Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2010 FBO #3088
SOURCES SOUGHT

S -- Housekeeping Services

Notice Date
5/7/2010
 
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
HousekeepingServices052010
 
Archive Date
6/5/2010
 
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 amending the market survey/sources sought originally posted on February 2, 2010 in the Federal Business Opportunities 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. The purpose of this amendment is to ascertain specific capabilities of interested parties that were not clearly delineated in the original Sources Sought Notification. 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 Environmental Infection Control Services (EICS), (formally the Housekeeping Services) in the Clinical Center hospital complex in Bethesda, Maryland, which includes the Clinical Research Center (CRC), Ambulatory 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 respondents 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 your ability to perform these services. The response shall be in sufficient detail as to allow the Government the ability to assess the capability of your firm. The following items must be addressed as part of the interested parties' capability statements: • Demonstrate experience in a tertiary research medical facility of at least 250 beds and 750,000 square feet within the past seven (7) years. (A research medical facility is classified as one in which bench and clinical research is performed, as well as tertiary patient care). • Provide two (2) consecutive successful Joint Commission or Joint Commission for Accreditation for Healthcare Organizations surveys with no deficiencies in EICS over the past seven (7) years. Documentation must include a list of the facilities referenced that includes; o the name of the facilities o overall score the facility obtained o any specific comments made by the surveyors pertaining to EICS. • Demonstrate experience cleaning Magnetic Resonance Imaging (MRI) and other equipment with a magnetized field. Capability statement should address not only daily cleaning but routine cleaning scheduled around maintenance of equipment. • Demonstrate their ability to clean rooms that are marked as isolation and techniques for cleaning the following isolations types: o Contact o Enhanced Contact o Respiratory o Special Respiratory o Airborne • Demonstrate cleaning techniques for areas where highly contagious bacteria is stored such as microbiology labs and storage facilities (e.g. Tuberculosis, Vancomycin-Resistant Enterococci (VRE) and other drug resistant bacteria) and pharmaceutical drug manufacturing facilities. • Demonstrate at least a total score of 90% over a 1 year period in the most recent client hospital's patient satisfaction survey such as a Press-Ganey, Picker or a similar rating system. • Demonstrate experience in dealing with infectious outbreaks (such as VRE or Acinetobacter), in addition to outlining your Standard Operating Procedures for addressing outbreaks of this nature. • The capability statement shall include the details of how a proposed partnership with another company (if applicable) will be organized, and what each company's responsibilities are within the partnership. • The capability statement shall describe the organization's skills and experience in the evaluation of cleaning products, chemicals, and equipment. • The capability statement should clearly demonstrate that the firm has qualified personnel (particularly onsite and corporate back-up management personnel) who would be available for assignment to this project, and that they have the ability to effectively manage complex tertiary level hospital EICS programs. • Demonstrate that the firm has a training program which is documented and satisfies all OSHA and Joint Commission requirements for EICS training. The training program should include developmental training for both line employees and management personnel. • Describe in detail procedures utilized to recruit and retain adequate staffing during; o Normal operating conditions o Emergency conditions such as snow emergencies, national disasters (9/11, etc.) The capability statement shall present a reference list of the five most recent clients that fall within the type, bed size and square footage requirements referenced above. The references must include: • Name • Address, • Contact telephone number • Contact person. • Number of inpatient beds The interested parties' must provide a description of a transition plan that could be utilized to ensure that there is no lapse or interruption in cleaning services currently being provided in the Clinical Center's hospital complex. This description should include a plan that would cover from the time of contract award to commencement of duties. The transition plan should include the make up of the transition team, responsibilities, assignments and any other relevant information that would be part of the interested parties' transition plan. The interested parties' response shall also include any other specific and relevant information related to the this requirement that will enable the Government to determine the capabilities of the company to perform the specialized services described in this sources sought. 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 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". Interested parties must send written capability responses by May 21, 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/HousekeepingServices052010/listing.html)
 
Place of Performance
Address: National Institues of Health, 10 Center Drive, Building 10, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02144096-W 20100509/100507235037-ee20d3bca3be331c0405bca93d64366b (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.