Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2012 FBO #3743
MODIFICATION

S -- REQUEST FOR PROPOSAL HOSPITAL ASEPTIC MANAGEMENT SERVICES (HAMS) - Exhibit 2 - 52 Individual Medical Facility Exhibits (IMFEs) - Exhibit 1 MTF Approach - Exhibit 3 - Supervisory Labor Categories - Attachment 1 Performance Work Stataement (PWS) - Solicitation 1

Notice Date
2/21/2012
 
Notice Type
Modification/Amendment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESG, Building 1, 1940 Allbrook Dr, Wright Patterson AFB, Ohio, 45433-5006, United States
 
ZIP Code
45433-5006
 
Solicitation Number
FA8052-12-R-0004
 
Point of Contact
Cynthia Lattimore, Phone: 210-395-9371, Sharon Bickford, Phone: 210-395-0528
 
E-Mail Address
cynthia.lattimore@us.af.mil, sharon.bickford@us.af.mil
(cynthia.lattimore@us.af.mil, sharon.bickford@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FINAL Solicitation FA8052-12-R-0004 PWS Dated 10 Jan 12 Supervisory Labor Categories NTE Pricing MTF Approach Keesler AFB 21 FEBRUARY 2012 -This is the FINAL Request for Proposal (RFP) for the Hospital Aseptic Management Services (HAMS) The HAMS program is a 100% Small Business Set Aside. The NAICS Code for this acquisition is 561720-Janitorial Services. The small business size standard is $16,500,000.00. The HAMS requirement is a non-personal service providing certified medical housekeepers, and janitorial custodians to implement the United States Air Force (USAF) HAMS services at 52 USAF Medical Treatment Facilities (MTFs) throughout the Continental United States (CONUS). This program provides for aseptic cleaning, protection, and beautification of all rooms and areas identified for coverage at a particular installation to maintain a level of asepsis commensurate with the use of the facility, rooms, and areas. The three general requirements for aseptic management are: 1) aseptic cleaning, which is the removal of soil from surfaces; 2) protection, which is preventing damage to surfaces and equipment caused by normal use or improper cleaning procedures; and 3) beautification which is accomplished through aseptic cleaning and protection to provide a beneficial psychologically impression as it boosts patient, staff, and visitor morale. Proposals Are Due By 5 April 2012, 2:00 p.m. Central Daylight Time (CDT) and shall be addressed to the Contracting Point of Contact (POC) as stated in the RFP. The Government authorizes early proposal submission if offerors wish to submit their proposal before the due date. RFP Question Due Date: Any questions on the RFP are to be submitted via e-mail to cynthia.lattimore@us.af.mil AND sharon.bickford@us.af.mil no later than 27 March 2012. Additionally, to assist in Government planning efforts, no later than 27 March 2012, offerors intending to propose on the HAMS RFP are requested to send an e-mail to the above points of contact with a subject line of "Intent to Propose FA8052-12-R-0004". The e-mail should include the RFP number FA8052-12-R-0004, and the offeror's name with company point of contact (POC) information. This notice is to aid in source selection planning purposes only. Failure to submit a notice in no way precludes an offeror from subsequently submitting a proposal. Site Visit: A site visit will be held at Keesler AFB, Mississippi on 21 March 2012 at 10:00 a.m. CDT. This site visit is not mandatory, however, it is highly encouraged. Failure to attend the site visit in no way precludes an offeror from subsequently submitting a proposal. Interested parties must submit their first and last name as it reads on your current/valid US ID and the full non-abbreviated name of your company (no more than 2 representatives per company) no later than 12 Noon Central Standard Time (CST), 1 March 2012 to cynthia.lattimore@us.af.mil. Further information on the site visit will be provided at time of registration. Site visit technical questions must be submitted to the POC identified above no later than 27 March 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7fd3b44134a5d87a406786049d47ce87)
 
Place of Performance
Address: 3515 S General McMullen, San Antonio, Texas, 78226, United States
Zip Code: 78226
 
Record
SN02679200-W 20120223/120221234335-7fd3b44134a5d87a406786049d47ce87 (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.