Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
SOLICITATION NOTICE

S -- Request for Information: Base Laundry Services

Notice Date
1/26/2016
 
Notice Type
Presolicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 495 Harpe Blvd Suite 256C, Columbus AFB, Mississippi, 39710, United States
 
ZIP Code
39710
 
Solicitation Number
F1N4C15356AW01
 
Archive Date
2/19/2016
 
Point of Contact
Jamail Walker, Phone: 6624347784, Terrell Phillips, Phone: 6624343751
 
E-Mail Address
jamail.walker.1@us.af.mil, terrell.phillips.1@us.af.mil
(jamail.walker.1@us.af.mil, terrell.phillips.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The 14 th Contracting Squadron, Columbus AFB, MS is seeking information concerning the availability of capable contractors to provide Base Laundry services for 14th Flying Training Wing (FTW) at Columbus AFB, MS. This RFI is an attempt to locate companies experienced in non-coin operated laundry services. This RFI shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. Any information provided to the Government is strictly voluntary and at no cost to the Government. A formal solicitation will be announced separately if the Government determines to acquire these services. The Air Force is currently only interested in determining industry capability for the contemplated services. To this end, the private sector is invited to submit experience, current resource data and quality control information that demonstrate the capability to perform the requirement described below. The following additional information is requested: (a) Company name, address, point of contact and their telephone number and e-mail address; (b) Recent contracts you have performed for a similar requirement, including contract numbers, dollar value, scope of services, and points of contact and their current phone numbers and/or email addresses; (c) Degree of experience in providing linen services in description; (d) Approximate annual gross revenue; (e) Any small business status: 8(a), HUBZone, veteran-owned, women-owned, specifically interested in disabled veteran owned.; and (f) Any other information you feel would indicate your capability to mobilize, manage, and finance a large service contract such as this. The planned NAICS (North American Industry Classification System) code is 812320, with a small business size standard of $5.5 million in annual gross receipts. Request responses be provided no later than 4 Feb 2016. Requirement Note: The description herein is a summary of the required services and is not intended to be all-inclusive. This Performance Work Statement is in draft and is subject to change. The Contractor shall provide all plant facilities, personnel, equipment, tools, materials/supplies, transportation, supervision and other items and services necessary to perform laundry services for the: 14 MDSS/SGSLM - Medical Group (MDG), 201 Independence Drive; 14FSS/FSF - Lodging Facility, 179 Webb Street; and 14 CES/CEAC - Dormitory, Bldg B547 Montgomery Village at Columbus AFB (CAFB), MS 39710. The Contractor shall perform these services in accordance with the standards specified in the Performance Work Statement (PWS), Association for Professionals in Infection Control and Epidemiology (APIC) Text of Infection Control and Epidemiology 2005 (Section 103 Laundry, Linens and Textiles), Medical Group Instruction (MDGI) 44-106 Infection and Exposure Control Program, as well as infection control procedures set forth by the Accreditation Association for Ambulatory Health Care (AAAHC). The Contractor shall ensure that its operations comply with any certification of labeling requirements arising from state or local Department of Health Regulations. The linen cleaning process for all linen used by the Lodging Facility shall be completed in accordance with the standards of the current state and federal requirements for linen. The linen cleaning process for all linen used by the MDG shall be completed in accordance with the standards of the AAAHC, Medical Group Instruction (MDGI) 44-106 Infection and Exposure Control Program, and all other current state and federal requirements for hospital linen. Laundry/linen is to be picked up, and correct quantities delivered serviceable, free from all visible dirt, debris, dampness, offensive odors, mildew, cleansing chemicals residue, and properly packed/handled. Once a vendor is considered an apparent awardee, a facility inspection will be completed by the Infection Control Specialist and the Contracting Officer from Columbus Air Force Base. The inspection must receive a satisfactory score. Items turned in to the Contractor by the 14 MDG will be pre-counted. The final number will be listed on an AF581 Medical Linen Supply Record or equivalent form, and a copy provided with the dirty linens when they are picked up. The Contractor shall return the original copy of the AF581 Medical Linen Supply Record or equivalent form with the clean linen upon delivery. The Contractor shall ensure that the laundry items do not come into contact with other customers' items and all packaging must be accomplished with plastic film unless otherwise specified in this PWS. Soiled items and clean items shall not be transported together. If they are transported in the same vehicle at the same time, then they should be separated by a barrier. Separate containers shall be used for transporting clean and soiled linen. Each cart shall be covered during transport to prevent contamination. All clean items are to be protected from contamination and soiling during transit IAW Association for Professionals in Infection Control and Epidemiology (APIC) Vol. 1 & 2; Laundry, Linens, and Textiles, 2005. The vehicle used in the transportation of the items called for in this contract shall be clean, conform to commercial standards, and be equipped to protect against contamination of all items during transport. After transporting soiled and contaminated laundry, the vehicle interior shall be cleaned and sanitized. After vehicle has been sanitized, it shall be free from dirt, dust and litter, debris, dry soil and odor before loading clean linen. Vehicle being used to transport laundry shall be subject to examination at all times by the Government. The proposed performance period will be a one-year Basic Period with four pre-priced one-year Option Periods, for a total of five years. The proposed performance dates will be a Basic Period to run 01 Apr 16 through 31 Mar 17, with one option year following, and the possibility of one six month option to extend services. The proposed contract type is Firm Fixed Price, with the inclusion of a item specific price list. Small Business (SB) Set-Aside Determination The Government reserves the right to decide whether or a not a certain SB set-aside is appropriate based on responses to this notice. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to support their capability to perform these requirement
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N4C15356AW01/listing.html)
 
Place of Performance
Address: Columbus AFB, Mississippi, Columbus, Mississippi, 39701, United States
Zip Code: 39701
 
Record
SN04001662-W 20160128/160126234807-2af69e6cd49799933d834bf0df943b60 (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.