Vermont Bids > Bid Detail

S209--Uniform Laundering Service

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159512675928399
Posted Date: Aug 7, 2023
Due Date: Aug 18, 2023
Solicitation No: 36C24123Q0869
Source: https://sam.gov/opp/69299571b7...
Follow
S209--Uniform Laundering Service
Active
Contract Opportunity
Notice ID
36C24123Q0869
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 07, 2023 02:27 pm EDT
  • Original Date Offers Due: Aug 18, 2023 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 17, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S209 - HOUSEKEEPING- LAUNDRY/DRYCLEANING
  • NAICS Code:
    • 812332 - Industrial Launderers
  • Place of Performance:
    White River Junction VAMC White River Junction , VT 05001
    USA
Description
Combined Synopsis Solicitation White River Junction VAMC Laundering of VA owned Uniforms and Lab Coats
(i) This is a combined synopsis/solicitation for commercial services 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.
(ii) The solicitation number is 36C24123Q0869 and the solicitation is issued as a request for quotation (RFQ).
(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02.
(iv) This requirement is being issued as an open market, Full & Open set-aside. The associated NAICS code is 812332 - Industrial Launderers and small business size standard is $47 million.
(v) The Government intends to award a firm-fixed price award for Laundering of VA owned Uniforms and Lab Coats at the White River Junction VAMC. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission.
(vi) The Contractor shall provide all resources necessary for Laundering of VA owned Uniforms and Lab Coats IAW the attached Performance Work Statement (PWS). Please see the attached PWS for full requirement details.
(vii) The Place of Performance is White River Junction VAMC as described per the PWS.
(viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018); 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020); 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020), 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023), 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008), 852.273-70 Late Offers (NOV 2021)
(ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. 52.212-3 Offer Representation and Certification-Commercial Products and Commercial Services (DEC 2022).
Submission of Quotes:
(1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered.
(2) Offerors shall submit their quotes electronically via email to Kenya Mitchell at kenya.mitchell1@va.gov.
(3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is Friday, 11 August 2023 at 5:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers.
(4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer.
Evaluation Process:
Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process.
Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15.
The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:Â
Price (Follow these instructions):
Offeror shall complete Attachment 1 - Price Schedule, with offerors proposed contract line-item prices inserted in appropriate spaces.Â
Past Performance:
Offeror shall utilize Attachment 2 Past Performance Worksheet to provide at least one (1) but no more than (3) references of work, similar in scope and size with the requirement detailed in the PWS. References may be checked by the Contracting Officer to ensure your company is capable of performing the work IAW the PWS. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources.
Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the PWS in a timely efficient manner.Â
Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the PWS.
Contractor shall demonstrate that their technicians meet the qualification standards stated in the PWS.
SAM: Interested parties shall be registered in System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer.
VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract. This determination will be at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can request a Form 10091 at any time.
(x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy.
(xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (DEC 2022), applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses incorporated by Reference (FEB 1998), 52.204-13 System for Award Management Maintenance (OCT 2018), 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023), 852.203-70 Commercial Advertising (MAY 2018), 852.215-70 Service-Disabled Veterans-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023), 852.215-71 Evaluation Factor Commitments (OCT 2019), , 852.232-72 Electronic Submission of Payment Requests (NOV 2018), 852.241-71 Administrative Contracting Officer (OCT 2020).
Subcontracting Commitments - Monitoring and Compliance
This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments.
(xii) Clause at 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18,52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43 (Wage Determination Applicable Vermont Windsor County WD #2015-4139 Rev 22 122722 posted on sam.gov), 52.222-55, 52.222-62
(xiii) All contract requirement(s) and/or terms and conditions are stated above.
(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement.
(xv) RFQ responses are due Friday, 18 August 2023 by 5:00 PM EST. RFQ responses must be submitted via email to: Kenya Mitchell at kenya.mitchell1@va.gov. Hand deliveries shall not be accepted.
(xvi) The POCs of this solicitation is Kenya Mitchell at Kenya.Mitchell1@va.gov





Attachment 1
PRICE SCHEDULE

Item Number
Description of Supplies/Services
Quantity
Unit
Unit Price
Amount
Base Year
Vendor will provide all services in accordance with the Statement of Work
1
JB
Option Year 1
Vendor will provide all services in accordance with the Statement of Work
1
JB
Option Year 2
Vendor will provide all services in accordance with the Statement of Work
1
JB
Option Year 3
Vendor will provide all services in accordance with the Statement of Work
1
JB
Option Year 4
Vendor will provide all services in accordance with the Statement of Work
1
JB



Attachment 2
PAST PERFORMANCE WORKSHEET
1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization:
2. Contracting Activity Address:
3. Contract Number:
4. Date of Contract Award:
5. Beginning Date of Contract:
6. Completion Date of Contract:
7. Contract Value:
8. Type of Contract:
9a. Technical Point of Contact:
9b. Contracting Point of Contact:
Name:
Name:
Title:
Title:
Address:
Address:
Telephone:
Telephone:
Email:
Email:
10. Place of Performance:
11. Description of Work (Use a continuation sheet if necessary):
12. List any commendations or awards received:
13. List of Major Subcontractors:

PERFORMANCE WORK STATEMENT
DEPARTMENT OF VETERANS AFFAIRS
Laundering of VA owned Uniforms and Lab Coats

A. GENERAL:

Laundering of VA owned Uniforms for Full Time Employees (FTE)
as follows:
Housekeeping wage grade employees will have 5 uniforms each x 54.6 FTE.
Laundered weekly.
The main lab wage grade employees will have 5 non-permeable each
UNISEX lab coats for Pathology, Laboratory staff x 32 FTE. The lab coats will
be fluid and static resistant. Laundered weekly.
NFS kitchen wage grade employees will have 5 uniforms each X 16 FTE.
Laundered weekly.

All items will be tagged in a way that they can be scanned for accuracy upon pickup and delivery, a pickup and delivery report will be provided upon delivery. Providing all labor, materials, and equipment to pick up, launder, press, place on hangers and deliver weekly to designated areas/services to include linen room, laboratory, and NFS kitchen.

Place of Performance:
VA Medical Center,
215 N. Main St,
White River Junction Vermont
and CBOC locations as follows: Littleton NH, Keene NH, Brattleboro VT,
Bennington VT, Rutland VT, Burlington VT, and Newport VT

Period of Performance:
Base + 4 Option Years

REQUIREMENTS:
Description of Service: The contractor shall provide the specific deliverables described below within the performance period stated in Section A.4 of this SOW.

Weekly laundering of housekeeping Uniforms, NFS uniforms and fluid and static resistant Lab Coats.
Delivery and pickup will be done weekly and will be done on Monday
The expectation is that of a new clean uniform for every uniform turned in on the day of pickup and delivery.
Uniforms will be laundered, pressed, placed on hangers, and delivered weekly to designated areas/services to include linen room, NFS kitchen and laboratory.
All items will be scanned for accuracy upon pickup and delivery, a pickup and delivery report will be provided upon delivery.

Task One: The contractor shall provide a detailed PMP and briefing for the VBA project team, which presents the contractor's plan for completing the task order. The contractor's plan shall be responsive to this SOW and describe, in further detail, the approach to be used for each aspect of the task order as defined in the technical proposal. At a minimum, the PMP shall include the risk, quality and technical
management approach, work breakdown structure (WBS), detailed schedule, cost requirements, and proposed personnel. The contractor shall keep the PMP up to date throughout the period of performance.

Deliverable One: A detailed PMP and briefing

Task Two:
Provide Storage bins for all dirty uniforms.
Hangers
Scan reports.
This service will be based on the even exchange system (an employee receives a fresh uniform in exchange for each uniform they turn in on the day of pickup and delivery).

EVALUATED OPTIONAL TASKS AND ASSOCIATED DELIVERABLES:
Optional Task One:
Pickup and delivery report will be provided upon delivery.
All items will be scanned for accuracy upon pickup and delivery.
D. SCHEDULE FOR DELIVERABLES
1. The contractor shall complete the Delivery Date column in Attachment A for each deliverable specified.
2. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same.
3. If for any reason the scheduled time for a deliverable cannot be met, the contractor is required to explain why (include the original deliverable due date) in writing to the CO, including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response in accordance with applicable regulations.
4. If the scheduled delivery date is on a Federal holiday, the delivery date shall be changed to the next available business day.
E. CHANGES TO STATEMENT OF WORK
Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor.
F. REPORTING REQUIREMENTS
1. The contractor shall provide the Task Order Project Manager (TOPM) with weekly reports detailing the number and types of uniforms picked up and dropped off. Each report is due to the TOPM no later than one business week of each delivery (add one business day for every Federal holiday between delivery and report due date).
2. This report will also identify any problems that arose and a statement explaining how the problem was resolved. This report will also identify any problems that have arisen but have not been completely resolved with an explanation.
G. GOVERNMENT RESPONSIBILITIES
Government will provide space for all uniforms that are hung on hangers
Space will be provided for dirty uniform pick up in the designated areas/services to include linen room, NFS kitchen and laboratory.
Space will be provided to complete scan reports.
Space will be provided for all contractor provided storage bin(s).
Hampers will be provided in the following areas: Housekeeping (Rm. B02) and NFS kitchen designated location.
Loading dock and ramp provided at the WRJVA site only.
H. CONFIDENTIALITY AND NONDISCLOSURE
It is agreed that:
1. The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which has been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order.
2. The CO will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the CO for response.
3. Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO.
Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 07, 2023 02:27 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >