SPECIAL NOTICE
S -- Notice of Intent to Negotiate Sole-Source Contract
- Notice Date
- 12/16/2009
- Notice Type
- Special Notice
- 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
- W81K04-10-R-0005
- Archive Date
- 3/16/2010
- Point of Contact
- Kathleen D. Henderson, 210-295-4346
- E-Mail Address
-
Center for Health Care Contracting
(kathleen.henderson@amedd.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Center for Health Care Contracting (CHCC) intends to negotiate a follow-on, 12-month, interim (bridge) sole-source, firm-fixed-price (FFP), commercial (FAR 12) contract for hospital housekeeping and linen distribution services in support of Environmental Services, Facilities Management Branch, Logistics Division, Brooke Army Medical Center, Fort Sam Houston, TX. The interim contract period of performance is 1 February 2010 31 January 2011. This follow-on, interim contract is the result of multiple delays in awarding a successful follow-on, competitive contract. Pending the on-going, competitive reprocurement of the subject services, the Government intends to award a sole-source contract to the current provider of services, Quality Services International (QSI) L.L.C, 314 E. Commerce Street, Suite 500, San Antonio, TX 78205-2948 under the authority of 10 U.S.C. 2304(c)(1)(B), as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. QSI is the only responsible source capable of satisfying the agencys minimum requirements (contractor qualifications/ experience, schedule, and performance) prior to the expiration of the existing interim contract, W81K04-09-C-0004. A qualified offeror must be a certified, 8(a) firm with at least 24 months of hospital housekeeping experience within the previous 36 months. Specifically, this experience must have been attained through performing Type I and Type II services as defined in the performance work statement. In terms of schedule and performance, an otherwise qualified 8(a) firm must be capable of submitting proposal, and, contingent upon acceptance by the Government for award, meeting a schedule start date of 1 January 2010 for a 30-day transition (phase-in). Transition would include the requirement that each new contractor employee obtain a DoD Federal Personnel Identification Verification (PIV) credential (referred to as a common access card (CAC)) prior to the contract performance start date of 1 February 2010. On 1 February 2010 (the contract performance start date), a qualified offeror must be capable of providing hospital housekeeping and linen distribution services to 22 healthcare and health-care related facilities and buildings on Fort Sam Houston and Camp Bullis, TX (approximately 1.5M square footage) without causing an unacceptable delay(s) and/or disruption of BAMC healthcare environmental sanitation operations. In accordance with FAR 5.207(c)(15)(ii), all responsible sources may submit a capability statement which shall be considered by the agency. The North American Industrial Code System (NAICS) code is 561720 with a size standard of $16.5M. Points of contact (POCs) are Ms. Kathleen D. Henderson, Contract Specialist, 210-295-4346, kathleen.henderson@amedd.army.mil and Ms. Annabel Rivera, Contracting Officer 210-295-4357, annabel.rivera@amedd.army.mil. All requests for information concerning this special notice must be submitted in writing to the POCs via email not later than 31 December 2009. The Government will not respond to telephonic requests for information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K04-10-R-0005/listing.html)
- Record
- SN02025610-W 20091218/091217000150-fec24c84ae4b14bdefc529796ddb9527 (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 |