Agency: | HEALTH AND HUMAN SERVICES, DEPARTMENT OF |
---|---|
State: | Kansas |
Type of Government: | Federal |
FSC Category: |
|
NAICS Category: |
|
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 |
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).
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.
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 |
With Free Trial, you can:
You will have a full access to bids, website, and receive daily bid report via email and web.
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