HASKELL IHS MEDICAL LINEN SERVICES

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
State: Kansas
Type of Government: Federal
FSC Category:
  • S - Utilities and Training Services
NAICS Category:
  • 812320 - Drycleaning and Laundry Services (except Coin-Operated)
Posted Date: Apr 19, 2024
Due Date: Apr 29, 2024
Solicitation No: 246-24-Q-0095
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
HASKELL IHS MEDICAL LINEN SERVICES
Active
Contract Opportunity
Notice ID
246-24-Q-0095
Related Notice
246-24-Q-0095
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
OK CITY AREA INDIAN HEALTH SVC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 19, 2024 02:01 pm CDT
  • Original Date Offers Due: Apr 29, 2024 02:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 14, 2024
  • 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:
    Lawrence , KS 66046
    USA
Description

Combined Synopsis/Solicitation RFQ # 246-24-Q-0077

Page 1 of 5

This is a combined synopsis/solicitation for commercial items prepared in accordance with

the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with

additional information included in this notice. This announcement constitutes the only

solicitation; quotes are being requested in response to this notice and a written solicitation

will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) # 246-

24-Q-0095. Submit only written quotes for this RFQ. This solicitation is a 100% SMALL

BUSINESS SET ASIDE. This solicitation document and incorporated provisions and

clauses are those in effect through Federal Acquisition Circular 2024-03. The associated

NAICS code is 812320.

This RFQ contains five (5) Line Items:

CLIN DESCRIPTION COST

Base 06/01/2024 – 05/31/2025

Option Year 1 06/01/2025 – 05/31/2026

Option Year 2 06/01/2026 – 05/31/2027

Option Year 3 06/01/2027 – 05/31/2028

Option Year 4 06/01/2028 – 05/31/2029

PERIOD OF PERFORMANCE: 06/01/2024 – 05/31/2029

The estimated value of the Blanket Purchase Agreement is $55,000.00 over 5 years

Vendor Requirements: SEE ATTACHED SPECIFICATIONS

Submit Quotes no later than: 04/29/2024 02:00p.m. CDT to the Following Point of Contact:

Mary Ann Yocham, Contract Specialist, via Email: maryann.yocham@ihs.gov.

Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (completed as follows):

(a) The Government will award a firm fixed price 5 Year BPA resulting from this solicitation to the

responsible offeror whose offer conforming to the solicitation will be most advantageous to the

Government, with location and Sanitation Process being more important than price. The following

factors shall be used to evaluate offers:

Best Value (see criteria below)

Pricing

- Pricing will be evaluated by adding the Base Year and the option years together for

a comprehensive price.

Location

- Vendor shall have the ability to provide twice weekly pickup/drop off at the Haskell

Indian Health Center between the hours of 8:00 a.m. – 4:30 p.m. on Tuesdays and

Fridays.

Past History Performance

Combined Synopsis/Solicitation RFQ # 246-24-Q-0077

Page 2 of 5

Sanitation Process

- Vendor shall furnish a statement meeting the Accreditation Association for

Ambulatory Health Care requirements for hospital laundries.

- Vendor shall have the ability to sanitize the laundry in 158- and 176-degree F with

an approved laundry detergent as stated by the CDC for Best Practices for

Laundering Soiled Linen

VENDORS SHALL SUBMIT THE FOLLOWING:

COMPLETED PRICE SCHEDULE (TO INCLUDE OUT YEARS)

3 PAST HISTORY REFERENCES

SANITATION PROCESS

ACCREDITATION ASSOCIATION STATEMENT

PROOF OF ABILITY TO PROVIDE TWICE WEEKLY PICKUPS

VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURE

SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING

SOLICITED

This solicitation will result in a firm fixed price BPA pursuant to the terms and conditions below.

Terms and conditions other than those stated will not be accepted. The above pricing is all

inclusive.

PROVISIONS: The following FAR provisions apply to this solicitation:

FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations

and Certifications- Commercial Items (the offeror should include a completed copy of this

provision with their quote).

CLAUSES: The following FAR clauses apply to this solicitation:

FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services

(Nov 2023); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or

Executive Orders-Commercial Products and Commercial Services (Dec 2023) (to include the

following clauses sited): FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023);

FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun

2020); FAR 52.204-27. Prohibition on a ByteDance Covered Application (Jun 2023); FAR 52.209-

6, Protecting the Government's Interest When Subcontracting with Contractors Debarred,

Suspended, or Proposed for Debarment (Nov 2021); FAR 52.219-6, Notice of Total Small

Business Set-Aside (Nov 2020); FAR 52.219-14, Limitations on Subcontracting (Oct 2022); FAR

52.219-28, Post Award Small Business Program Representation (Sep 2023); FAR 52.222-3,

Convict Labor (Jun 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and

Remedies (Nov 2023); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR

52.222-26, Equal Opportunity (Sep 2016); FAR 52.222-36, Equal Opportunity for Workers with

Disabilities (Jun 2020); FAR 52.222-50, Combating Trafficking in Persons (Nov 2021); FAR

52.223-15, Energy Efficiency in Energy-Consuming Products (May 2020); FAR 52.223-18,

Encouraging Contractor Policies to Ban text Messaging While Driving (Jun 2020); FAR 52.225-

13, Restriction on Certain Foreign Purchases (Feb 2021); FAR 52.232-33, Payment by Electronic

Funds Transfer- System for Award Management (Oct 2018); FAR 52.232-36, Payments by Third

Party (May 2014); FAR 52.222-53, Exemption from Application of the Service Contract Labor

Standards to Contracts for Certain Services-Requirements (May 2014); FAR 52.252-2, Clause

Combined Synopsis/Solicitation RFQ # 246-24-Q-0077

Page 3 of 5

Incorporated by Reference (Feb 1998); FAR 52.217-8, Option to Extend Services (Nov 1999);

HHSAR 352.204-73, Contractor Personnel Security and Agency Access (Feb 2024); HHSAR

352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015);

HHSAR 352.223-70, Safety and Health; HHSAR 352.232-71, Electronic Submission of Payment

Requests; HHSAR 352.239-78, Information and Communication Technology Accessibility Notice

(Feb 2024); HHSAR 352.239-79, Information and Communication Technology Accessibility (Feb

2024). The above Provisions and Clauses may be obtained via internet at

https://www.acquisition.gov/

And https://www.acquisition.gov/hhsar

Miscellaneous:

NO FAX QUOTATIONS

ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE

ELECTRONIC SUBMISSION. (maryann.yocham@ihs.gov)

All contractors must be registered in the System for Award Management database located

at https://www.sam.gov/sam/ prior to any contract award. Please submit the following

information with each quote: Vendor Name, Cage Code, UEI, Tax Identification Number,

Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote

expires, warranty, total price for each line item, total quote price, and technical

documentation in sufficient detail to determine technical acceptability. Failure to provide

sufficient technical detail may result in rejection of your quote.

Combined Synopsis/Solicitation RFQ # 246-24-Q-0077

Page 4 of 5

BASE YEAR

ITEM PICK-UP/DROP

OFF SCHEDULE

QUANTITY PER

PICKUP/DROPOFF

COST

PILLOW COVERS Twice Weekly 75

SHEETS Twice Weekly 75

SMALL HAND TOWELS Twice Weekly 65

LARGE TOWELS Twice Weekly 50

LAUNDRY BAG Twice Weekly 6

WET MOPS (12 OZ) Twice Weekly 5

MICROFIBER MOPS (24 IN) Twice Weekly 5

MICROFIBER TOWELS Twice Weekly 15

3X5 ENTRANCE MATS Once Weekly 4

3X10 ENTRANCE MAT Once Weekly 1

5X10 ENTRANCE MAT Once Weekly 1

6X10 ENTRANCE MAT Once Weekly 1

OPTION YEAR 1

ITEM PICK-UP/DROP

OFF SCHEDULE

QUANTITY PER

PICKUP/DROPOFF

COST

PILLOW COVERS Twice Weekly 75

SHEETS Twice Weekly 75

SMALL HAND TOWELS Twice Weekly 65

LARGE TOWELS Twice Weekly 50

LAUNDRY BAG Twice Weekly 6

WET MOPS (12 OZ) Twice Weekly 5

MICROFIBER MOPS (24 IN) Twice Weekly 5

MICROFIBER TOWELS Twice Weekly 15

3X5 ENTRANCE MATS Once Weekly 4

3X10 ENTRANCE MAT Once Weekly 1

5X10 ENTRANCE MAT Once Weekly 1

6X10 ENTRANCE MAT Once Weekly 1

OPTION YEAR 2

ITEM PICK-UP/DROP

OFF SCHEDULE

QUANTITY PER

PICKUP/DROPOFF

COST

PILLOW COVERS Twice Weekly 75

SHEETS Twice Weekly 75

SMALL HAND TOWELS Twice Weekly 65

LARGE TOWELS Twice Weekly 50

LAUNDRY BAG Twice Weekly 6

WET MOPS (12 OZ) Twice Weekly 5

MICROFIBER MOPS (24 IN) Twice Weekly 5

MICROFIBER TOWELS Twice Weekly 15

3X5 ENTRANCE MATS Once Weekly 4

3X10 ENTRANCE MAT Once Weekly 1

5X10 ENTRANCE MAT Once Weekly 1

6X10 ENTRANCE MAT Once Weekly 1

Combined Synopsis/Solicitation RFQ # 246-24-Q-0077

Page 5 of 5

OPTION YEAR 3

ITEM PICK-UP/DROP

OFF SCHEDULE

QUANTITY PER

PICKUP/DROPOFF

COST

PILLOW COVERS Twice Weekly 75

SHEETS Twice Weekly 75

SMALL HAND TOWELS Twice Weekly 65

LARGE TOWELS Twice Weekly 50

LAUNDRY BAG Twice Weekly 6

WET MOPS (12 OZ) Twice Weekly 5

MICROFIBER MOPS (24 IN) Twice Weekly 5

MICROFIBER TOWELS Twice Weekly 15

3X5 ENTRANCE MATS Once Weekly 4

3X10 ENTRANCE MAT Once Weekly 1

5X10 ENTRANCE MAT Once Weekly 1

6X10 ENTRANCE MAT Once Weekly 1

OPTION YEAR 4

ITEM PICK-UP/DROP

OFF SCHEDULE

QUANTITY PER

PICKUP/DROPOFF

COST

PILLOW COVERS Twice Weekly 75

SHEETS Twice Weekly 75

SMALL HAND TOWELS Twice Weekly 65

LARGE TOWELS Twice Weekly 50

LAUNDRY BAG Twice Weekly 6

WET MOPS (12 OZ) Twice Weekly 5

MICROFIBER MOPS (24 IN) Twice Weekly 5

MICROFIBER TOWELS Twice Weekly 15

3X5 ENTRANCE MATS Once Weekly 4

3X10 ENTRANCE MAT Once Weekly 1

5X10 ENTRANCE MAT Once Weekly 1

6X10 ENTRANCE MAT Once Weekly 1

Department of Health and Human Services

Indian Health Service

1

Statement of Work (SOW)

Medical Linen Services

1. PURPOSE OF THE PROJECT

Linen services are needed for the Haskell Indian Health Center, in Lawrence,

Kansas. Services are required to provide clean linen for patients during their

treatment and for employees in the performance of duties. This work statement

describes the requirements for providing laundry services for the Haskell Indian

Health Center, to include the main facility and Wellness Center.

2. DETAILED DESCRIPTION OF THE TECHNICAL REQUIREMENTS

The Contractor shall provide all management, supervision, quality control, labor,

facilities, equipment, transportation, scales and supplies (example: laundry detergent,

packaging and labeling, materials, dry cleaning solutions, etc.) necessary to perform

laundry services to include pick-up of soiled laundry and delivery of clean laundry.

The Contractor shall provide garments as requested by the Haskell Indian Health

Center including but not limited to: towels, sheets, pillow covers, and floor mats

Specific tasks include:

A. Pick Up and Delivery: The Contractor shall coordinate all laundry pick-up and

delivery schedules with the clinic representatives.

i) The Contractor shall pick up soiled laundry 2X/week from the designated pickup

area(s) and deliver clean laundry to designated area(s) at the Haskell Indian

Health Center, between the hours of 8:00 am and 4:30 pm, Monday -Friday.

The Contractor shall ensure that all soiled laundry picked up is laundered and

delivered as required.

ii) Holiday Delivery: The Contractor shall not deliver on federal holidays and

shall coordinate alternate delivery days with the Clinic Representative.

B. Laundering Process:

i) The Contractor shall sort and wash laundry to maintain color and durability of

laundered items in accordance with industry standards.

ii) The Contractor shall consider manufacturer’s recommendations (if available)

in selecting appropriate laundering processes, products and procedures base

on fabric content and nature of soil to ensure cleanliness, soil and stain

removal, color and durability.

iii)The Contractor shall select laundering process products and procedures that

comply with all applicable federal, state, and local standards of health and

safety regulations pertaining to healthcare laundry and facilities.

iv) The Contractor shall handle all soiled laundry as if potentially contaminated

with blood or body fluids, as defined by the Center for Disease Control and

Prevention (CDC).

v) The contractor will provide the following items 2X/week for Physical Therapy

Department.

• Pillow Covers: 75

• Sheets: 75

Department of Health and Human Services

Indian Health Service

2

• Small Hand Towels: 45

• Large Towels: 30

• Laundry Bag: 1

vi) The contractor will provide the following items 2X/week for the Fitness

Center.

• Small Hand Towels: 10

• Large Towels: 10

• Laundry Bags: 3

vii) The contractor will provide the following items 2X/week to the Dental

Department.

• Small hand towels: 10

• Large towels: 10

• Laundry Bags: 2

viii) The company will provide the following items 2X/week to the clinic

• Wet mops (12oz): 5

• Microfiber mops (24 inch): 5

?? Microfiber Towels: 15

ix) The company will provide the following items 1X/week to the clinic

?? 3x5 Entrance mats: 4

?? 3x10 Entrance mat: 1

?? 5x10 Entrance mat: 1

?? 6x10 Entrance mat: 1

C. Finished Laundry:

i) The Contractor shall ensure all finished laundry is clean, dry, folded and

pressed.

ii) The Contractor shall prevent contamination of finished laundry.

D. Packaging: The Contractor shall group, package, label and place all finished

laundry in linen carts to prevent contamination during transportation and delivery

to the Haskell Indian Health Center. The Contractor shall ensure the finished

laundry is:

i) Grouped by type of article(s) e.g. sheets, pillow covers, towels.

ii) Packaged and labeled to identify contents type or articles, unless clear

plastic wrap is used and the type of laundry is obvious.

iii) The Contractor shall indemnify the Government for any property delivered

to the Contractor for servicing under this contract that is lost, torn,

mutilated, burned or defaced in any manner by Contractor’s laundry

equipment.

iiii) Any shortages or damages shall be reported to the Contractor by the Clinic

Representative within two (2) working days.

E. Reporting Requirements:

i) The Contractor shall provide the Clinic Representative with a delivery ticket

indicating the article(s) of finished laundry for each delivery made.

Department of Health and Human Services

Indian Health Service

3

ii) The Contractor shall provide the Clinic Representative with a copy of the

laundry wash formulas (including time and temperature specifications).

Drying specifications, linen processing schedule, and the most current

facility ventilation report prior to the start of the project. The Contractor shall

notify the Clinic Representative when a formula, specification, or schedule

change.

iii) The Contractor shall provide the Clinic Representative with a monthly

summary report, indicating the weight and articles of finished laundry

delivered to the facility by the fifth business day of the month.

3. PERIOD OF PERFORMANCE

The base year Period of Performance will be 12 months from date of award with 4

option years.

4. LEVEL OF EFFORT

4.1. The contractor will pick up soiled items (specified above) 2 days each week (Tuesday

and Friday), 52 weeks per year and deliver freshly laundered items 2 days each week

(Tuesday and Friday) 52 weeks per year.

4.2. Training will be provided by Human Resources staff on IHS specific rules and

regulations.

4.3. Contractor will be accompanied by Haskell Health Center staff during on-site pick-ups

and deliveries.

4.4. As allowed by FAR 52.212-4(a), Contract Terms and Conditions for Commercial

Items, Inspection/Acceptance, the government may require re-performance on nonconforming

services at no increase in contract price.

5. SPECIAL REQUIREMENTS

5.1 Credentialing Requirements:

A) The Contractor shall provide the clinic with infection, safety, and quality

assurance policies and procedures upon request. The clinic will review and

consult with the Contractor on pertinent issues.

B) The laundry shall comply with the most recent Center for Disease Control

(CDC) Guidelines. Accreditation Association for Ambulatory HealthCare

standards, Accreditation Association for Ambulatory HealthCare Laundry

Guidelines Issuances and Occupational Health and Safety Administration

(OSHA) regulations. Specifically, all employees of the facility shall be protected

from communicable diseases by use of personal protective equipment and

appropriate procedural guidelines as appropriate for compliance with OSHA’s

Blood Borne Pathogen standard.

C) The Contractor shall furnish a statement meeting the Accreditation

Department of Health and Human Services

Indian Health Service

4

Association for Ambulatory Health Care requirements for hospital laundries upon

request by the Clinic Representative.

5.2 Sanitary Inspections: The Government reserves the right to have the

Contractor’s facilities inspected at all reasonable times during the performance of

this contract. If an inspection reveals the existence of unsanitary conditions or

ingredients in the wash formula that could be harmful to clinic patients, the

Contractor shall be required, in writing by the Contracting Officer, to correct

such actions.

5.3 The Haskell Indian Health Center is a tobacco/smoke free environment (buildings

and grounds). No tobacco use/smoking/vaping/smokeless will be tolerated during

service.

5.4 Security Requirements: Contractor personnel will be required to contact the

government designated point of contact upon arrival when reporting for service

calls or delivery supplies. The contractor shall be responsible for the security of

all organizational information. Current rules and regulations applicable to the

premises, where the work shall be performed shall apply to the contractor and its

employees while working on the premises. These regulations include but are not

limited to, escort by Haskell Indian Health Center staff, presenting valid

identification, smoking restriction and any safety procedures.

5.5 The contractor shall not disclose or cause to disseminate any information

concerning operations of Haskell Indian Health Center. Such action(s) could result

in violation of the contract.

5.6 All inquiries, comments, or complaints arising from any matter observed,

experienced or learned of as a result of or in connection with the performance of

the contract, the resolution of which may require the dissemination of official

information, shall be directed to the Contracting Officer Representative (COR).

6. DELIVERABLES AND REPORTING REQUIREMENTS

6.1. The Contractor shall:

A) Provide the Clinic Representative with a delivery ticket indicating the

article(s) of finished laundry for each delivery made.

B) Provide the Clinic Representative with a copy of the laundry wash formulas

(including time and temperature specifications). Drying specifications, linen

processing schedule, and the most current facility ventilation report prior to

the start of the project. The Contractor shall notify the Clinic Representative

when a formula, specification, or schedule change.

C) Provide the Clinic Representative with a monthly summary report, indicating

the weight and articles of finished laundry delivered to the facility by the

fifth business day of the month.

Department of Health and Human Services

Indian Health Service

5

6.2. Contractor Point of Contact:

The contractor shall furnish one designated point of contact (POC) to the

government’s designated representative for coordination of services. The POC

will be empowered to make daily decisions to ensure that the contract

implementation and day-to-day maintenance meets the terms and conditions of this

contract.

6.3. Contractor’s Phone Numbers:

The contractor shall provide a toll-free telephone number for service calls, which

must be answered during at least eight working hours, between 8:00 am and 4:30

pm, Monday through Friday.

7. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES

The Government shall not provide the facilities, equipment and PPE for the use by the

contractor for the provision of the services required under this contract.

8. CONTRACTOR FURNISHED PROPERTY, FACILITIES AND SERVICES

Required personnel, materials, supplies and equipment: The contractor shall furnish all

personnel, materials, supplies and equipment required to perform work under the

contract.


Attachments/Links
Contact Information
Contracting Office Address
  • 701 MARKET DRIVE
  • OKLAHOMA CITY , OK 73114
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Apr 5, 2024[Sources Sought (Original)] SOURCES SOUGHT - HASKELL IHS MEDICAL LINEN SERVICES
Apr 29, 2024[Combined Synopsis/Solicitation (Updated)] HASKELL IHS MEDICAL LINEN SERVICES

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Event Name Business Unit Event ID Ends In Start Date End Date Details

State Government of Kansas

Bid Due: 5/10/2024

Bid Information Type Request for Proposal Status Issued Number 2644825 (Lawn Care Services

University of Kansas

Bid Due: 5/14/2024

Event Name Business Unit Event ID Ends In Start Date End Date Time

Kansas Department of Administration

Bid Due: 6/04/2024

Bid Information Type Request for Proposal Status Issued Number 2644825 Addendum 1 (Lawn

University of Kansas

Bid Due: 5/14/2024