Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2010 FBO #3168
SOURCES SOUGHT

S -- Sources Sought/Request for Capability Statements, Hospital Environmental Services, Four (4) Military Treatment Facility Sites, Southeast Regional Medical Command.

Notice Date
7/26/2010
 
Notice Type
Sources Sought
 
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-SERMC-HES
 
Response Due
8/3/2010
 
Archive Date
10/2/2010
 
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
This Sources Sought notice is for informational and planning purposes only. It does not constitute a Solicitation and is not to be considered as a commitment by the Government. All firms responding to this sources sought notice are advised that their response to this notice is not a request that will be considered for contract award. 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 intent of this notice is to determine the availability of qualified commercial, small business sources technically capable of providing hospital environmental services for designated Medical Treatment Facilities (MTFs) in the Southeast Regional Medical Command. Currently, these services are performed by a small business under four (4) different purchase orders; this new requirement will consolidate the four (4) contract vehicles into one (1) Indefinite Delivery, Indefinite Quantity (IDIQ) contract for issuing of firm-fixed price task orders. The Center for Health Care Contracting (CHCC) has a requirement for the continuation of hospital environmental services (formally the Hospital Housekeeping Services) in support of multiple MTFs. MTFs are medical facilities operated by the military and vary in capabilities in partnership with healthcare providers, medical educators, and medical researchers. For this effort, MTFs is a collective term of 84 integrated medical, dental, veterinary, and other medical department healthcare and healthcare-related facilities and buildings located on Fort Gordon, GA, Fort Jackson, SC, Fort Campbell, KY, and Redstone Arsenal, AL. The raw square feet (RSF) applicable to hospital environmental services are varied for each MTF; as such, the current aggregate raw square feet (RSF) of all MTFs are 1,741,290. The current approximate RSF per MTF is as follows: Fort Gordon, GA, David Dwight Eisenhower Army Medical Center (DDEAMC), 779,008; Fort Campbell, KY, Blanchfield Army Community Hospital (BACH), 513,092; Fort Jackson, SC, Moncrief Army Community Hospital (MACH), 344,958; and Redstone Arsenal, AL, Fox Army Health Clinic (FAHC), 104,231. The aggregate RSF of all MTFs will not to exceed 1,915,419 (10% above current aggregate raw square feet) RSF per year. The total aggregate RSF of all MTFs for a five-year period is 8,706,450, and will not exceed 9,577,095 RSF (10% above total aggregate RSF x five years). Hospital environmental services (formally identified as hospital housekeeping services) are required for the period of 01 October 2011 through 30 September 2016, inclusive of an anticipated two-year base period, and three one-year option periods. The total estimated value of this requirement is not to exceed $68M. Description of Services: The Contractor shall provide all personnel, equipment, supplies, facilities, tools, materials, management, and supervision (except for those items specified as government-furnished property, supplies, equipment and services) necessary to perform non-personal, hospital environmental services (HES) to designated MTFs located in the Southeast Regional Medical Command. HES are inclusive of hospital housekeeping (aseptic and non-aseptic), control and exchange of linen, regulated medical waste (RMW) collection and removal, general waste (trash) collection and removal, recycle collection and removal, and exterior building services (e.g., windows, doors, walkways, parking lots) such as window cleaning, outdoor policing, and snow removal. Aseptic housekeeping is distinguished from non-aseptic housekeeping in that the primary work of the former is to maintain total disinfection conditions in designated areas of MTFs. The Contractor shall provide hospital environmental services consistent with the most modern and scientific methods of environmental service practices and techniques to include the highest level of sanitary procedures. The applicable North American Industrial Classification System (NAICS) code is 561720 and the small business size standard is $16.5 million dollars. The respondents must demonstrate their capability in 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: 1. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Other ________________________ 2. The capability statement shall clearly demonstrate capability to obtain ISSA Cleaning Industry Management Standard (CIMS) not later than 30 days prior to contract start date (1 October 2011). 3. The capability statement shall clearly demonstrate capability of participation in the OSHA Voluntary Protection Program (VPP), specifically the Mobile Workforce Program, not later than three (3) months after contract start date (1 January 2012) (see http://www.osha.gov/dcsp/vpp/mobile_workforce.html) for information on OSHA Mobile Workforce Program). 4. The capability statement shall clearly demonstrate experience in managing multiple medical facility complexes ranging from 700,000 100,000 square feet (to include a multiple associated, outlying medical buildings/facilities) in four (4) different locations within the past 24 out of 36 months. 5. Provide two (2) consecutive successful Joint Commission or Joint Commission for Accreditation for Healthcare Organizations surveys with no deficiencies in healthcare/hospital environmental services (also includes hospital housekeeping and hospital aseptic management systems (HAMS)) over the past three (3) years. Documentation must include a list of the facilities referenced with a point of contact. 6. 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. 7. The capability statement shall 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 multiple MTFs hospital healthcare/hospital environmental programs in Southeast Regional Medical Command. 8. 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: a.Name b.Address c.Contact telephone number d.Contact person e.Number of inpatient beds Interested parties' response shall include any other specific and relevant information related to this requirement that will enable the Government to determine the capabilities of the company to perform the specialized services described in this sources sought. 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 3 August 2010, 4:00 pm (CST) to Ms. Kathleen Henderson, Contract Specialist at kathleen.henderson@amedd.army.mil For any questions please contact Ms. Kathleen Henderson at 210-295-4346.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K04-SERMC-HES/listing.html)
 
Place of Performance
Address: Center for Health Care Contracting ATTN: MCAA C BLDG 4197, 2107 17TH Street Fort Sam Houston TX
Zip Code: 78234-5015
 
Record
SN02217764-W 20100728/100726235123-5f137edd7fcf460ac45b606fe8ad2254 (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.