Subcontractor Sales to the Government;� 52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-8; FAR 52.219-13,; FAR 52.219-28,; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving;� FAR 52.225-1, Buy American Act--Supplies;� FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-41,FAR 52.222-43 Fair Labor Standards Act and Service Contract Act � Price Adjustment.��The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. Miscellaneous: NO FAX QUOTATIONS ELECTRONIC SUBMISSIONS � SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (amber.chavez@ihs.gov)� All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award.� Please submit the following information with each quote: Vendor Name, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability.� Failure to provide sufficient technical detail may result in rejection of your quote
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0103ee27864d41f8a85b10218c814b3b/view)
 
Place of Performance
Address: Pawnee, OK 74058, USA
Zip Code: 74058
Country: USA
 
Record
SN06978171-F 20240229/240227230046 (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.