Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2011 FBO #3584
SOURCES SOUGHT

S -- This is a Market Survey/Sources Sought announcement for a new requirement for Healthcare Housekeeping Services in support of Womack Army Medical Center (WAMC) & multiple military treatment facilities in the health service area of WAMC.

Notice Date
9/15/2011
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W81K0411WAMC
 
Response Due
7/27/2012
 
Archive Date
9/25/2012
 
Point of Contact
Katherine Perry, 210-295-4365
 
E-Mail Address
Center for Health Care Contracting
(katherine.i.perry@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Center for Health Care Contracting (CHCC) cancelled solicitation W81K04-11-R-0020, dated 2 August 2011 due to considerably substantial increase in scope and value of the requirements. Therefore, a new market survey/sources sought is being re-accomplished for the new solicitation. This market survey/sources sought announcement is not a request for proposals and the Government is not committed to award a contract pursuant to this announcement. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and the Government will not entertain questions concerning this market research. The CHCC has a new requirement for the continuation of healthcare housekeeping services in support of Womack Army Medical Center (WAMC) and multiple military treatment facilities (MTFs) in the health service area of WAMC. MTFs are medical facilities operated by the military and vary in capabilities in partnership with healthcare providers, medical educators, and medical researchers. For this effort, MTFs is a collective term of 37 integrated medical, dental, veterinary, three satellite clinics, and other medical department healthcare and healthcare-related facilities and buildings located on Fort Bragg, NC, to include Pope Army Air Field; Fayetteville Medical Home off highway 401/Raeford Road in Fayetteville, NC; and Hope Mills, NC. The raw square feet (RSF) applicable to healthcare housekeeping services are varied for each MTF; as such, the current aggregate RSF of all MTFs is 1,122,224 RSF. The projected newly-constructed and renovated building expansions and contingency growth factors could possibly increase the RSF to 1,401,291 to include two additional community-based primary care clinics (CBPCC) in Fayetteville, NC over the duration of the five year contract. Healthcare housekeeping services are required for the period of 1 April 2012 through 31 March 2017. Description of Services: The Contractor shall provide all personnel, equipment, supplies, facilities, tools, materials, management, and supervision (except for those items specified as government-furnished property, supplies, equipment and services) necessary to perform non-personal, healthcare housekeeping services to WAMC and the multiple MTFs in the health service area of WAMC located on Fort Bragg, NC. Healthcare housekeeping services are inclusive of hospital housekeeping (aseptic and non-aseptic), control and exchange of linen (OPTION), collection and removal of regulated medical waste (RMW), collection and removal of general waste (trash), collection ; removal of recycle, and exterior building services (e.g., windows, doors, walkways, parking lots) such as window cleaning. The Contractor shall provide healthcare housekeeping services consistent with the most modern and scientific methods of environmental service practices and techniques to include the highest level of sanitary procedures. The applicable North American Industrial Classification System (NAICS) code is 561720 and the small business size standard is $16.5 million dollars. The respondents must demonstrate their expertise in ALL of the following items. Please note that failure to specifically demonstrate capability to provide the required services in your response to this market survey may affect the Government's review of your ability to perform these services. The response shall be in sufficient detail as to allow the Government the ability to assess the capability of your firm. The following items must be addressed as part of the interested parties' capability statements: 1. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Other ________________________ 2. Is your firm currently International Sanitary Supply Association (ISSA) Cleaning Industry Management Standard (CIMS) certified? If not, your firm capability statement shall clearly demonstrate capability to obtain ISSA CIMS certification within 30 days of the contract's start date. A team member or major subcontractor may not be used to satisfy this requirement. 3. Does your firm have recent and relevant corporate experience comparable to the WAMC healthcare housekeeping services (e.g., hospital housekeeping, hospital aseptic management system (HAMS), etc.) within 24 of the previous 36 months. A team member or major subcontractor may be used to satisfy this requirement. [ ] yes [ ] no If yes, complete the attached experience reporting form per the form's instructions. 4. The capability statement shall include the details of how a proposed partnership/joint venture/teaming arrangement with another company (if applicable) will be organized, and what each company's responsibilities are within the partnership/joint venture/teaming arrangement. This notice is a market survey and is for information and planning purposes only and does not commit the Government to any contractual agreement. THIS IS NOT A REQUEST FOR PROPOSALS. The Government will not award a contract based upon responses to this announcement. The Government shall not assume any costs for preparing or submitting any information in response to the market survey or the Government's use of the information. Any proprietary information should be clearly identified as 'proprietary information'. Interested parties must send written capability responses and industry comments pertaining to the draft PWS by close of business on 27 September 2011 to Mrs. Katherine Perry, Contract Specialist at katherine.i.perry.@amedd.army.mil. Questions and issues concerning the draft PWS may be posted for industry review. DISCLAIMER: DO NOT SUBMIT A NARRATIVE, PROPOSAL, BROCHURES OR ANY ADDITIONAL INFORMATION AT THIS TIME. Based upon the responses received, the Government will determine the acquisition strategy for this procurement. This is a sources sought announcement ONLY and is for information and planning purposes ONLY, and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on responses to this notice. This Sources Sought Synopsis is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing a solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K0411WAMC/listing.html)
 
Place of Performance
Address: Center for Health Care Contracting ATTN: MCAA C BLDG 4197, 2107 17TH Street Fort Sam Houston TX
Zip Code: 78234-5015
 
Record
SN02578500-W 20110917/110916000150-86331bcf578b432314822548e0cb834d (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  © 1994-2020, Loren Data Corp.