Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2010 FBO #2995
SOURCES SOUGHT

S -- Housekeeping Services

Notice Date
2/3/2010
 
Notice Type
Sources Sought
 
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, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
250HSKPG
 
Archive Date
3/31/2010
 
Point of Contact
Brian J. Lind, Phone: 301-402-0735
 
E-Mail Address
LindBJ@cc.nih.gov
(LindBJ@cc.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought/Market Survey Notification The National Institutes of Health, Clinical Center is conducting a market survey/sources sought to help determine the availability and technical capability of qualified small businesses, veteran-owned small businesses, service disabled veteran-owned small businesses and/or HUBZONE small business capable of serving the needs mentioned below. This market survey/sources sought announcement is not a request for proposals and the Government is not committed to award a contract pursuant to this announcement. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and the Government will not entertain questions concerning this market research. The Government will not pay for any costs incurred in the preparation of information for responding to this market survey. The Clinical Center at the National Institutes of Health has a requirement for the continuation of housekeeping services in the Clinical Center hospital complex in Bethesda, Maryland which includes the Clinical Research Center (CRC), Acute Care Research Facility (ACRF).a portion of Building 10 and the Edmund J. Safra Family Lodge. The applicable North American Industrial Classification System (NAICS) code is 561720 and the small business size standard is $14 million dollars. The contractor must demonstrate they have the requisite experience in providing housekeeping in a research medical center which houses extensive research labs as well as in-patient and out-patient facilities. The contractor must be experienced in cleaning areas that either store and/or experiment with rare and deadly diseases. Contractor must have experience in cleaning rooms exposed to highly infectious diseases and other resistant bacteria. In addition the contractor should be totally familiar with the cleaning requirements of patient areas and have performed similar work within the past five (5) years. The contractor responses must demonstrate their expertise in ALL of the following items. Please note that failure to specifically demonstrate capability to provide the required services in your response to this market survey may affect the Government's review of the contractor's ability to perform these services. The contractor's response shall be in sufficient detail as to allow the Government the ability to assess the capability of your firm. The items to be addressed are as follows; 1) Experience: The contractor will have five consecutive years or more doing housekeeping in a tertiary medical center containing 750,000 square feet or more and inpatient beds of 250 or more. The contractor will have to specifically demonstrate in their capability statement that they have cleaned the following types of laboratories; A. Research laboratory is one in which tissue; fluids or data is obtained from a patient or animal and used for research. B. A pathology laboratory The contractor shall fully explain the processes and procedures used by their company in cleaning; A. Patient Rooms - This should include daily, weekly, isolation and discharge cleaning. B. Ancillary Areas - Offices, waiting areas, entrances, restrooms, corridors, locker rooms, therapy rooms as well as dietary areas. C. Research Laboratories - Level 1 through 3. D. Operating Rooms E. Sterile Environments The capability statement shall clearly demonstrate that the firm received no deficiencies and/or recommendations noted for the housekeeping department at a present client hospital of similar size and scope for two consecutive Joint Commission surveys. The capability statement should also describe the contractor's policies and procedures cleaning in and around strong magnets such as those used in MRI machines. The capability statement must state where and when the cleaning around the MRI machines took place. 2. References: The capability statement shall present a listing of at least five present clients. The list should be of accounts which are as similar as possible to the National Institutes of Health Clinical Center.. The references must include the; • Name • Address, • Contact telephone number, and • Contact person. 3) Personnel/Training: The capability statement should clearly demonstrate that the firm has qualified personnel (especially onsite management personnel/frontline managers) who would be available for assignment to this project and that they have the ability to effectively manage this type of project. Additionally, information should be included in the capability statement which demonstrates that the firm has a training program which is documented and satisfies all OSHA and Joint Commission for Accreditation of Healthcare Organizations (JCAHO) requirements for housekeeping training. The training program should include developmental training for both line employees and management personnel. The capability statement should describe in complete detail how the contractor obtains, trains and manages increasing numbers of staff over a short period of time and how adequate staffing is ensured when there are multiple cleaning functions required in multiple locations. The various types of training provided by the contractor to his staff, including the specialized training required for the cleaning of occupied research laboratories should be described. Also, copies of written training policies and procedures should also be included as part of the description. 4) The contractors must provide a complete description of a transition plan that would be utilized to ensure that there is no lapse or interruption in cleaning services currently being provided in the Clinical Center's hospital complex. The contractor response shall also include any other specific and relevant information related to the requirements of this project that will enable the Government to determine the capabilities of the company to perform the specialized requirements described in this synopsis. Interested organizations must demonstrate and document in any response submitted, to this market survey extensive experience with and the ability to perform all of the specialized requirements elsewhere described. This notice is a market survey and is for information and planning purposes only and does not commit the Government to any contractual agreement. THIS IS NOT A REQUEST FOR PROPOSALS. The Government will not award a Contract based upon Contractor responses to this announcement. The Government shall not assume any costs for preparing or submitting any information in response to the market survey or the Government's use of the information. Any proprietary information should be clearly identified as "proprietary information". Contractors must send written capability responses by February 18, 2010 to Mr. Brian Lind, Contract Specialist at Lindbj@cc.nih.gov or by mail at the address below. For any questions please contact Mr. Brian Lind at 301-402-0735. Mr. Brian Lind Contract Specialist Clinical Center Office of Purchasing and Contracts 6707 Democracy Boulevard Suite 106F, MSC 5480 Bethesda, MD 20892-5480
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/250HSKPG/listing.html)
 
Place of Performance
Address: National Institutes of Health, 10 Center Drive, Building 10, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02056779-W 20100205/100203235154-9153630d77705e5aab2603c95c9275af (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.