Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 12, 2018 FBO #5984
SOURCES SOUGHT

S -- Healthcare Housekeeping Brooke Army Medical Center Fort Sam Houston - BAMC

Notice Date
4/10/2018
 
Notice Type
Sources Sought
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, Texas, 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W81K04-17-R-0017
 
Point of Contact
Laura Applewhite, Phone: 2102214202, Katherine I. Perry, Phone: 2102954365
 
E-Mail Address
laura.j.applewhite.civ@mail.mil, katherine.i.perry.civ@mail.mil
(laura.j.applewhite.civ@mail.mil, katherine.i.perry.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
CBA GFP and Equipment Exhibit C and D Square Footage Deliverables MTF Description Antiterrorrism QASP PWS *** 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 intent of this notice is to determine the availability of qualified commercial sources capable of providing Healthcare Housekeeping and related services for Brooke Army Medical Center (BAMC), Fort Sam Houston, TX. The mission of the Brooke Army Medical Center (BAMC) is to provide integrated quality healthcare and medical readiness support that is responsive to the needs of the Fort Sam Houston Community in safe, clean and aesthetically-pleasing facilities. BAMC offers trauma I, burn center, dental surgery, general medicine, emergency medicine, general surgery, pediatrics, family practice, obstetrics/gynecology, orthopedic, outpatient drug and alcohol treatment, bone marrow transplants and psychiatric care services for its beneficiaries. Outlying clinics consist of medical in processing clinic, veterinary health clinic, three dental clinics, automated neuropsychological assessment metrics (ANAM), traumatic brain injury clinic, McWethy Troop Medical Clinic (TMC), Moreno Primary Care Clinic, Medical Homes and Behavioral Health Clinic. These outlying clinics provide dental services, veterinary services, medical management of acute and chronic disorders, preventive services, counseling services, and acute minor injury treatment to clients on Fort Sam Houston, Camp Bullis, Schertz Medical Home and Westover Medical Home. The estimated quantity for BAMC and Medical Treatment Facilities (MTFs) in the Health Service Acitivty is 2,401,672 square feet (SF). There may be additional SF for newly constructed buildings expansions that will require services as they are completed. Description of Services: The contractor shall furnish all personnel, labor, equipment, material, tools, supplies, supervision, management, administration, and services, except as may be expressly set forth as government furnished, and otherwise do all things necessary to perform healthcare housekeeping for BAMC and the multiple MTFs in the HSA. The direct and non-direct patient care and healthcare related settings, such as clinics, laboratories, and administrative areas require healthcare services on a MTF area/room-specific scheduled basis. Healthcare housekeeping services include six support activities: healthcare housekeeping cleaning services; control and exchange of linen; collection and transport of regulated medical waste (RMW); collection and removal of general waste (trash) collection; removal of recycle and exterior building services (e.g., windows, doors, and walkways). The NAICS Code for this procurement is 561720 and the annual size standard is $18 million dollars. The agency is seeking industry information and comments from sources with capabilities to perform the contract and with relevant experience in all of the functional areas mentioned above. Interested parties shall complete and submit the attached Market Research Questionnaire and Experience Reporting Form to the Government. Responses to the sources sought are encouraged from all interested parties. DISCLAIMER: DO NOT SUBMIT A NARRATIVE, PROPOSAL, BROCHURES OR ANY ADDITIONAL INFORMATION AT THIS TIME. This is a sources sought announcement and is for information and planning purposes ONLY, and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on responses to this notice. This sources sought synopsis is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing a solicitation. Interested parties may submit their response to laura.j.applewhite.civ@mail.mil no later than 10 May 2018, 2:00 PM (CST) via e-mail. Interested parties shall only submit questions or concerns regarding the sources sought synopsis via e-mail; phone calls are not permissible. Market Research Questionnaire 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. Is your firm currently International Sanitary Supply Association (ISSA) Cleaning Industry Management Standard (CIMS) certified? If not, your firm capability statement shall clearly demonstrate capability to obtain ISSA CIMS certification within 30 days of the contract's start date. A team member or major subcontractor may not be used to satisfy this requirement. 3. Does your firm have corporate experience comparable in a medical facility similar or larger to BAMC healthcare housekeeping services with a total of 24 months of the previous 36 months. A team member or major subcontractor may be used to satisfy this requirement. [ ] yes [ ] no If yes, complete the attached experience reporting form per the form's instructions. 4. The capability statement shall include the details of how a proposed partnership/joint venture/teaming arrangement with another company (if applicable) will be organized, and what each company's responsibilities are within the partnership/joint venture/teaming arrangement. proprietary information should be clearly identified as 'proprietary information'. Interested parties must send written capability responses by 10 May 2018, 2:00 PM (CST) via e-mail to Ms. Laura J. Applewhite, Contract Specialist at laura J. Applewhite.civ@mail.mil. DISCLAIMER: DO NOT SUBMIT A NARRATIVE, PROPOSAL, BROCHURES OR ANY ADDITIONAL INFORMATION AT THIS TIME. Based upon the responses received, the Government will determine the acquisition strategy for the procurement. This is a sources sought announcement ONLY and is for information and planning purposes ONLY, and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on responses to this notice. This Sources Sought Synopsis is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing a solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K04-17-R-0017/listing.html)
 
Place of Performance
Address: Fort Sam Houston, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN04883707-W 20180412/180410230642-3ceae5c2ae356f57991b545c315ae573 (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.