Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2006 FBO #1808
SOURCES SOUGHT

S -- Contract Bulk Laundry/Linen Services for VISN 15East Orbit Facilities

Notice Date
11/6/2006
 
Notice Type
Sources Sought
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of Veterans Affairs;VISN 15 Contracting Office;4101 S. 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA-255-07-RI-0050
 
Response Due
11/24/2006
 
Archive Date
12/9/2006
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs Eastern Orbit VISN 15 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, HUB-Zone small business or 8(a) firms capable of providing laundry/linen services.  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 $13 million dollars.     All respondents are requested to identify their firms size and type of business (e.g. small business, service-disabled, HUB-Zone, 8(a), etc). Contractor shall furnish all clean linen items, labor, equipment, supervision, management, supplies, soiled linen carts and/or liners, bulk delivery carts, transportation, and facilities, except as identified elsewhere in the solicitation, necessary to perform complete and all-inclusive contractor owned/contractor operated bulk laundry/linen services for the Department of Veterans Affairs Eastern Orbit Veterans Administration Medical Center (VAMC) Facilities, consisting of Jefferson Barracks and John Cochran VAMCs' located in St Louis MO, John J. Pershing VAMC at Poplar Bluff, MO, and Marion VAMC Marion IL. Contractor must also certify that their facility maintains a physical separation, through the presence of a barrier wall and the use of pass-through equipment is required to maintain positive air pressure in the clean section relative to a negative air pressure in the soiled section. In no case shall clean and soiled linen share the same physical space. The Laundry Plant layout/design must incorporate a "design for asepsis" where by clean linen does not come into contact with soiled linens nor share the same physical space, thus avoiding cross-contamination or reintroduction of bacteria once processed. All services are to be performed in accordance with 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, standard industry practices for laundry/linen processing and quality control measures. The estimated annual total pounds of soiled bulk laundry/linen for the entire Eastern Orbit Facilities in FY 2005 was 2,436,580 pounds. There may be significant variations in quantities of laundry requiring pickup, delivery and processing. Services shall include pick-up and delivery of items by contractor personnel. Soiled linen shall be picked up and clean linen delivered each Monday through Friday, including federal holidays. The expected delivery Turnaround Time (TAT) and priorities will be provided to the contractor in the Performance Work Statement (PWS). Any contractors selected for award will be expected to comply fully with these requirements. The suggested firm-fixed price contract will be a Base Year and three (3) option years. The Base year of contract will commence as soon as possible after award of a contract. The contract award basis is scheduled to be a multiple or single awards based on offeror(s) responses and their location to the VAMC Facility. The contractor will be required to perform all bulk laundry/linen services referred to them from the Department of Veterans Affairs, Eastern Orbit VISN 15 VAMC serviced by this contract. Interested firms responding to this market survey must provide: (a) capability statement demonstrating their experience, skills and capability to fulfill the Governments 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 Eastern Orbit VISN 15 VAMC 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. Potential offeror(s) experience should identify on-going and /or previous contracts performed including (a) brief description, duration, dollar value, clients name address, telephone number, and name of contact; (b) available resources; and (c) firms size and type of business (e.g. small business, service-disabled, HUB-Zone, 8(a)), etc). Only vendors registered in the Central Contractor Registration (CCR) will be considered for contract award.  See www.ccr.gov for information on registering. A copy of the capability statement and projected pricing for the laundering and processing of hospital bulk soiled laundry/linen must be received at the address identified in this Sources Sought by no later than close of business (4:00 p.m. local time at designated location) on November 24, 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.
 
Place of Performance
Address: VAMC St Louis and surrounding locations;915 N Grand Ave;St Louis MO
Zip Code: 63106
Country: USA
 
Record
SN01176740-W 20061108/061106220258 (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.