S--Laundering Services for the Amarillo VA Health Care System

expired opportunity(Expired)
From: Federal Government(Federal)
36C25720Q0176

Basic Details

started - 11 Dec, 2019 (about 4 years ago)

Start Date

11 Dec, 2019 (about 4 years ago)
due - 31 Dec, 2019 (about 4 years ago)

Due Date

31 Dec, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
36C25720Q0176

Identifier

36C25720Q0176
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103252)VETERANS AFFAIRS, DEPARTMENT OF (103252)257-NETWORK CONTRACT OFFICE 17 (36C257) (4930)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, 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. Solicitation number 36C25720Q0176 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. SOLICITATION NOTICE OF TIERED EVALUATIONS This procurement is set-aside based on an order of priority as established in 38 U.S.C. 8127. TIERED EVALUATIONS INCLUDING SMALL BUSINESS CONCERNS: This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a tiered evaluation for VOSB concerns, or in the alternative, a set-aside for other small business concerns with HUBZone small business concerns and 8(a) participants having priority. If award
cannot be made, the solicitation will be cancelled, and the requirement resolicited. In order to be eligible for award under SDVOSB or VOSB concerns in accordance with the authority of 38 U.S.C. 8127(d) an offeror must be certified/verified in VetBiz (www.vip.vetbiz.gov), and small for the applicable NAICS code at the time of the quote submission and at the time of award. Status as a qualified SDVOSB concern is under the authority of 38 CFR Part 74 and in accordance with the VA Acquisition Regulation (VAAR) Part 819. Eligibility determination is performed by the Center for Veterans Enterprise (CVE). Only qualified offerors may submit bids. NAICS Code: 812320 and Size Standard is $6.0M. Introduction: A Firm Fixed Price award will be made to the lowest priced quote which conforms to the requirements within this solicitation and represents the best price to the Government. Description of Services: The contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items necessary to provide laundering services of microfiber and cleaning textiles for the Amarillo VA Health Care System (AVAHCS). Place(s) of Performance: Department of Veterans Affairs Thomas E. Creek VA Medical Center Amarillo VA Health Care System 6010 W Amarillo Blvd Amarillo, TX 79106 Type of Contract: A Firm Fixed Price Period of Performance: Base and Four Option Year Renewals Base: January 13, 2020 January 12, 2021 Option Year One: January 13, 2021 - January 12, 2022 Option Year Two: January 13, 2022 January 12, 2023 Option Year Three: January 13, 2023 January 12, 2024 Option Year Four: January 13, 2024 January 12, 2025 The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2018) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.216-1 Type of Contract (APR 1984) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (OCT 2018) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.217-8 Option to Extend Services 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 60 days. (End of Clause) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-9 Option to Extend the Term of the Contract 52.232-19 Availability of Funds for the Next Fiscal Year 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (MAY 2008) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION) 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION) (a) This solicitation includes VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside, VAAR 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside and FAR 52.219-6, Notice of Total Small Business Set-Aside. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor s offices where the Contractor s business records or other proprietary data are retained and to review such business records regarding the Contractor s compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an 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 Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) 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 Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement. 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.237-70 Contractor Responsibilities (APR 1984) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2019) The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018) 52.204-14, Service Contract Reporting Requirements 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) 52.222-3, Convict Labor (JUNE 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (SEPT 2016) 52.222-35, Equal Opportunity for Veterans (OCT 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37, Employment Reports on Veterans (FEB 2016) 52.222-50, Combating Trafficking in Persons (JAN 2019) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) 52.242-5, Payments to Small Business Subcontractors (JAN 2017) 52.222-41, Service Contract Labor Standards (AUG 2018) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.217-8, Option to Extend Services 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 60 days. (End of Clause) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the option(s). (End of Addendum) 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment. Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) (a) Definitions. As used in this provision Covered telecommunications equipment or services , Critical technology , and Substantial or essential component have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Representation. The Offeror represents that It will, will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. (d) Disclosures. If the Offeror has responded affirmatively to the representation in paragraph (c) of this provision, the Offeror shall provide the following information as part of the offer (1) All covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable); (2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision; (3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and (4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known). (End of Clause) 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) (a) Definitions. As used in this clause Covered foreign country means The People s Republic of China. Covered telecommunications equipment or services means (1) Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities); (2) For the purpose of public safety, security of Government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities); (3) Telecommunications or video surveillance services provided by such entities or using such equipment; or (4) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. Critical technology means (1) Defense articles or defense services included on the United States Munitions List set forth in the International Traffic in Arms Regulations under subchapter M of chapter I of title 22, Code of Federal Regulations; (2) Items included on the Commerce Control List set forth in Supplement No. 1 to part 774 of the Export Administration Regulations under subchapter C of chapter VII of title 15, Code of Federal Regulations, and controlled- (i) Pursuant to multilateral regimes, including for reasons relating to national security, chemical and biological weapons proliferation, nuclear nonproliferation, or missile technology; or (ii) For reasons relating to regional stability or surreptitious listening; (3) Specially designed and prepared nuclear equipment, parts and components, materials, software, and technology covered by part 810 of title 10, Code of Federal Regulations (relating to assistance to foreign atomic energy activities); (4) Nuclear facilities, equipment, and material covered by part 110 of title 10, Code of Federal Regulations (relating to export and import of nuclear equipment and material); (5) Select agents and toxins covered by part 331 of title 7, Code of Federal Regulations, part 121 of title 9 of such Code, or part 73 of title 42 of such Code; or (6) Emerging and foundational technologies controlled pursuant to section 1758 of the Export Control Reform Act of 2018 (50 U.S.C. 4817). Substantial or essential component means any component necessary for the proper function or performance of a piece of equipment, system, or service. (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. The Contractor is prohibited from providing to the Government any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, unless an exception at paragraph (c) of this clause applies or the covered telecommunication equipment or services are covered by a waiver described in Federal Acquisition Regulation 4.2104. (c) Exceptions. This clause does not prohibit contractors from providing (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (d) Reporting requirement. (1) In the event the Contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the Contractor is notified of such by a subcontractor at any tier or by any other source, the Contractor shall report the information in paragraph (d)(2) of this clause to the Contracting Officer, unless elsewhere in this contract are established procedures for reporting the information; in the case of the Department of Defense, the Contractor shall report to the website at https://dibnet.dod.mil. For indefinite delivery contracts, the Contractor shall report to the Contracting Officer for the indefinite delivery contract and the Contracting Officer(s) for any affected order or, in the case of the Department of Defense, identify both the indefinite delivery contract and any affected orders in the report provided at https://dibnet.dod.mil. (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause (i) Within one business day from the date of such identification or notification: the contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. (ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: any further available information about mitigation actions undertaken or recommended. In addition, the Contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (e), in all subcontracts and other contractual instruments, including subcontracts for the acquisition of commercial items. (End of Clause) QUOTE SUBMISSION INSTRUCTIONS AND EVALUATIONS: RFQ QUESTION SUBMISSION: Questions must be received no later than Thursday, December 19, 2019 at 9:00am CST. Email your questions directly to Rastreva.Upshaw@va.gov. The subject line must specify: RFQ 36C25720Q0176 - Questions. There will be no automated email notification of receipt of questions. An amendment/modification to the Solicitation will be posted to FBO answering all questions submitted. EVALUATION OF QUOTES: SUBMISSION OF QUOTE (FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS): The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. The offeror shall meet the limitation in subcontracting clause. The subcontract vendor must be similarly situated in the same The offeror shall outline how they will be in agreeance/compliance with the limitations on subcontracting requirements in 13 CFR §125.6 and if a subcontractor is being utilized. Any quotes using subcontractors or teaming partners to perform any part of the work must show the subcontractor or teaming partner to be similarly situated as the prime. A similarly situated subcontractors or teaming partners is a company who has the same size standard and NAICS code as the prime offeror/vendor. Similarly situated entity is a subcontractor that has the same small business program status as the prime contractor. This means that: For a HUBZone requirement, a subcontractor that is a qualified HUBZone small business concern; for a small business set-aside, partial set-aside, or reserve a subcontractor that is a small business concern; for a SDVO small business requirement, a subcontractor that is a self-certified SDVO SBC; for an 8(a) requirement, a subcontractor that is an 8(a) certified Program Participant; for a WOSB or EDWOSB contract, a subcontractor that has complied with the requirements of part 127. In addition to sharing the same small business program status as the prime contractor, a similarly situated entity must also be small for the NAICS code that the prime contractor assigned to the subcontract the subcontractor will perform. Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR 13.106-2 Evaluation of Quotes. The Government intends to award one contract resulting from this solicitation. The Government will evaluate proposals across two (2) non-price factors and one (1) price factor for a total of three (3) evaluation factors as follows: Price Technical Proposal Past Performance Each factor will be rated as Satisfactory on Unsatisfactory . The priority to the Government of each factor is as follows: Price is more important than technical performance. Technical Proposal is more important than past performance. Quotes rated as Unsatisfactory in the Technical Proposal factor will be eliminated from further consideration. Quotes must be received no later than Monday, December 30, 2019 9:00am CST. Email your quote directly to Rastreva.Upshaw@va.gov. The subject line must specify: RFQ Quote/Submission 36C25720Q0176. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. QUOTE SHOULD BE BROKEN DOWN AS FOLLOWS: PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12.00 MO ________________ ________________ Service Contract for Laundering of Microfiber and Cleaning Textiles Period: Base January 13, 2020 January 12, 2021 0002 12.00 MO ________________ __________________ Service Contract for Laundering of Microfiber and Cleaning Textiles Contract Period: Option 1 January 13, 2021 January 12, 2022 0003 Service Contract for Laundering of Microfiber and Cleaning Textiles 12.00 MO ________________ ________________ Contract Period: Option 2 January 13, 2022 January 12, 2023 0004 12.00 MO ________________ ________________ Service Contract for Laundering of Microfiber and Cleaning Textiles Contract Period: Option 3 January 13, 2023 January 12, 2024 0005 12.00 MO ________________ ________________ Service Contract for Laundering of Microfiber and Cleaning Textiles Contract Period: Option 4 January 13, 2024 January 12, 2025 GRAND TOTAL __________________ PRICE/COST SCHEDULE (IAW FAR 52.217-8 EXTENSION OF SERVICES) ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1000 6 MO ________________ ________________ Service Contract for Laundering of Microfiber and Cleaning Textiles IAW 52.217-8 Extension of Services January 13, 2025 July12, 2025 TOTAL __________________ STATEMENT OF WORK BACKGROUND: The Amarillo VA Health Care System (AVAHCS) requires laundering of microfiber and cleaning textiles to provide a consistent supply of products for the facility. SCOPE: The contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items necessary to provide laundering services of microfiber and cleaning textiles for the Amarillo VA Health Care System (AVAHCS). PLACE(S) OF PERFORMANCE: Department of Veterans Affairs Thomas E. Creek VA Medical Center Amarillo VA Health Care System 6010 W Amarillo Blvd Amarillo, TX 79106 TYPE OF CONTRACT: A Firm Fixed Price PERIOD OF PERFORMANCE: Base and Four Option Year Renewals Base: January 13, 2020 January 12, 2021 Option Year One: January 13, 2021 - January 12, 2022 Option Year Two: January 13, 2022 January 12, 2023 Option Year Three: January 13, 2023 January 12, 2024 Option Year Four: January 13, 2024 January 12, 2025 REQUIREMENTS: The contractor shall provide pickup, laundering, and delivery services for its string mops and microfiber product line, i.e. wet-mop heads, sleeves, dust-mop heads, polishing heads, cloths, etc., three (3) days per week, Monday, Wednesday, Friday, including holidays that fall on these days of the week, except New Year s Day, Independence Day, Thanksgiving, and Christmas. The contractor shall provide process description to include laundering temperature and compliance with no bleach and no fabric softener to meet manufacturer requirements. Vendor process must not allow temps that melt/burn/coat microfibers or other processes that also render the microfibers unable to absorb soiling as intended and release upon laundering. The contractor shall provide process description regarding flow of product from point of pickup at the VA to include safety and infection control principles of separation of clean and soiled handling, use of personal protective equipment, personal hygiene requirements, preparation of equipment to process equipment, cleaning of carts, weighing of product before and after laundering, and orderly presentation of clean product returned to the VA. The contractor shall provide clean laundry carts in good working condition, clearly labeled identified with vendor name and cart weight. The contractor shall weigh soiled product prior to laundering and to weigh the clean product prior to return to the VA and must provide record of soiled and clean weights from each day of service to the AVACHS to be included with monthly invoices submitted for payment. The contractor shall provide certification indicating calibration of weight scales annually. The contractor shall employ current VA and /or industry standards in handling soiled linen, including use of standard precautions, and must describe its contingency plan to continue to meet the work requirement even in case of emergencies such as failed equipment, utilities, transport or other systems that may jeopardize continuity of service to AVAHCS. The contractor shall make available a tour of the laundering facility as part of the technical evaluation team to assure adherence to VA/industry standards. Additionally, the Amarillo VAHCS reserves the right to inspect vendor premises used for VA processing during operational hours without notice and/or on a monthly basis. The inspection would typically include the COR along with Safety, Infection Control, and/or Contract Liaison. The contractor shall comply with all facility rules and signage while on Amarillo VA property to assure safety and compliance. Smoking is not permitted by contractors on Amarillo VA premises or property. A review of facility requirements will be conducted by the COR with contractor staff prior to work at the facility. A copy of acknowledgements for those trained will be retained in the AVAHCS COR file. ITEMS TO BE LAUNDERED: Flat dust mops, flat wet mops, square cloths, dusting sleeves, microfiber products, and string mops. ESTIMATED WEIGHT: Approximately 4,000 pounds per month SUMMARY OF WORK: ACCESS TO WORK SITE: The contractor schedules the delivery of clean product on a consistent time (between 7 am and 9 am) and date (Monday, Wednesday, Friday) weekly at the Amarillo VA Health Care System utilizing the B28 or B4 dock. Each dock has a lift and safety precautions are to be observed. If the standard pickup time must shift significantly, the contractor shall notify the COR. CONTRACTOR FURNISHED MATERIAL: The contractor will be required to furnish all transportation and safe, cleanable containers, properly labeled, that are used in the transport to and from the VA for soiled and clean product. SPECIFIC TASKS: The general outline of work to be performed includes, but is not limited to the following items: Equipment: The contractor will be required to provide all necessary equipment to perform all of the services required in the statement of work. Service Information: The contractor will confirm the descriptions of services with the COR and the COR will be able to confirm or make adjustments to the descriptions of services. Service will include an invoice including dates of service, soiled and clean weights per pickup, unit charge per contract, and total charge. GENERAL INFORMATION ON INVOICE: Facility Name, address, and phone number Type of service performed Dates of service Purchase Order Number Contract Number SCHEDULE: Delivery of clean and pick-up of soiled is to occur three (3) times per week on Monday, Wednesday, Friday. HOURS: The following is a list of U.S. Government holidays. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday and any other day specifically declared by the President of the United States to be a national holiday. All services and work carried out shall occur off-Site and at the repair depot. HOLIDAY DATE New Year s Day Jan 1 Martin Luther King s Birthday 3rd Monday in Jan President s Day 3rd Monday in Feb Memorial Day Last Monday in May Independence Day July 4 Labor Day 1st Monday in Sep Columbus Day 2nd Monday in Oct Veterans Day Nov 11 Thanksgiving Day 4th Thursday in November Christmas Day December 25 EXECUTION: A. All work shall be performed in a safe and efficient manner. B. Site Clean-up: The contractor shall assure its processes do not create an unclean or unsafe environment for AVAHCS and do not damage or destroy government property. C. Final inspection: The COR will notify the Contractor of any issues raised from the service delivery/pickup of clean/soiled textiles. CONTRACTOR EMPLOYEE REQUIREMENTS: The Contractor shall provide experienced, qualified, and capable personnel to perform the work required by the contract. Personnel shall be fully knowledgeable of all safety and environmental requirements associated with the work they perform. Personnel shall speak, read, and comprehend the English language to the extent that they can read and understand printed regulations, detailed written orders, operating procedures, training instructions and materials. They must be able to write legibly to fill out required forms and work orders. The Contractor shall ensure that all Contractor personnel have received proper safety training, appropriate to their respective jobs. The Contractor shall implement an ongoing training program that refreshes the safety skills, qualifications and awareness of the Contractor and Owners workforce safety on a regular, periodic basis. CONTRACTOR EMPLOYEE APPEARANCE: The Contractor shall ensure that all employees present a professional appearance that is appropriate for their position. The Contract Officer Representative (COR) or their designee reserves the right to determine the acceptability of any clothing worn. All Contractor employees working under this contract shall wear company clothing with a distinctive company logo attached in a prominent place on an outer garment. CONTRACTOR EMPLOYEE CONDUCT: Contractor employees shall conduct themselves in a proper, efficient, courteous and businesslike manner and in accordance with the Amarillo Health Care Systems rules and regulations. The use or consumption of alcoholic beverages or controlled substances is strictly forbidden. Contractor shall not permit any person to operate a motor vehicle or heavy equipment while taking prescription or non-prescription medication that may impair their ability to operate said equipment/vehicles in a safe manner. Contractor personnel shall be courteous to all, patients, visitors, and employees. Unacceptable behavior on the part of the workers anywhere may lead to the identifiable Contractors personnel being removed from the work site. Repeated incidences of unacceptable behavior on the part of the contractor may be grounds for termination of the contract. Personal grooming, personal hygiene and language by Contractors must be conducted in a professional manner at all times. Use of foul and off-color language will not be tolerated and can result in Contractor removal from jobsite. Shirts must have sleeves of at least 3 inches, measured from the armpit seam. All buttoned shirts must be buttoned to at least the third button from the top. T-shirt styles may be approved if they are part of a company uniform or contain no political or offensive language or images. Pants that are excessively loose, worn excessively low, torn, ragged or with dragging cuffs will not be permitted. Shorts are not permitted. No clothing, accessories, or hardhat stickers that display offensive, derogatory or inflammatory wording or graphics, as determined by the Owner, shall be worn on the worksite. All clothing must be in good repair and free of any holes or damage. All clothing must be clean and sanitary at the start of each work shift.

Department of Veterans Affairs;Amarillo VA Health Care System;Thomas E. Creek VA Medical Center;6010 Amarillo Boulevard West;Amarillo, Texas    79106-1990  USALocation

Place Of Performance : Department of Veterans Affairs;Amarillo VA Health Care System;Thomas E. Creek VA Medical Center;6010 Amarillo Boulevard West;Amarillo, Texas

Country : United States

You may also like

PHOENIX VA HEALTH CARE SYSTEM JANITORIAL SERVICES IDIQ ADMINISTRATIVE DATE CHANGE

Due: 31 Jan, 2026 (in 21 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

JANITORIAL SERVICES AT VA PALO ALTO HEALTH CARE SYSTEM (VAPAHCS)

Due: 31 Dec, 2025 (in 20 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

LAUNDRY SERVICES FOR THE SAN FRANCISCO VA HEALTH CARE SYSTEM (SFVAHCS)

Due: 31 Dec, 2024 (in 8 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 812320Drycleaning and Laundry Services (except Coin-Operated)
pscCode SLandscaping/Groundskeeping Services