Ohio Bids > Bid Detail

S209--Linen Contract - Northeast Ohio VA Healthcare System

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159953891172317
Posted Date: Feb 15, 2023
Due Date: Feb 23, 2023
Solicitation No: 36C25023Q0214
Source: https://sam.gov/opp/570e47dc86...
Follow
S209--Linen Contract - Northeast Ohio VA Healthcare System
Active
Contract Opportunity
Notice ID
36C25023Q0214
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 15, 2023 12:29 pm EST
  • Original Published Date: Feb 02, 2023 05:32 pm EST
  • Updated Date Offers Due: Feb 23, 2023 01:30 pm EST
  • Original Date Offers Due: Feb 20, 2023 01:30 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 24, 2023
  • Original Inactive Date: Apr 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S209 - HOUSEKEEPING- LAUNDRY/DRYCLEANING
  • NAICS Code:
    • 812320 - Drycleaning and Laundry Services (except Coin-Operated)
  • Place of Performance:
    US Department of Veterans Affairs VA Northeast Ohio Healthcare System Cleveland , OH 44106-1702
    USA
Description View Changes
The purpose of this solicitation amendment is to provide answers to questions, provide an updated Performance Work Statement, and extend the solicitation deadline for responses.

Questions and Answers:
1.) Can exception be implemented for standard (3) year initial term vs. Base (1) year with (1) year  options for renewal which will provide supply chain resolution.
No, since funding is performed on an annualized basis the Government can only do contracts with 12-month (or less) durations. This requirement must be performed as a Base+1 OY due to time constraints.
2.) Does service provider have to use Soil Slings provided by VA Hospital
Yes slings must be provided by VA. The Cleveland facility is a no lift hospital. Â So Nursing and Safety track the various slings and set the pars.
3.) Can transition date have flexibility for services to start on 6-1-2023. Â Â
No, the start of performance is 4/1/23. Â
4.) Must service provider have pass through wash equipment vs automated pocket washer / Dryers
The service provider must have equipment capable of producing the linen/specialty items needed for this facility and maintain national levels of cleanliness based manufactures equipment stats.
5.) Must service provider provide per lb. price structure. Per Pound is preferred.
6.) Can service provider provide piece rate price structure, - No, Pricing must be per pound
7.) Option for Delivery Schedule flexibility from required;
    *Monday thru Saturday 2am -4am at LSVAMC
   *Monday thru Friday 6am-4am at Clinics
The correct time for clinics is 6a 4pm. These times are set based on operation times of the main hospital, (loading Alex Distribution centers on off tours) Clinics Operation hours. Clinics Closed after 5pm.
8.) Must Service provider process Patient Personal Clothing
No, we have made adjustments. This was left incase of emergencies.
9.) Option to extend RFQ due date to March 1st, 2023,
An extension has been granted and updated information is below.
10.) Option to provide ALL services of the RFQ with the exception of Patient Linen
No, Patient linen was left in the PWS to accommodate emergencies.
11.) Payment Terms All Payments are net 30. Vendor to submit invoices through VA Tungsten Network Invoicing portal. The vendor can provide the Government with additional incentives such as 1%/5 Net 30, etc. for example.
12.) Are Garment Logo s still a requirement
       *Lab Coats Front Chest - Yes
      *Other Garments Sleeve Yes
13.) What are the sizes of the Table Skirts and Tablecloths listed under Specialty Items?
Table Cloths: Table cloths: 62 X 62, 52 X 90, 52 X 114, 54 X 72, 85 X 85, 96 X 109.
Table Skirts 30x134
14.) Hover Mat is listed as a specialty item; is this the equivalent to HoverMatt, an air transfer mattress?
Hover Mat =Air transfer Mattress
15.) Can you provide the current value of the contract associated with 36C25023Q0214 Cleveland VA Med Center?
Current Contract Number 36C25021C0113
Current Contract Value: $4,980,432.19

16.) Cell E19, E20, E74, and E75 of the latest copy of Price-Cost Schedule 23Q0214.xls sheet are still protected.
This is referencing Price-Cost Schedule 23Q0214 v2.xls supplied in Amendment 1. I have verified these cells and they are not applicable to the pricing as they have been deemed a specialty service and not charged at the per pound rate. Please enter your pricing for these items in column H H19, H20, H74, and H75

Please see Updated PWS (Updated PWS CLE Linen 2-15-23.docx, Attached Highlighted portions are updates

The Deadline for submissions of offers is hereby extended to 2/23/2023. Responses shall be received no later than 13:30PM EST. Any responses received after 13:30 are considered late and will be treated in accordance with the solicitation provision at FAR 52.212-1(f). (* Please see note below regarding email attachment limitations)
*VA has a maximum allowable incoming email size limitation including attachments of seven megabytes. Offerors submitting responses via email which exceed seven megabytes shall split their response into multiple email messages so as to not exceed the maximum allowable email size limitation. The VA is not responsible for late responses due to undelivered e-mails that exceed seven megabytes, or any time that the email is being scanned by any applicable applications such as a virus scan, Email Advanced Threat Protection, and/or other protections currently employed by the Government.
Attachments/Links
Contact Information View Changes
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >