SOURCES SOUGHT
S -- Hospital Aseptic Management Services (HAMS) - DRAFT HAMS PWS
- Notice Date
- 6/11/2010
- Notice Type
- Sources Sought
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, AF Surgeon General, 2509 Kennedy Circle, Bldg 125, Rm 187, Brooks City-Base, Texas, 78235-5116, United States
- ZIP Code
- 78235-5116
- Solicitation Number
- SSS-HAMS
- Archive Date
- 7/2/2010
- Point of Contact
- Alice P. Sanders, Phone: (210) 536-2673
- E-Mail Address
-
alice.sanders@brooks.af.mil
(alice.sanders@brooks.af.mil)
- Small Business Set-Aside
- N/A
- Description
- HAMS Regional Map DRAFT HAMS Performance Work Statement (PWS) This is a sources sought synopsis only. This is NOT a solicitation request for proposals or quotations. The purpose of this notice is to obtain information regarding the future Air Force Medical Service Support Agency (AFMSA) Hospital Aseptic Management Services (HAMS) Requirement. Information is being sought regarding the: (1) the availability and capability of qualified business sources; (2) whether they are large businesses, small businesses, HUB Zone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses, or small disadvantaged businesses, and (3) their size classification relative to North American Industry Classification System (NAICS) code 561720, Janitorial Services, with a small business size standard of $16.5M. This size standard applies for the establishment of eligibility as a small business. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, possible teaming efforts, including whether a 100%/partial small business set-aside is possible. A determination by the Government not to compete this requirement as a set-aside based on responses to this notice is solely within the discretion of the Government. Interested parties are expected to review this notice and the draft HAMS Performance Work Statement (PWS), dated 10 May 2010 to familiarize themselves with the requirements. Scope: This is a non-personal services effort to provide certified medical housekeepers, and janitorial custodians to implement the United States Air Force (USAF), Hospital Aseptic Management System (HAMS) services at United States Air Force Medical Treatment Facilities (MTF) based throughout the Continental United States (CONUS). This program provides for the cleaning, protection, and beautification of all rooms and areas identified for coverage at a particular installation to maintain a level of asepsis commensurate with the use of the facility, rooms, and areas. The three general requirement for asepsis management are: 1) cleaning, which is the removal of soil from surfaces; 2) protection, which is preventing damage to surfaces and equipment caused by normal use or improper cleaning procedures; and 3) beautification which is accomplished through cleaning and protection to provide a beneficial psychologically impression as it boosts patient, staff, and visitor morale. Project Requirements: Please see attached draft PWS dated 10 May 2010 for specific requirements. Capability Statement/Information Sought: Sources are expected to provide all labor, personnel, tools, equipment, transportation, and materials that are not specified as Government Furnished Support (GFS) in the Draft HAMS PWS, to perform all tasks as identified in the Draft HAMS PWS. Contractor shall perform all services in accordance with (IAW) the Draft HAMS PWS. Contractor shall also perform miscellaneous and incidental janitorial services as required by the Government. Capability statements shall demonstrate a clear understanding of all tasks specified in the draft PWS. The tailored capability statement for this requirement shall not exceed twenty (20) single spaced pages including all attachments, charts, etc. (12 point font) that clearly details the firm's ability to perform the aspects of the notice described above and in the draft PWS. Regionalization: A strategy being considered by the Government is to regionalized the HAMS effort into six (6) geographical areas in accordance with the attached map. Each region will be covered by a single Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) requirements contract with a single non-competitive task order issued for all MTFs in that region. Please provide your comments (See atch map). Central Region has an estimated nine (9) MTFs. Northeast Region has an estimated seven (7) MTFs. Northwest Region has an estimated eight (8) MTFs. South Region has an estimated four (4) MTFs. Southeast Region has an estimated 11 MTFs. West Region has an estimated 12 MTFs. 1. Information Submission Instructions: Responses shall be limited to no more than 24 pages, including cover letter, cover page, table of contents and tailored capability statements (20 page limit). Your cover page shall be clearly marked with the business concern's name and address, point of contact name (include title, email address, and telephone number), DUNS number, CAGE Code and shall also include an indication of current business size. All responses shall be transmitted electronically. Submissions shall be compatible with and accessible using Microsoft Office software applications. Submit your response to Ms. Alice Sanders, Contracting Officer, at alice.sanders@brooks.af.mil and Mr. Jimmie A. Connell, Program Manager, at jimmie.connell@brooks.af.mil. The email subject line must specify HAMS Future Requirement. Phone calls and facsimile responses will not be accepted. 2. Response Date: Responses are due no later than 3:00 PM, Central Standard Time (CST) on 30 Jun 2010. Information received after this date and time will not be considered. 3. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise reimburse the offeror for information provided in response to this sources sought synopsis or any future requests. The Government reserves the right to use information provided by any respondent for any purpose deemed necessary and legally appropriate. Any source responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the source's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities (FBO). Do not submit proprietary, classified, confidential, or sensitive information in your response. Information submitted will become the property of the Government. The Government reserves the right to use any non-proprietary technical information in any resultant solicitations.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f6fa74578133b1bd835c5e3b05b94269)
- Place of Performance
- Address: CONUS MTFs, United States
- Record
- SN02175038-W 20100613/100611234429-f6fa74578133b1bd835c5e3b05b94269 (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 |