Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2005 FBO #1332
SOLICITATION NOTICE

S -- Specialized Housekeeping Services

Notice Date
7/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
561720 — Janitorial Services
 
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
CC0517
 
Response Due
7/25/2005
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation Number RFQ CC-05-17 applies and is issued as a request for quotation. This procurement is a unrestricted full and open competition for all qualified offerors. Attachments shall be forwarded to offeror by request. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-04 dated 6/8/2005 and NIH Policy Manual Issuance 6012-26012-1. Offerors are required to request attachments from the Contracting Officer, aargaman@cc.nih.gov. The North American Classification System (NAICS) code is 561720 and the business size standard is 12 million dollars. The Warren Grant Magnuson Clinical Center at the National Institutes of Health has a requirement for the continuation of housekeeping services at the Clinical Center complex at the National Institutes of Health which includes the Clinical Research (Hatfield Center), Building 10 (Warren Grant Magnuson Center) and the Ambulatory Care and Research Facility (ACRF) on the campus of the National Institutes of Health in Bethesda, Maryland for a period of 17 weeks (August 7, 2005-December 2, 2005). Specialized housekeeping services are required for the Clinical Center Complex as fully described in the Statement of Work which is posted separately on this site. The contractor shall have passed two consecutive surveys of the Joint Committee for Accreditation for Healthcare Organizations (JCAHO) with no deficiencies in the housekeeping department at a present client hospital of more than 300 beds. This is necessary due to the various types of tertiary acute medical care provided and the number of rare diseases treated at the Clinical Center. The Clinical Center has an exemplary record of JCAHO surveys and cannot jeopardize its long standing record. Contractors shall comply with all applicable federal and state government regulations regarding control of infectious diseases in health care facilities. Contractors should consult the specific regulations for further details, exemptions, documentation, and record keeping requirements. There are two objectives that the Clinical Center strives to meet. The first is to ensure that environmental services in the Clinical Center, the hospital at the NIH, meets nationally recognized guidelines for environmental infection control in order to maintain a safe, clean health care environment. A fundamental approach to achieve this primary objective is to clean and disinfect environmental surfaces and strictly adheres to good hygiene practices and procedures. Combined, these measures minimize the spread of microorganisms or germs in the hospital. The spread of microorganisms accounts for hospital-associated infections that may result in significant morbidity or mortality among patients and staff. The CC places a priority on proper cleaning and disinfecting ?high touch? surfaces such as equipment and door knobs, bathroom fixtures, handrails, etc. that are shown to contribute to the spread of microorganisms in the hospital. This objective also includes proper maintenance of lower risk housekeeping surfaces such as floors, walls, and tabletops to maintain the safest possible environment for our patients as well as a satisfactory appearance and cleanliness within the facility that many dignitaries and individuals visit from around the world. The second objective is to maintain a satisfactory level of environmental services in the laboratories and support service areas, since these areas are critical, both to the effective operation of the hospital as well as the research mission of the NIH. These areas contain sophisticated, often one of a kind equipment and chemical, radioactive, and biological agents. This objective is to provide safe and effective environmental services in these areas through a combination of good work practice and training to mitigate the risk of both injury and exposures to hazardous materials or damage to government property. Because of the nature of the work performed, the CC considers requirements for workers as stated in this contract such as - orientation, training and pre-placement medical assessments - critical requirements for this contract. The contractor will be responsible for the cleaning of approximately 1,236,306 square feet of space that includes patient care areas, laboratories, exam rooms, public spaces and offices. The areas include 182,025 square feet of outside and garage space and 1,054,281 of interior space. The interior space is further broken down to 260,218 square feet of level II space, 106,175 square feet of level III space, 468,339 square feet of level IV space and 219,489 square feet of level V space. The definition of the levels is supplied in Table #1 which is part of the Statement of Work that is posted on this site.. HATFIELD CENTER, ACRF, and CC (Building #10 complex) Hatfield Center: The Contractor will be responsible for environmental services in all areas in the Hatfield Center except for mechanical/electrical/telecommunications rooms and the experimental animal vivarium and surgery area. ACRF: The Contractor will be responsible for cleaning all clinic areas in the ACRF from the B1 through thirteenth floors except for vivariums with experimental animals located on levels B1 and 3-13. The areas within the ACRF that are the responsibility of the Contractor include: all outpatient clinics and all diagnostic departments (nuclear medicine, radiology, special procedures, surgery, blood bank, phlebotomy, echo lab, MRI, film library, ultrasound, CT scan) and all other rooms, offices and common space. The Contractor shall clean all hallways that are in these areas. The Contractor will be responsible for cleaning the cyclotron, a specialized patient support area with restricted access, on the B2 and B3 levels. On the third floor is cell processing, an area with HEPA filtered air supply necessary to prepare human cell products for transfusion to patients. The level of cleanliness required in this area is level V. Levels of cleanliness are described in the Statement of Work. The ACRF houses the Operating Rooms (OR), which are considered level V care space, for the NIH. There are presently twelve operating theaters with the necessary support areas that account for about 50,768 square feet in area. These rooms must be thoroughly cleaned after every case and terminally cleaned at appropriate intervals. Magnuson Center: The Contractor shall clean the Materials Management Department?s offices and supply area, as well as the sterile supply area on level B1 of the hospital building.. The Contractor shall clean the Nuclear Magnetic Resonance (NMR) imaging research center located on the B1 level. The Contractor shall clean the computer room and associated offices on the B1 level. On the first floor, the contractor shall clean the dental clinic, pharmacy research and the labs of the Department of Transfusion Medicine. This requirement is for a firm-fixed price requirements purchase order for specialized housekeeping services in accordance with the following attachments: RFQ CC-05-17-Statement of Work and Provisions; Attach 1-Statement of Work, Attach 2-Clinical Center Housekeeping & Fabric Care Department Universal Precautions and Other Isolation Precautions; Attachment 3-Security Measures for NIH (located at http://security.nih.gov/); Attachment 4-ACH Vendor/Miscellaneous Enrollment Payment Form-http://forms.cit.nih.gov-Click on PDF Form. Clock on Procurement & NIH Services. Clock on Form SF3881.PDF; Attach 5-Collective Bargaining Agreement; Attach 6-DHHS Small/Small Disadvantaged, HubZone and Woman-owned small business subcontracting plan; Attach 7-Infectious Disease Compliance; Attach 8-Invoice Instructions. The following provisions and clauses apply: Provision 52.252-1-Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available (End of Provision). Provisions-52.212-1-Representations and Certifications-Commercial Items; 52.212-2-Evaluation-Commercial Items;52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions; 52.212-5-Contract Terms and Conditions Required to Implement Statutes and Executive Orders/Commercial Items (to include 52.216-18 Ordering;52.216-21 Requirements;52.216-22 Indefinite Delivery; 52.222-26 (EO 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans,Veterans of the Vietnam Era and Other Eligible Veterans (38 USC4212); 52.223-6 Drug Free Workplace; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 USC 3332; 52.222-41, Service Contract Act of 1965 as amended (41 USC 351, et seq). The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/FAR. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc) but must address the following information: 1) company?s complete mailing and remittance addresses 2) discounts for prompt payment if applicable; 3) Dun and Bradstreet number; 4) Taxpayer ID number 5) Response to the Technical evaluation in Section E.2 of the RFQ. Offeror shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications/Commercial items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation and is the most advantageous to the Government. Award may be made on the basis of the initial proposal submitted without conducting any discussion, therefore the initial proposal should be submitted on the most favorable terms possible to the Government. The evaluation will be based on the demonstrated capabilities of the prospective contractors in relation to the needs of the project as set forth in this RFQ. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirements of the RFQ. In any case, the Government reserves the right to make an award to that offeror whose quotation provides the best overall value to the Government. Please see attachments for specific evaluation elements. All quotations must be received no later than 1:00 p.m. on July 25, 2005. To receive attachments, email Ann Argaman@aargaman@nih.gov. No further questions will be accepted after 1:00 p.m. Eastern time on July 22, 2005. Quotations must be in writing and mailed to the following: Attn: Ann Argaman, National Institutes of Health, Office of Purchasing and Contracts, CC, 6707 Democracy Boulevard, Suite 106K, MSC 5480, Bethesda, Maryland 20892-5480.
 
Place of Performance
Address: Bethesda, Maryland
Zip Code: 20892
 
Record
SN00849131-W 20050720/050718211735 (fbodaily.com)
 
Source
FedBizOpps.gov 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.