Washington Bids > Bid Detail

S209--Bulk Laundry Services for the Washington DC VAMC

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159229329484319
Posted Date: Nov 9, 2022
Due Date: Nov 29, 2022
Solicitation No: 36C24523Q0109
Source: https://sam.gov/opp/aaff7c209f...
Follow
S209--Bulk Laundry Services for the Washington DC VAMC
Active
Contract Opportunity
Notice ID
36C24523Q0109
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 09, 2022 01:24 pm EST
  • Original Date Offers Due: Nov 29, 2022 11:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S209 - HOUSEKEEPING- LAUNDRY/DRYCLEANING
  • NAICS Code:
    • 812320 - Drycleaning and Laundry Services (except Coin-Operated)
  • Place of Performance:
    Contractor's facility; laundry pickup and delivery will be at the Washington DC VAMC ,
Description
1. Introduction:
A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

B. This solicitation is not restricted to any particular business size limitation it is open for competition among all business sizes.

C. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2022-08. The full text of the provisions and clauses can be obtained from the following websites: https://www.acquisition.gov/browse/index/far and http://www.va.gov/oal/library/vaar/.
2. Responding to this solicitation. Offeror must submit its offer via Email to James.Whisner@va.gov. Offeror must provide the following information with its offer:
A. Legal entity name, address, SAM Unique Entity Identifier (UEI) number;
B. Information that demonstrates your company s:
(1) Experience performing bulk laundry services for hospitals.
(2) Capability to handle the DCVAMC s annual laundry workload. Include descriptions of your laundry facility such as where it s located, size, types of equipment inside it, facility s laundry capacity (e.g., pounds per day/year), layout/design for asepsis (whereby clean linen neither comes into contact with soiled linens nor shares the same physical space, thus avoiding cross-contamination and/or reintroduction of bacteria once processed). Include information pertaining to your laundry facility s certifications (e.g., HLAC Certification, TRSA Certification, Joint Commission Seal of Approval, etc.).
(3) Delivery capabilities (e.g., vehicle fleet size & makeup).
(4) Project Manager s specialized hospital laundry experience (3 years minimum) and accessibility to DCVAMC s laundry manager to address complaints or other issues at any time.
(5) Contingency plans to continue operations during periods of disruption caused by internal or external events (e.g., mechanical failures, natural disasters, personnel shortages, etc.).
(6) Quality control programs employed to ensure laundry is cleaned & sanitized, picked up & delivered timely, inventoried & accountable (i.e., all laundry taken from the DCVAMC is returned to the DCVAMC).
(7) Capability to adhere to the Government s sustainability-related performance requirements concerning the use of biopreferred products. Include other sustainable practices your company has implemented that will reduce the environmental impact of the service provided (e.g., use of fuel-efficient vehicles, recycling/reuse programs, bulk packaging, energy efficient equipment, etc.).
C. Completed Price Schedule for CLINs 0001 through 4001 (see the Price Schedule Attachment for CLIN descriptions). Enter the monthly unit prices and amounts (Amount = Quantity X Unit Price) for each CLIN and the Grand Total;
D. Completed Immigration & Indemnity Certification (see Solicitation Attachment);

3. Date & time offers are due: November 29, 2022 at 11:00 AM Eastern.

4. Evaluation-Commercial Items. The Government intends to perform a comparative evaluation of offers in accordance with FAR 13.106-2(b)(3) to determine which offer provides the best benefit to the Government. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Alternate quotations may be submitted. Each response must meet the minimum requirements of the solicitation. The Government will evaluate quotes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The Government will award a contract to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The evaluation will consider the following: technical capability, past performance, Veterans involvement (in accordance with VAAR 852.215-70), and price.
***The apparent successful offeror s laundry facility shall undergo and pass an inspection prior to award to ensure the facility is acceptable in the areas of sanitation, textile processing, infection prevention and control and safety (per VHA Directive 1850.07). The inspection will be conducted by select personnel from the DCVAMC.***

5. Description of Work:
A. Contractor shall furnish all resources (labor, carts, equipment, supervision, management, supplies, facilities, transportation) necessary for the provision of bulk laundry services for the Washington DCVAMC. The annual estimated weight of items to be laundered is 801,000 pounds. While it is impossible to determine the exact quantities of items that will be laundered during the contract term, Contractor shall be required to launder the items provided to it by the DCVAMC. (See the Work Statement attachment for more details regarding the requirements.)
B. Contract Line Item Numbers, quantities, unit of measure: (see the Price Schedule attachment).

6. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition, including the following addenda:
A. 52.204-7, System for Award Management (OCT 2018);
B. 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020);
C. 52.209-7, Information Regarding Responsibility Matters (OCT 2018);
D. 52.216-1, Type of Contract (APR 1984). Fill-in information: firm-fixed price;
E. 52.223-1, Biobased Product Certification (MAY 2012);
F. 52.233-2, Service of Protest (SEPT 2006);

7. Offeror Representations and Certifications. Offeror must include a completed copy of the provision at 52.212-3. The offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision.

8. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Services (NOV 2021), applies to this acquisition, including the following addenda:
A. 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020);
B. 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011);
C. 52.204-13, System for Award Management Maintenance (OCT 2018);
D. 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020);
E. 52.217-9, Option to Extend the Term of the Contract (MAR 2000). Paragraph (a) fill-in information: 30 days of contract expiration; 60 days. Paragraph (c) fill-in information: 5 years;
F. 52.222-49, Service Contract Labor Standards Place of Performance Unknown (MAY 2014). Paragraph (a) fill-in information: Washington, DC and within 7 days of solicitation issuance;
G. 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts (SEPT 2013);
H. 52.232-18, Availability of Funds (APR 1984);
I. 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021);
J. 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020):
o 852.203-70, Commercial Advertising;
o 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors;
o 852.215-71, Evaluation Factor Commitments;
o 852.232-72, Electronic Submission of Payment Requests;
o 852.233-70, Protest Content/Alternative Dispute Resolution;
o 852.233-71, Alternate Protest Procedure;
o 852.270-1, Representatives of Contracting Officers.
K. 852.219-75, Subcontracting Commitments Monitoring and Compliance (JUL 2018);
L. 852.242-71, Administrative Contracting Officer (OCT 2020).

9. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition, including the additional FAR clauses cited in the clause:
A. 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020);
B. 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020);
C. 52.204-14, Service Contract Reporting Requirements (OCT 2016);
D. 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021);
E. 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018);
F. 52.219-8, Utilization of Small Business Concerns (OCT 2022);
G. 52.219-28, Post Award Small Business Program Rerepresentation (SEP 2021);
H. 52.222-3, Convict Labor (JUNE 2003);
I. 52.222-21, Prohibition of Segregated Facilities (APR 2015);
J. 52.222-26, Equal Opportunity (SEPT 2016);
K. 52.222-35, Equal Opportunity for Veterans (JUN 2020);
L. 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020);
M. 52.222-37, Employment Reports on Veterans (JUN 2020);
N. 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010);
O. 52.222-50, Combating Trafficking in Persons (NOV 2021);
P. 52.222-54, Employment Eligibility Verification (MAY 2022);
Q. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020);
R. 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021);
S. 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018);
T. 52.222-41, Service Contract Labor Standards (AUG 2018);
U. 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014); Assembler NA-2, Finisher, Flatwork, Machine NA-2, Presser, Hand NA-2, Presser, Machine, Wearing Apparel, Laundry NA-2, Washer, Machine (Washman) NA-3, Truck Driver, Medium WG-7;
V. 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (AUG 2018);
W. 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022);
X. 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022).
Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 09, 2022 01:24 pm ESTCombined 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 >