Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2006 FBO #1580
SOURCES SOUGHT

S -- Sources Sought Notice for Laundry Services

Notice Date
3/23/2006
 
Notice Type
Sources Sought
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, MD, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
Reference-Number-SSN03232006
 
Response Due
4/7/2006
 
Description
The National Institutes of Health (NIH) Clinical Center is conducting a market survey to determine the availability and technical capability of qualified small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business or 8(a) firms capable of providing laundry processing for Government owned linen and other items as further described below. This is a request for interested firms with the capability of providing the required services to submit a capability statement along with projected pricing, to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 812332 with a size standard code of $12 million dollars. All respondents are requested to identify their firm?s size and type of business (e.g. small business, service-disabled, HUBZone, 8(a), etc). The Clinical Center of the National Institutes of Health (NIH) is located in Bethesda, Maryland. The Clinical Center is the hospital of the NIH consisting of 234 inpatient beds, 81 day hospital stations, outpatient clinics, diagnostic and treatment areas, and public waiting areas. Adjacent to the hospital facilities are research laboratories. The complex consists of the Warren G. Magnuson Clinical Center that covers 661,600 square feet and the Mark O. Hatfield Clinical Research Center (Hatfield Center) that covers 698,263 square feet The Magnuson Center is fifty years old and had a substantial addition completed in 1981, which is called the Ambulatory Care Research Facility (ACRF). The ACRF is a fourteen-floor structure, which houses clinics and research laboratories on each of twelve floors. The first and second levels of the ACRF house clinical services including diagnostic radiology, nuclear medicine and PET, surgery, transfusion medicine and laboratory medicine. The Clinical Center also operates the operating rooms (OR) for human surgery. The Hatfield Center opened in 2005 and houses the inpatient units, day hospitals, additional clinics, admissions, pharmacy, social work, rehabilitation medicine departments, staff use areas, support areas as well as research laboratories. The Hatfield Center is a seven-story structure with a central large open atrium at the core of the building that connects four separate sectors that house occupants. Patients are housed on levels 1, 3, 5 and 7 on the southeast, southwest, northeast and northwest sectors of the facility. Levels 2, 4 and 6 are interstitial mechanical space except for small clusters of offices on the east and west elevator lobbies and atrium portions of the facility. Research laboratories are located on levels B3, B2, 1, 3 and 5. The Children?s Inn at NIH (Building #62) has 72 rooms with 146 double beds, 19 queen size sleepers and 30 standard size cribs. The average daily occupancy level is 80%. The Edmund J. Safra Family Lodge (Building #65), referred to as Family Lodge, is a 35 room inn which houses families and support individuals for patients who are presently admitted to the Clinical Center. The average daily occupancy level is 90%. The estimated total annual pounds are thus: 9700,000 pounds of bulk linen, 7,000 lab coats and 16,000 sets of surgical scrubs, however, on a daily basis, there may be significant variations in quantities of laundry requiring pickup, delivery and processing. Service is required seven days per week , 365 days per year for the Clinical Center, Family Lodge and the Children?s Inn The vendor shall wash and process in full compliance with all relevant Joint Commission for Accreditation of Healthcare Organizations (JCAHO) rules and regulations as well as all applicable federal, state and local government regulations regarding control of infectious diseases in health care facilities, the government owned linen and return it to the government free of soil, stains and pathogenic or other contaminant agents. The vendor is required to provide all necessary equipment and supplies to perform the required services, including but not limited to truck(s) needed to pickup and deliver all laundry. The government shall supply the laundry carts needed for the Clinical Center but the contractor shall supply the laundry carts for the Children?s Inn and the Family Lodge. Interested firms responding to this market survey must provide (a) a capability statement demonstrating their experience, skills and capability to fulfill the Government?s requirements for laundry processing services, including available resources-both with personnel and equipment such as washers, dryers, , trucks, laundry carts, etc. that would be utilized to process the NIH laundry. If equipment or supplies are not currently available, the capability statement should discuss how the contractor would obtain the required equipment needed in order to successfully perform the services. Information submitted should be pertinent and specific in the area of providing the services described. The capability statement shall be in sufficient enough detail so that the Government can determine the experience, and capability of your firm to provide the required services at fair market prices. Experience should identify on-going and /or previous contracts performed including a brief description, duration, dollar value, client?s name address, telephone number, and name of contact; (b) available resources; and (c) firm?s size and type of business (e.g. small business, service-disabled, HUBZone, 8(a)), etc). A copy of the capability statement and projected pricing for the laundering and processing of hospital bulk linen, animal bulk linen and lab coats, must be received at the address identified in this synopsis by no later than close of business (4:00 p.m. local time at designated location) on April 7, 2006. Responses by e-mail or facsimile (fax) WILL NOT BE ACCEPTED. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited.
 
Record
SN01013224-W 20060325/060323211839 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.