SOLICITATION NOTICE
V -- Q&A Amend | CTX Delivery and Pickup Laundry Drivers for Waco | Base 8/28/2024 to 8/27/2025.
- Notice Date
- 6/26/2024 1:07:13 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 484110
— General Freight Trucking, Local
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25724Q0680
- Response Due
- 7/11/2024 10:00:00 AM
- Archive Date
- 09/09/2024
- Point of Contact
- Lorri Schoellkopf, Contract Specialist, Phone: 210 831 1852
- E-Mail Address
-
lorri.schoellkopf@va.gov
(lorri.schoellkopf@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 5. PROJECT NUMBER (if applicable) CODE 7. ADMINISTERED BY 2. AMENDMENT/MODIFICATION NUMBER CODE 6. ISSUED BY 8. NAME AND ADDRESS OF CONTRACTOR 4. REQUISITION/PURCHASE REQ. NUMBER 3. EFFECTIVE DATE 9A. AMENDMENT OF SOLICITATION NUMBER 9B. DATED PAGE OF PAGES 10A. MODIFICATION OF CONTRACT/ORDER NUMBER 10B. DATED BPA NO. 1. CONTRACT ID CODE FACILITY CODE CODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers E. IMPORTANT: is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY is not extended. 12. ACCOUNTING AND APPROPRIATION DATA (REV. 11/2016) is required to sign this document and return ___________ copies to the issuing office. is not, A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. 15C. DATE SIGNED B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER Contractor 16C. DATE SIGNED 14. DESCRIPTION OF AMENDMENT/MODIFICATION 16B. UNITED STATES OF AMERICA Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER 16A. NAME AND TITLE OF CONTRACTING OFFICER 15B. CONTRACTOR/OFFEROR STANDARD FORM 30 PREVIOUS EDITION NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.243 (Type or print) (Type or print) (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) (Number, street, county, State and ZIP Code) (If other than Item 6) (Specify type of modification and authority) (such as changes in paying office, appropriation date, etc.) (If required) (SEE ITEM 11) (SEE ITEM 13) (X) CHECK ONE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT (Signature of person authorized to sign) (Signature of Contracting Officer) 1 17 0001 06-27-2024 674-24-4-5066-0153 36C257 Department Of Veterans Affairs Network Contracting Office 17 5441 Babcock Road Ste. 302 San Antonio TX 78240 36C257 Department Of Veterans Affairs Network Contracting Office 17 5441 Babcock Road Ste. 302 San Antonio TX 78240 To all Offerors/Bidders 36C25724Q0680 06-11-2024 X X X X 1 The purpose of this amendment is to publish questions received and their answers and to provide revised SOW (changes highlighted in yellow). Page 1 of 17 Page 17 of 17 36C25723P0775 Page 41 of 45 Page 1 of RFQ 36C25724Q0680 - CTX Delivery and Pickup Laundry Drivers Amendment #0001 Questions and Answers Q1: When it comes down to the trailer type: do you need 4 dry van trailers or are they a different type of trailer? A1: Standard 4 dry van trailers are acceptable. Q2: How will the government calculate the Total Proposed Pricing for truck drivers? For example, the two lanes (Waco Kerrville (round trip: 380 miles) / (Waco Dallas (round trip: 186 miles) is ~$5.50 per mile (according to Logistics software, Acend TMS) which far exceeds U.S. Department of Labor Wage Standards ($21.50). Would the government be opposed to allowing drivers to be salaried at a rate that exceeds $21.50, but far lower than $5.50 per mile? This would allow our drivers to be exclusive to the proposed contract for the duration and keep the cost low as possible. A2: How drivers are paid is up to the contractor. Wage Determination 2015-5261, Revision 23 dated 4/23/2024 is applicable. Contractor can pay drivers whatever amount they wish, as long as it is at least the applicable minimum wage rate required on the Wage Determination. Q3: The solicitation states that All deliveries (hook and drops) will start from Doris Miller VA Medical Center, Laundry Building 226, and all soiled clothes/linen will be returned to Doris Miller VA Medical Center, Laundry Building 226. - Carefully reading through the SOW, it suggests additional requirements (handling laundry carts, loading, unloading, inventory, ect ) which could require personnel in addition to the delivery drivers. Request clarification so the appropriate number of personnel could be allocated to satisfy the proposed task. A3: This is a hook and drop contract. All language to suggest otherwise has been removed from SOW and revised SOW is an attachment to this amendment. Q4: Providing additional personnel is required, will contractor be required to have members (contractor employees) at all three locations (Waco, Kerrville and Dallas) to load/unload, inventory, handle laundry carts, ect...? Example: Full scale hands-on delivery services (Excluding washing, pressing, and folding). Please clarify to ensure the appropriate number of personnel is accounted for at each location, for quoting. A4: Additional personnel will not be required as this is a hook and drop contract. Q5: The requirements states in section (B.2 Statement of Work-page 5/65) the contractor is required to have a sterile and soil trailer. I would like clarification regarding sterile vs soil. Sterile Processing Unit (SPU Vehicle) or standard clean ""sterile"" and soil ""unclean"" vehicle. A5: One ""Sterile"" (meaning clean) and one soiled (meaning ""unclean"") trailer is required for each site. Q6: The Notice identifies weigh of linen bags in section (B.2 Statement of Work-Page 5/65). I would like to clarify two drivers will be required per delivery to assist with loading trailer? I would like to clarify the need of a forklift per trailer provided by the contractor? A6: Only one delivery driver per location will be needed. This will be a hook and drop contact. Q7: Would this Notice require the contractor and team members of the contractor to obtain sterile processing training/certification? A7: No training is required. Language removed from SOW. See revised SOW attached. Q8: Can you identify any barriers prior contractors were challenged with while performing this notice? A8: The only challenge we are aware of is severe weather. Q9: Would there be a designated point of contact through the duration of the contract to ensure consistent flow of communication? A9: Yes, the designated POC will be the Contracting Officer s Representative (COR). If that individual should change, the Contractor will be notified of the new COR. Q10: Does this Notice have specific peak periods/months? A10: No specific peak periods. Q11: Do the loads increase during peak periods? If so, can you elaborate on the changes? A11: No specific peak periods. Q12: Can you provide further details on the clearance process for contractors and team members? A12: Contractors and team members are vetted by the vendor per vendor s policies. Q13: Could you identify any barriers and or challenges that we should anticipate? A13: None, other than common barriers when operating a semi-truck and trailers. Q14: What are cost barriers that previous contractors may have failed to notice? A14: None that we are aware of. Q15: Will the contractor be made aware of any delays in advance that may interfere with timely pickup and deliveries? A15: Yes, Contractor will be notified of any delays as far in advance as possible. Q16: SOW Indicates 10 to 32 carts weighing between 300-850 lbs. Can a daily average for clean and soiled laundry be provided? A16: Daily average is between 15 and 17 carts per day/load, per location. Contractor provided equipment: Contractor will provide at least two (2) drivers, two (2) delivery diesel power trucks to haul VA trailers Contractor will provide four (4) 48 -53 trailers One (1), sterile trailer for drop and one (1) soiled trailer for each site (2 sites) Q17: Will the VA or Contractor provide the trailers and there is conflicting language given VA trailers A17: Contractor will provide four (4) 48 -53 trailers. All references to VA trailers have been removed from SOW. See attached revised SOW. Q18: If Contractor provided, do trailers need to be 48 -53 or of sufficient size to meet the requirements of 300-850 lbs/day A18: This will be up to the contractor providing the trailers. Section 1 Scope of Work Section 1.1 General Conditions All services start at Doris Miller VA Medical Center in Waco (Waco), delivering clean laundry to two separate facilities, Kerrville VA in Kerrville, TX (Kerrville) and Dallas VA in Dallas, TX (Dallas) Q19: States earliest pickup for Sterile laundry, 0500 (Kerrville) and 1030 (Dallas) and latest delivery of soiled laundry back to Waco, 1330 (Kerrville) and 1630 (Dallas). Are those times fixed and assigned by Waco? A19: Yes, assigned by Waco Laundry, Environmental Management Services. Q20: States Contractor shall be available for Saturday delivery when deemed necessary with 24-hour response time for delivery. Can you provide the number of Saturday deliveries per location for the previous 12-month period? A20: One (1) Saturday delivery for South Texas (Kerrville) was required within the past year. Section 9 Damage and Equipment Loss Section 9.3 Participation in Inventories Q21: Please detail Contractor expected contributing activities as well as expected frequency of personal inventory counts. A21: No contributing activities will be required. All inventory counts are conducted by the laundry facilities. Language removed from SOW. See attached revised SOW. Section 10 Linen Control Section 10.1 Inventories Q22: Please detail Contractor expected contributing activities as well as expected frequency of linen inventory counts. A22: No contributing activities will be required. All inventory counts are conducted by the laundry facilities. Language removed from SOW. See attached revised SOW. Q23: This is a one year base period with two additional three month optional renewal periods. Is this contract expected to go away after the initial contract is complete? My company typically leases our trucks from Ryder or Penske, but such short lease terms would be more expensive than the five year lease we usually obtain. Why is it potentially only for 18 months? Is the requirement ending after that period? A23: The VA is currently uncertain of how long this requirement will be needed. Q24: Is there an incumbent? A24: Yes, the incumbent is Bolt Trucking & Transportation, contract number 36C25723P0775. Q25: Who sanitizes the trailers after each delivery? Is the driver required to load and unload? A25: The responsibility to sanitize trailers, if needed, rests with the vendor. Drivers are not required to load and unload trailers. Statement of Work Laundry Delivery Drivers (revised 6-26-24) Requirements The contractor shall be responsible for providing all personal, equipment and transportation for transporting sterile and bio-hazard laundry loads. All services will start at Doris Miller VA Medical Center, 4800 Veterans Memorial Drive Building 226, Waco, TX 76711. The deliveries and pickups will go to two (2) different facilities: Kerrville VA Medical Center, 3600 Memorial Blvd Building 18, Kerrville, TX 78028; and Dallas VA Medical Center, 4500 S. Lancaster Rd., TX 75216. Period of Performance: 08-28-2024 to 08-27-2025 This will be a 1-year base period with two additional 3-month optional renewal periods. All deliveries (hook and drops) will start from Doris Miller VA Medical Center, Laundry Building 226, and all soiled clothes/linen will be returned to Doris Miller VA Medical Center, Laundry Building 226. Deliveries will be done every day, Monday Friday, specified times below: Contractor will be transporting approximately 10 to 32 laundry carts which consists of microfiber - rags and mop heads, operating room linen, fitted and flat sheets, pillowcases, blankets, bath towels, and wash cloths. Laundry will weigh between 300Ibs to 850Ibs depending on whether laundry is cleaned or soiled. Contractor will provide at least two (2) drivers (one per location), two (2) delivery diesel power trucks (one per location), every day Monday Friday, to haul VA trailers with sterile and soiled laundry. Note: If a truck breaks down, contractor must replace truck to still make the delivery. If the driver is sick and cannot make the delivery, contractor must provide a backup driver to make the delivery. Contractor will provide four (4) 48 -53 trailers. One (1), sterile trailer for drop and one (1), soiled trailer for pickup for each site. o Each route will consist of a sterile and soiled trailer. o Delivery will start with a sterile trailer with clean laundry and drop off at locations below and pick up the soiled linen and bring it back to the Doris Miller VA Medical Center, Laundry Building 226. On federal holidays there are no laundry deliveries or pickups. Addresses for deliveries and pickups are below in General Conditions All deliveries will be hook and drops or drop and hooks. Section 1: Scope of Work 1.1 General Conditions: This document contains the technical provisions for the operation of the Laundry Services for the following locations below: 1. Dallas VA Medical Center 4500 Lancaster Rd. Dallas, TX 75216 Delivery Services will be done every day, Monday Friday excluding holidays. Delivery Hours of Operations: o Earliest time for pickup of Sterile Laundry 10:30 am o Latest delivery time for Soiled Laundry 4:30 pm Approximate travel time is 3.5 hours. Total mileage per day is approximately 188 miles round trip. Kerrville VA Medical Center 3600 Memorial Blvd. Kerrville, Texas 78028 Delivery Services will be done every day, Monday Friday excluding holidays. Delivery Hours of Operations: o Earliest time for pickup of Sterile Laundry 5:00 am o Latest delivery time for Soiled Laundry 1:30 pm Approximate travel time is 8 hours. Total mileage per day is approximately 406 miles round trip. Note: Contractor might have to make an Emergency Saturday delivery when deemed necessary by the VA with a 24-hour response time for delivery. 1.2 Statement of Work: The work required by this Statement of Work (SOW), consists of furnishing all drivers, supervision, management, management support, trucks, trailers and equipment necessary to successfully provide Laundry Services deliveries and pickups. The contractor shall perform to all standards identified herein. 1.3 Cleanliness Standards: All workmanship and Transportation shall be in accordance with practices established by the Association of Linen Management (ALM), International Fabricare Institute (IFI), and VA Laundry publications. 1.4. Pass-Through and Air Pressure System: Physical separation between soiled and clean linens shall be maintained through the presence of a barrier wall and the use of Pass-Through Equipment and positive air pressure shall be maintained in the clean section relative to a negative air pressure in the soiled section. Operations areas must be clean and orderly. Operations areas must be maintained with a copy of work orders being submitted to the Contracting Officer s Representative (COR) or Technical Representative upon request. Change Orders: Any changes of function by the Government, which may affect the 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 COR or technical representative and approved by the Contracting Officer (CO) and Contractor in writing, prior to initiation of such change to assure adequate contractual coverage and the payment of reasonable compensation to Contractor for additional costs incurred in connection with such changes. Emergency Requirements: Scheduled services are to be accomplished subject to emergency situations, which may require alteration of schedules. Emergency situations will be defined by the COR or technical representative. In the event of medical facility emergencies, pandemics, disaster, or drills, the Contractor shall perform all services required by the Medical Center Emergency Plan, as published by the Doris Miller VA Medical Center, Waco, Texas. The Contractor shall respond to the requests in the Medical Center Disaster Plan placed by the Emergency Operations Center and respond within 24 hours. Section 2: Contractor s Supervision Contractor Information: The contractor shall provide the COR with name and telephone number where the Alternate Contractor Project Manager (CPM) can be reached during normal business hours, 6:00am - 4:30pm, Monday - Friday. The CPM and Alternate CPM shall provide the VA with off-hours contact information in the case of missed/late deliveries, issues, or emergency situations. Response Timeframe for Contractor: The CPM and/or Alternate CPM shall respond in person, or via email, within one (1) day of notification by the COR or Technical Representative for matters concerning complaints, shortages, or extra linen needs. A plan of action to correct deficiencies should be submitted by email to the COR and Technical Representative within two (2) days of notification. Response to an emergency means that the contractor can assemble a production crew within eight (8) hours after notification by the COR or Technical Representative. The Government recognizes the possibility that in times of extreme circumstance the contractor may have to staff and operate their facility to meet contractual obligations, this potentially means seven (7) days a week 24 hours a day availability is required in extreme emergencies due to inclement weather or catastrophic plant failures. Section 3: Personnel Qualification and Requirements for Contract Service - Training Initial and Continuing: General Training Requirement: No contractor personnel shall be assigned to work under the contract until initial orientation and training, as specified herein, the government's procedures or special instruction from the COR or Technical Representative is completed. Refresher training shall be accomplished every twelve (12) months. Documentation verifying the contents of the re-training shall be available for review to the COR or Technical Representative within five (5) days of training, to include list of personnel who completed this training. Training Prior to Commencement of Work: A post award conference will be held at the Waco Laundry facility to familiarize vendor and team members with processes and procedures. Initial intensive training covering the topics below shall be no less than one (1) day, one (1) week in the case of supervisory personnel and shall commence no earlier than seven (7) days prior to starting work for all new personnel. An initial training plan, including topics with a brief statement of content, method of training, and schedule of training shall be forwarded for review to COR or Technical Representative. Initial training should include the following topics at a minimum: A general orientation of basic bacteriological concepts, including the basics of how disease is caused and transmitted. Infection Control orientation, relating duty functions on how infections can be prevented, reduced, or contained through proper environmental sanitation methods and to the technical provisions of this specification. Proper use and handling of supplies and equipment. Care and maintenance of government s property. Familiarization with local fire prevention and safety procedures. Familiarization with applicable hospital policies, regulations, and their effect on sanitation services. Familiarization with equipment operational manuals. Individual duties and responsibilities. Role of contractor personnel in the medical center and their impact on patient care, patient rights, patient safety, mission, and emergency procedures. Techniques and/or methods for measuring the quality of work performance. COR Attendance at Training: The COR or Technical Representative may attend training sessions. Records of Training: Records of all personnel s training shall be maintained by the CPM and available for review by the COR or Technical Representative within five (5) days of training. Section 4: Uniforms and Personnel Identification (applicable) to personnel on VA premises Uniform Requirements: All contractor personnel (except CPM) assigned to the performance of this contract shall wear a contractor-provided, standard, distinctive uniform that clearly and prominently displays the contractor's name. All uniforms are to be worn as designed by the manufacturer. Uniforms are to be cleaned and maintained in good repair at contractor's expense. Protective Clothing: Contractor personnel shall be required to wear Personal Protective Equipment/clothing (PPE) and shoe covers. These items will be supplied by the Contractor. The contractor shall ensure personnel are trained on how to wear Personal Protective Equipment/clothing and how to properly maintain and dispose. Personal Protective Equipment/clothing should be required at all stations to meet VA Infection Control standards. Shirt with contractor s name to be easily identified. Navy Blue Trousers Steel Toe Boots Personal Hygiene: Contractor personnel shall be clean and neat in appearance. Exposure to Hazardous Working Conditions: Contractor personnel may be required to perform work under potentially hazardous conditions. Contractor personnel shall be informed of potentially hazardous situations by the contractor, trained by the contractor in techniques required to recognize and deal with potentially hazardous situations in a manner which will minimize personal risk, and required to adhere to standard techniques for personal protection. ID Badges: a. The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. b. The Contractor shall provide an employee with contractor s badge to ID personnel that work for their company. Badge shall include: Name of personnel using the company s contractor badge with a recent photo Name of company Address of company Phone number of company Section 5: Communicable Illness and Workplace Safety Contracted staff with Illness: Contractor personnel who acquire a communicable illness shall not perform service under the contract and must be free of illness/symptoms for 48 hours before returning to work. Compliance with all regulations: Contractor shall be responsible for compliance with all appropriate OSHA and VA regulatory bodies and shall maintain the required records. Section 6: Quality Control 6.1 Quality Control Program: The contractor shall have a Quality Control Program to assure that the requirements of the solicitation are provided as specified. One copy of the contractor's Quality Control Program shall be submitted and approved by the COR or Technical Representative. Subsequent changes to the approved Quality Control Program shall be reviewed and approved by the COR or Technical Representative. The program shall include, but not be limited to the following: An inspection system covering the quality standards given in Quality Standards Summary. It must specify items to be inspected on both a scheduled and unscheduled basis of trailers being used by the contractor. A method for identifying deficiencies in the quality of services performed against the quality standards trailer hauling, before the level of performance has an impact on the operations for the sites included in the PWS. A file of all inspections conducted by the contractor and the corrective action taken. This documentation shall be made available to the Government during the term of the Contract. Contractor Access and Parking: Parking arrangements may change from time to time depending on security status of the property. The contractor shall accommodate all security issues as they are released by VA Police through the COR or Technical Representative. Deliveries shall occur at designated locations for each site. It should be noted that during stops at these sites the contractor is responsible for shutting off vehicle engines to prevent exhaust and fumes from entering the building. Government Supervision: The COR or Technical Representative is responsible for administration of the contract. This responsibility involves inspection, surveillance reporting and monthly certification of the Contractor's performance. The CO will furnish the name of the COR and the Technical Representative prior to the start-date of the contract. The Contractor shall be advised of the extent of the authority of the COR and Technical Representative. The COR or alternative COR may have a ride along to verify requirements and conditions are being satisfied for this contract. Section 7: Performance Evaluation Meeting Monthly (at a minimum) Evaluation: The CPM shall meet with the COR or Technical Representative on a minimum frequency of every 2 months according to schedule established by the COR or Technical Representative. Meetings will be as often as necessary at the discretion of the COR or Technical Representative, but not less than quarterly. A mutual effort will be made to resolve any problems identified such as on time deliveries or emergency deliveries. The written minutes of these meetings, prepared by the Government, shall be signed; first by the Contractor's representative; then by the Government's representative. Should the Contractor not concur with the minutes, the Contractor will state, in writing to the COR or Technical Representative any areas of disagreement. These meetings may be in person, via telephone conference call, online, or other means when practical to do so but at least quarterly shall be in person. Cancelation of meetings by COR or contractor shall be provided to the other party a minimum of 24 hours in advance. The location of these meetings depends on times and government s representative availability. Reports of Deficiencies in Operation: The issuance of a Contract Discrepancy Report may be for the scheduling of an additional meeting(s) among the CPM, COR, or Technical Representative. A mutual effort will be made to resolve all problems identified. The COR will prepare written minutes to be signed by the CPM, COR, and Technical Representative. Should the CPM not concur with the minutes, a written statement will be presented to the CO within three (3) working days, explaining the areas of nonconcurrence. Within three (3) working days after receipt of Contractor's response a decision will be made by the CO, and CPM will be notified of the decision in writing by the CO. Section 8: Building Security Compliance with VA Medical Center Policies: The Contractor shall comply with the security clearance or access controls as specified in the Medical Center Policies and Memorandums provided by the Government. All contractor employees and contractor employee vehicles shall be registered with the Police and Security Section at the Doris Miller VA Medical Center, Waco, TX if on-site personnel are deemed necessary. Security During Operating Hours. The contractor shall ensure security of the building and its contents are maintained at the highest level during operating hours. Section 9: Damage and Equipment Loss 9.1 Damage to Government Facilities: All tasks accomplished by contractor's personnel shall be performed to preclude damage or disfigurement of Government-owned furnishings, fixtures, equipment and architectural or building structures. a. The contractor shall report any damage or disfigurement to these items within 24 hours. b. This report will be given to the COR or Technical Representative. Medical Center Policies: Contractor shall comply with medical center policies relative to personal property (equipment) control and use. Participation in Inventories: Contractor shall participate in all complete or partial personal property inventories scheduled. Contractor Response to CDR: If the contractor causes damage or loss of government property or if performance is determined to be unsatisfactory; the COR or Technical Representative will issue a Contract Discrepancy Report (CDR). The contractor shall reply in person or via email within (5) workdays of the issuance of the CDR, stating the reason for the unsatisfactory condition, the corrective measures which have been taken, and preventive procedures initiated. Repair or Replacement of Damaged Property: Any damage caused to or loss of Government property during the contractor's performance of work under the contract shall be repaired or replaced to pre-existing conditions at the contractor's own expense. Section 10: Linen Control Inventories: Contractor shall participate in all complete or partial linen inventories as requested. Lost or damaged articles: Articles lost or damaged while under the control of the contractor shall be replaced by the contractor, within a 30-day period. Counts: The contractor shall provide a daily count of all clean items shipped to each facility. The count shall be broken down to identify individual facilities. Section 11: Non-Interference with Normal Function at VA Facilities Facilities Interruption Contractor's employees may be required to interrupt their work at any time so as not to interfere with the normal functioning of the VA facilities, including utility services, fire protection systems, and passage of patients, personnel, equipment, and carts and patient care procedures. Deliveries Contractor shall receive, process, and deliver all linens in such a manner as not to interfere with the normal functions of the VA facilities pre-determined operational hours. Appropriate schedules will be determined and agreed upon between the contractor, VA facilities and the CO or designee. Exceptions e.g., power outage; equipment failures will be communicated and approved in advance, either verbally or in writing by the COR or designee. Section 12: Hours of Operation 12.1 Standard Operations All deliveries and will happened during selective times addressed under General Conditions of 1.1 in the SOW. The contractor's regular operating schedule shall be established to meet contractual obligations. Some contract duties may require work to be performed at times other than the contractor's regular operating schedule (i.e., emergencies, pandemics, or increased military action). Compensation for work at other than the contractor's regular operating schedule must be approved in advance by the COR or Technical Representative. Deliveries will be coordinated every day, Monday through Friday at regularly schedule times: Refer to General Conditions 1.1 Saturday will be scheduled as needed. The contractor shall make every effort to fulfill all delivery dates and time schedules that are prearranged with the government and the COR. The Government, COR, and representative from CTX VA facilities receiving/releasing linen shall have the flexibility to determine date and time for deliveries that meet Government needs. Government staff should be i...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2782aeecf4ba43a6bdc2decb3928c41a/view)
- Record
- SN07108668-F 20240628/240626230117 (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 |