S209--LAUNDRY SERVICES SOURCES SOUGHT SDVOSB/VOSB
This is a Sources Sought notice directed at SDVOSB or VOSB only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regard... This is a Sources Sought notice directed at SDVOSB or VOSB only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method. Please direct your attention to Technical Section 6.1. NAICS code: 812331 and size standard is $32.5M. NOTE: Respondent claiming SDVOSB and VOSB status must be registered and CVE verified in VetBiz Registry www.vetbiz.gov. MEMPHIS SYSTEM LAUNDRY SERVICES Section 1 1.1. Performance Work Statement 1.1.1. This document contains the technical provisions for laundry/linen services that are to be provided to the Memphis, VA Medical Centers located in Memphis, TN and all affiliated Outpatient Clinics. 1.1.2. The work required by this Performance Work Statement (PWS), consists of furnishing the physical laundry plant (at an off-site location), all labor, supervision, management, management support, supplies, communized linen and textile items, listed in Section 6, ancillary equipment, vehicles and materials necessary for accomplishment of complete laundry/linen services, as described in Section 5. 1.1.3. Communized linen services shall be provided by the Contractor as described in Section 6.4 Technical Exhibit. This includes scheduled visits to each facility to conduct linen utilization reviews, inventories, establishing and revising linen quotas, providing in-service and an on-line linen ordering system (electronically). This will benefit both the facility and contractor in executing a linen management program, maintaining cost and customer satisfaction. 1.1.4. All workmanship shall be in accordance with practices/guidelines established by the National Association of Institutional Linen Management (NAILM), International Fabricare Institute (IFI), Textile Rental Services Association (TRSA) and accepted industry standards. It is intended that services shall include all processes necessary for the laundering and finishing of the articles even though every step involved is not specifically mentioned. All work shall be performed under sanitary conditions as specified by the Joint Commission of Accreditation of Healthcare Organizations (JCAHO). Physical separation, through the presence of a barrier wall and the use of pass-through equipment is required to maintain positive air pressure in the clean section relative to a negative air pressure in the soiled section. In no case shall clean and soiled linen share the same physical space. The Laundry Plant layout/design should incorporate a 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. Plants in which the work is done shall be open to inspection of sanitary conditions by Government representatives. After processing, laundered articles shall be in serviceable and sanitary condition, meeting established quality and performance requirement standards as shown in Section 7. 1.1.5. Any change of function by the Government, which may affect this contract as contemplated by this paragraph, and which requires permanent adjustments in frequency or type of performance, shall be coordinated with the Contracting Officer Representative (COR) and Contracting Officer (CO) prior to initiation of such a change to assure adequate contractual coverage. 1.1.6. Notwithstanding the provisions of the contract covering inspection, and acceptance, , any items found to have been unsatisfactorily cleaned shall be re-cleaned at no additional cost to the Government. Such items shall be identified, for Contractor recognition; by the Facility designated COR when they are returned on the next scheduled pickup after an unsatisfactory condition is discovered. 1.1.7. Scheduled services are to be accomplished subject to emergency situations, which may require alteration of schedules. Emergency situations will be defined by the Facility COR. In the event of Medical Facility emergencies, disaster, or exercises, the Contractor shall perform all laundry/linen services required by the Medical Facility. 1.1.8. This specification is intended to produce minimal acceptable level of performance. The Government does recognize the possibility of the Contractor achieving the same or improved results due to innovative approaches, advances in the state-of-the-art materials, equipment and supplies. Accordingly, provision is hereby made for alterations when a Contractor demonstrates the ability to maintain the standards established herein through use of improved techniques, materials, scheduling, etc. All changes are contingent upon the recommendations of the Facility COR and the approval of the CO or other management official as may be deemed appropriate. 1.2. Contractor Experience. The Contractor shall have experience in providing Medical Center or hospital laundry/linen services. The firm must have gained this experience as a result of being primarily engaged in the business of providing laundry/linen services in Medical Center environments (e.g. inpatient and outpatient medical treatment facilities) for a minimum of three consecutive years prior to submitting quote. 1.3. Supervision by Contractor: 1.3.1. The Contractor shall assign an on-site manager at their laundry processing plant who shall be physically present during prescribed work hours. The on-site manager is solely responsible to supervise the provision of these laundry/linen services and serves as the primary point of contact with the Government. The Contractor shall designate a qualified alternate to substitute for the on-site manager in his absence or during periods of work performed after normal work hours. The Contractor s Plant Manager (CPM) must meet the following requirements: 1.3.1.1. Certified by Association for Linen Management (ALM) formally the National Association of Institutional Linen Management (NAILM) or graduate of an independently controlled management-training program emphasizing institutional laundry. The formal course must have been previously established. 1.3.1.2. CPM shall have at least three years of specialized experience in this capacity. This specialized experience may be substituted for certification. 1.3.2. The CO and Facility COR must be provided with the name, address and telephone number where the CPM is to be reached during normal business hours and off duty hours within 15 days after award. The same information shall be provided for a qualified alternate when the CPM is not available. 1.3.3. The Contractor is responsible for the effective implementation of their Quality Control program, and shall be responsive to the requirements of the Government s Quality Assurance Plan conducted by the Facility COR. 1.3.4. CPM or alternate shall respond in person, or by telephone, within 1 hour of notification by the Facility COR. The CPM and any designated alternate shall have full authority to contractually commit the Contractor for prompt action on matters pertaining to the contract. 1.4.1. Employment 1.4.1.1 The Contractor shall provide sufficient and adequately trained personnel as necessary to perform the services required by this contract and shall meet all variations, shift schedules, and changes as may be required to assure prompt response to the requirements of contract. 1.4.2. Training: 1.4.2.1. For all contracted service providers if entry to the facility is required, the personnel shall adhere to established training criteria (such as OSHA, Joint Commission of Accreditation of Healthcare Organizations (JCAHO), and shall be able to demonstrate a documented employee initial and refresher training program that includes standard precautions, basic bacteriological concepts, infection control, safety, fire protection, PPE, and laundry operating procedures and policies. 1.4.2.2. Exposure to Hazardous Working Conditions. Contractor personnel shall be informed of potentially hazardous situations by Contractor and trained by Contractor in techniques required to recognize and deal with potentially hazardous situations in a manner which will minimize personal risk. The Contractor is required to adhere to standard techniques for personnel who become injured or ill on the job at no cost to the Government. Contractor is also responsible for providing employees with required personal protective equipment. 1.4.2.3. Physical Examinations: 1.4.2.3.1. The Contractor will be responsible for any physical examinations and emergency medical care of personnel to include any required immunizations. 1.4.2.3.2. Contractor s personnel who acquire a communicable illness must not perform service under the contract and must be free of illness before returning to work. 1.4.2.4. Miscellaneous: The Contractor is responsible for compliance with all appropriate JCAHO, FDA, VA and other regulatory agencies record keeping requirements. 1.5. Quality Control and Quality Assurance for Contract Service: 1.5.1. Quality Control. The Contractor shall have a Quality Control program to assure that the requirements of the contract are provided as specified. One copy of the Contractor s basic Quality Control Program shall be available for review by the COR. Subsequent changes to the approved Quality Control Program must also be reviewed and approved by the COR. The program shall include, but not be limited to the following: 1.5.1.1. An inspection system covering the performance indicators given in Section 7, of the Quality Assurance/Performance Requirements summary. 1.5.1.2. A method for identifying deficiencies in the quality of services performed before the level of performance becomes unacceptable. 1.5.1.3. A file of all quality control inspections, inspection results, and any corrective action required shall be maintained by the Contractor throughout the duration of this contract. This file shall be available to the COR during normal working hours upon request. 1.5.2. Quality Assurance. The Government will monitor the Contractor s performance under this contract using the Quality Assurance Procedures outlined in Section 7. Assessments may be made monthly by the Government in accordance with stated limits on discrepancies. 1.6. Government Representative. The COR is responsible for providing technical assistance to the CO in administration of the contract. This responsibility involves quality assurance inspection, surveillance reporting and monthly certification of the Contractor s performance by the Facility COR. The CO will furnish the name of the COR prior to the start date of the contract. The Contractor shall be advised of the extent of the authority of the COR. The COR shall have access to plant facilities, without necessity of prior notification to Contractor. Each phase of the services rendered under this contract is subject to Government inspection during both the Contractor s operation and after completion of tasks. The Government s program is not a substitute for quality control by the Contractor. 1.7. Performance Requirement and Evaluation Meetings: 1.7.1. Contractor shall be responsible for submitting required data to the COR, for annual Textile Distribution and Inventory Cost Report, (see VHA Directive 1850.03, April 4, 2017) and the Textile Care Processing Information and Cost Report (see VHA Directive 1850.07, April 5, 2017). The Contractor will also complete the VA Form 10-9036, Textile Inventory Control Report. 1.7.1.1. VHA Directive 1850.03, Textile Management Services: http://vaww.va.gov/vhapublications/ViewPublication.asp?pub_ID=5427 1.7.1.2. VHA Directive 1850.07, Textile Care Processing Facility Operation: http://vaww.va.gov/vhapublications/ViewPublication.asp?pub_ID=5368 1.7.1.3. VA Form 10-9036, Textile Inventory Control Report: http://vaww.va.gov/vaforms/medical/pdf/vha-10-9036-fill.pdf 1.7.2. The CPM shall meet with the COR on a minimum frequency of once each month according to schedule established by the COR. On occasion the COR may be accompanied by another Facility representative. The CPM or alternate CPM shall attend the quarterly linen committee meetings. 1.7.3. The issuance of a Contract Discrepancy Report (CDR) may be cause for the scheduling of additional meeting(s) between the CPM and COTR. A mutual effort will be made to resolve all problems identified. The COR will prepare written minutes of these meetings. Should the CPM not concur with the minutes, a written statement will be presented to the CO within five business days, and the CPM will be notified of the decision in writing by the CO. 1.8. Correspondence. All correspondence relative to this contract shall bear the VA contract number, title, and name of the VA medical center, and shall be addressed to the COR with a copy to the CO. 1.9. Security. It is the responsibility of the Contractor to ensure that all extraneous articles, except trash, found in linens or in areas under the jurisdiction of the Contractor (i.e., medical instruments and personal items) are turned in to the COR daily (M - F). A note will accompany the articles returned identifying the area or origination, and the type of linen or item it was found on (ex: general OR, special). 1.9.1 SECURITY LANGUAGE MEMPHIS VA MEDICAL CENTER 1.9.1.1 The C&A requirements do not apply, and a Security Accreditation Package is not required. 1.9.1.2 For all contracted service providers if entry to the facility is necessary, all contractors personnel who have not been issued VA identification badges must report directly to the VA Police, located in room CEG19, during regular business hours or CEG5 after hours, Police can also be reached at (901) 523-8990 extension 5595. 1.9.1.3 Taking of photo/videos or tape recordings are prohibited in the Memphis VA Medical Center unless approved by the COR. 1.9.1.4 Take mandatory training through Talent Management System (TMS) 10176, VA Privacy and Information Security Awareness and Rules of Behavior and HIPPA /Focus Training VA 10203 1.9.1.5 Special Agency Check (SAC) and completed background checks are required prior an employee is authorized unescorted entry to patient care areas. 1.10. Safety and Fire Prevention: 1.10.1. In the performance of this contract, the Contractor must take such safety precautions as necessary to protect the lives and health of individuals within the laundry plant and transportation vehicles. 1.10.2. The Contractor will comply with Federal, State, and local safety and fire regulations and codes. The Contractor shall keep abreast of and comply with changes in these regulations and codes. 1.11. Damage and Equipment loss: 1.11.1. When the Contractor has caused damage or loss of government property, or performance is determined to be unsatisfactory; the COR will issue a CDR. The Contractor will reply in writing, to the COR within five working days, stating the reason for the unsatisfactory condition, the corrective measures which have been taken, and preventive procedures initiated. 1.11.2. Any damage caused to Government property during the course of the Contractor s performance of work under the contract shall be repaired or replaced to preexisting conditions at Contractor s own expense. 1.12. Linen Control/Management 1.12.1. Contractor shall comply with all Government request and policies relative to linen control. 1.12.2. Contractor shall participate in mandatory linen inventories, as required by VHA Directive 1850.03, April 4, 2017. https://www.va.gov/vhapublications/ViewPublication.asp?pub_ID=5427 Textile Care Management Report (RCN-10-0132). 1.12.3. Any articles billed for, but missing, shall be supplied by the Contractor in the next regularly scheduled delivery at no additional cost to the Government. 1.12.4. Unusual losses, including suspected pilferage, shall be reported at once to the COR, who will take immediate action to investigate the loss. 1.12.5 Within three (3) calendar days of award the contractor shall provide samples of all textile products for review to the COR. 1.13. Delivery Requirements: 1.13.1. The Contractor shall provide the COR with a written report of all soiled linen processed and all clean linen delivered, showing cart number and weight. The information must be recorded on a daily basis and delivered to the COR. The reports of soiled linen received and clean linen delivered must show date, the name of the item, including specialty items, number of pieces received and delivered per Schedule Line Item number, pounds received or delivered per Schedule Line Item number, cart number/ weight and where they were delivered. 1.13.2. The COR or alternate will verify the deliveries daily and discuss any discrepancies with the CPM. 1.13.3. The Contractor shall disinfect vehicles and carts after removing soiled linen from them and before placing clean linen in them, with a Tuberculoicidal Germicide, which has been approved by the COR and Infection Control Practitioner. Carts containing clean linen being returned shall be covered with clean covers to protect them against contamination while in transit between the laundry plant and the Medical Center. If reusable, laundry bags or liners, used to transport soiled laundry, must be laundered after use. 1.13.4. Clean linen will be processed and packaged as specified in Section 5. 1.13.5. Clean linen delivery and soiled linen pickup shall be as indicated in Technical Exhibit 3 with a minimum 7 days per week delivery of clean linens and pick-up of soiled linen. Delivery times will be established by the COR and Contractor. Once the delivery time has been established the Contractor shall provide a written confirmation. 1.14.1 Phase-in Plan. It is anticipated that the ordering and delivery of new textile products will take the first 30 days. The successful contractor shall, after the first 30 days, commence their approved phase-in plan. The process for phase-in approval will be completed by the Contracting Officer and his/her Contracting Officer Representative. 1.14.2 Phase-out Plan. The Contractor shall have a phase out plan. This plan shall describe the Contractor s methods and procedures to ensure smooth and uninterrupted service at contract expiration date for a period not to exceed 90 days. The Contractor shall fully cooperate with the successor Contractor and the Government so as not to interfere with their work or duties. 1.15. Circumstances to be reported. The Contractor shall report any circumstances, which may affect the performance of the work and unhealthy or hazardous conditions or any delays or interference with work. Such reports shall be made immediately upon discovery by the Contractor to the COR by phone and a follow-up fax/email. 1.16. Contingency Plan. Contractor shall furnish with his quote a written Contingency Plan indicating that services can be continued in the event of Contractor s equipment and /or production facility failure. This Contingency Plan must also include transportation vehicle failure. 1.17. Labor Disputes. In the event of a labor dispute, the contractor s responsibility to provide the service will not be terminated. The contractor shall provide the Contracting Officer his strike or other employee job action contingency plan to continue performance of service without interruption or degradation in the quality of service. In the event of a strike or other labor dispute interference with timely contract performance, the contractor shall immediately notify the Contracting Officer and initiate action under the contingency plan. 1.18. Upon award, the COR will inspect linen carts and mode of transportation. SECTION 2 - DEFINITIONS/ACRONYMS (Removed for this notice) SECTION 3 - GOVERNMENT FURNISHED PROPERTY AND SERVICES 3.1. Materials: The Government will provide forms, publications and services specifically identified in this contract as Government furnished. Fair/wear/tear or unserviceable condition of Government provided specialty items will be determined by the contractor. All Fair/wear/tear textiles unserviceable specialty items, will be bagged, labeled, and returned to the Memphis VA Medical Center for accountability, and be disposed of in accordance with Government Acquisition and Material Management requirements. The Government will provide restroom and hand washing facilities for Contractor employees to wash their hands following exposure to blood or other body fluids while at the Medical Facility. The Government will provide facility passes for Contractor s employees as necessary to fulfill provisions of this contract. The Government will be provided certification of scale calibration on a quarterly basis. The Government will provide parking space for the storage trailer described in section 4.6. SECTION 4 CONTRACTOR FURNISHED ITEMS 4.1. Materials. Contractor shall furnish all materials necessary to perform the tasks specified in the contract except to the extent specified in Section III. The Contractor shall secure all materials and supplies that comply with Local, State and Federal environmental laws. 4.2. Vehicles. The Contractor shall provide all required vehicles, vehicle fuels, lubricants, and repairs necessary to perform services under this contract. All vehicles to be used under this contract must be maintained in a safe and serviceable condition during duration of this contract. In addition, the vehicles must be kept clean (exterior and interior) with no unsightly residue of dirt, mud, trash, and other debris. Vehicle efficiency is solely the responsibility of Contractor and Contractor shall not be relieved of his contract responsibilities due to vehicle breakdown or failure of vehicles to operate. 4.3. Linen. All communized linen/textile items which are commercially available, as listed in Section 8.0 and estimated quantities in Section 6.1and/or have been agreed to by the COR and Contractor. 4.4. Carts. Contractor shall maintain bulk delivery linen carts in good repair for employee safety/ergonomics. Replacement or additional cart requirements shall be the responsibility of the Contractor. All carts shall be numbered and have empty weight indicated on both ends. 4.5. Reports and Data. The Contractor shall provide, in writing, to the COR the data and reports identified in Technical Exhibit 2. 4.6. Storage Trailer. Contractor shall provide a storage trailer for soiled linen collection and consolidation, at a pre-designated VA Memphis loading dock. Space is adequate to place a 53 foot long trailer at this location for soiled storage. 4.7. Miscellaneous. The Contractor shall furnish other items as identified within this contract, such as, orientation and training, procedures manual, quality control program, required data and scale certification. SECTION 5 SPECIFIC TASKS 5.1. The Contractor shall accept for processing all soiled linens, mops, etc. After processing all items are to be finished and delivered to the Medical Center in accordance with the terms outlined below. 5.1.1. Flatwork items that must be conditioned, ironed, and folded: 5.1.1.1. Apron, cook 5.1.1.2. Pillowcases, regular 5.1.1.3. Pillowcases, surgical 5.1.1.4. Sheets: surgical & bed, poly/cotton, bed 5.1.1.5. Tablecloth 5.1.1.6. Towel, huck and OR 5.1.1.7. Wrappers, surgical scrubs* and misc. surgical linen: Small, Medium, Large 5.1.1.8. Misc. Items: Medium, Large * solid colored jade green, misty green, or ceil blue 5.1.2. Items that must be finished through a garment finisher and placed on hangers: 5.1.2.1. Scrubs used as a uniform* Dress, Top, Bottom * prints or solid color other than surgical scrub color 5.1.2.2. Curtains, cubicle 5.1.3. Items that must be tumbled dried and folded: 5.1.3.1.Bathrobe 5.1.3.2. Blankets, bath 5.1.3.3. Blankets, bedspread 5.1.3.4. Curtains, shower 5.1.3.5. Gown, patient 5.1.3.6. Pads, absorbent 5.1.3.7. Pajamas: top & bottom 5.1.3.8. Towel, bath 5.1.3.9. Towel, dish 5.1.3.10. Misc. items: Small, Medium 5.1.3.11. Surgical gowns 5.1.3.12. Cloth, wash 5.1.3.13. Laundry Bags and mattress pads 5.1.3.14. Knitted fitted sheets 5.1.4. Items that must be clean, dried, and returned in bulk: 5.1.4.1. Mops, wet 5.1.4.2. Mops, dust 5.1.4.3. Rags 5.1.5. Items that must be dried and placed in laundry bags: 5.1.5.2. Bibs/Clothing Protectors 5.2. Packaging: 1. Linen is packaged in bulk by item according to quotas and established arrangement. 2. Items finished and placed on hangers are returned in a cart with a coat bar. They are placed on the hanger so identification number and size is showing, if any. 5.3. Additional Guidance. To eliminate the need for separate listing of items that are received infrequently, the item Miscellaneous: Small, Medium, large is shown at the end of each lot. This should be interpreted as follows: 5.3.1. Laundry: Small: An item requiring the approximate time, effort and cost to process as a pillowcase or wrapper. Medium: An item requiring the approximate time, effort and cost to process as a sheet or spread. Large: An item requiring the approximate time, effort and cost to process as a blanket. SECTION 6: TECHNICAL EXHIBITS 6.1. Technical Exhibit #1: Annual Workload Information by Medical Center: The workload stated in the following schedule of services is based on the volume handled in FY16, and in no way is to be construed as a guarantee by the government as to work that will be processed under contract. In this regard, the workload is subject to changes resulting from many factors, i.e. hospital admissions, weather, mission changes, product changes (new light weight fabrics), etc. 6.1.1. VAMC Memphis, TN. Total Clean Pounds 1,322,035.34 (est.) *Includes standard items and station government unique items not identified such as restraints, cubical curtains, spreads, and the like Item and Piece Count: Standard Items Quantity Wt. each Total Wt. 0001-0009 Flat Sheets (180 CT) 1,292.00 1.15 1485.80 0019 Knitted Fitted Sheets (180 CT) 73,200 1.05 76,860 0028 Green Gurney Knitted Fitted Sheet N/A 0.88 N/A 0101 Wash Cloths 246,400 0.07 17,248 0103 Bath Towels 254,500 0.45 112,275 0104 Hand Towel 82,108 0.23 18,884.84 0302 Thermal Blanket 146,000 3.27 447,420 0401 Patient Gowns - Ties Green 45,614 0.50 22,807 0404 Patient Gowns - 5XL White 19,916 0.65 12,945.40 0406 Patient Gowns - 10 XL Tan 65,325 1.10 71,875.50 0440 IV Gowns - Snaps Blue 12,746 0.55 7,010.30 4002 Hamper Bags 84,870 0.25 21,217.50 4011 Pillowcases 282,400 0.20 56,480 4016 Pads 195,600 1.30 254,280 Total Total Units and Pounds 1,519,971 1,157,539.34 Non Standard Items Quantity Wt. Each Total Wt. 0402 Isolation Gowns 253 0.60 151.80 0446 PINK Tie Gown 137 0.50 68.50 0482-0494 Women's PSYCH Pant - Green 17 0.40 75.30 0504-0511 Adult PJ Top - Navy 30,469 0.42 12,796.98 0514-0521 Adult PJ Pant - Navy 29,614 0.42 12,437.88 0545-0567 Female Adult PJ Pant, Pink 25 0.42 10.50 1004-1009 Dr Scrub Pants, C.Blue 227 0.42 95.34 1014-1019 Dr. Scrub Tops - C.Blue 218 0.42 91.56 1333-1339 Nurse Scrub Pants, C.Blue 387 0.42 162.54 1343-1348 Nurse Scrub Tops C. Blue 321 0.42 134.82 2901-2908 Men's PJ Top, Psych Green 4,473 0.42 1,878.66 2911-2918 Men's PJ Pant, Psych Green 4,888 0.42 2,052.96 2961-2966 Robes 8 0.70 5.60 2971-2976 Scrub Top - C.Blue 23,977 0.42 10,070.34 2981-2986 Scrub Pant - C.Blue 23,075 0.42 9,691.50 3000 Wrappers 524 0.80 419.20 3216 Wrappers 54" X 54" 78 0.90 70.20 3470 VA Burgundy Vests - Volunteer Svc 10 0.30 3.00 3471 VA Red Vests - Volunteer Svc 8 0.30 2.40 3499 VA Brown Blankets 2 2.00 4.00 4021-4025 OR Towels (C.Blue, Jade) 124,020 0.20 24,731.45 A001 Cubicle Curtains 140 5.00 700.00 B003 Table Cloths 381 4.09 1,558.29 B005 Restraints 109 2.00 218.00 D007 Tops 242 0.42 101.64 D008 Pant 293 0.42 123.06 D025 Surgical Gown - OR 6,405 0.88 5,636.40 J001 Pillow/Decontaminated 160 1.50 240.00 L001 Lab Coat Long - Pressed 1,280 2.00 2,560.00 M022 VA-N Large Orange Mops 15,020 0.31 4,608.85 M025 Micro Fiber Dust Mop Pad 12" 56,932 0.22 12,525.04 Total Units and Pounds 325,152 164,496 Account Manager Vendor must assign an account manager to be responsible for coordination of agreement and services (utilization analysis) between the vendor and facilities. Visitation The account manager must establish a routine schedule with the facilities COR, with a minimum of 3 times per month visits. LAD Conduct an annual linen awareness day (LAD) at each facility, consisting of budget/cost analysis, utilization report. Linen Quotas Establishes linen quotas for every linen closet. Makes adjustments as required by the COR. In-service Routinely schedule in-services on linen programs, product usage, new product education Reporting Provide monthly utilization reports by facility by item. Bi-annual service level survey by facility. On-Line Services Provide on-line electronic ordering system via the internet which includes internal linen tracking for distribution, at each facility. Also includes training and support of on-line software. Inventory Once a year perform a total inventory of all items and all areas. Provide COR with analysis of current inventory levels vs. each item daily demand, by facility Linen room inventory Delivery person conducts daily inventory of all clean items in linen room by facility Product evaluation And research Keep COR abreast of any new products available. Recommend any product that may replace current items. Reject program Provide reject bags for all linen items that are not acceptable for patient care. Rejects will be collected weekly and credit will be issued weekly. Floor tours Account Manager should walk 2 areas per visit. While on these floor tours Account Manager will make themselves available to the staff, answering questions concerning quality of items, service, and make any linen utilization observations known to the COR. Information sought: Response to this announcement shall not exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide a product and related services; (2) The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, etc.,) pursuant to the applicable NAICS code; (3) Information should be provided electronically in a Microsoft Word or Adobe PDF format. Please e-mail your response with the above information to Christina.Smith7@va.gov with the subject line Sources Sought Notice # 36C24920Q0197 by 5:00pm on 27 April 2020. Any questions should be emailed to Christina.Smith7@va.gov. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
Data sourced from SAM.gov.
View Official Posting »