Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2002 FBO #0153
SOURCES SOUGHT

S -- Sources Sought Notice for Hospital Housekeeping Services at Tripler AMC, HI from potential 8(a) offerors.

Notice Date
5/2/2002
 
Notice Type
Sources Sought
 
Contracting Office
Pacific Regional Contr Ofc TAMC, ATTN: MCAA PC BLDG 160, 160 Krukowski Road, Honolulu, HI 96859-5000
 
ZIP Code
96859-5000
 
Solicitation Number
SOURCES SOUGHT 2
 
Response Due
5/16/2002
 
Archive Date
6/15/2002
 
Point of Contact
Karen Lee, 808 433 7008
 
E-Mail Address
Email your questions to Pacific Regional Contr Ofc TAMC
(karen.lee@amedd.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
NA This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to identify potential 8(a) offerors capable of performing a performance based hospital housekeeping service contract for Triple r Army Medical Center, Hawaii. Estimated cost of this potential contract is over $ 8.5 million per year. The contract term, if awarded, will be a base period for one year plus 4 one-year option. The NAICS Code for this proposed procurement is 561720 and the annual size standard is $ 14.0 Million. The Statement of Capability (SOC) will be the basis for the Government's decision to establish this requirement as an (8)a set-aside for competitive acquisition. Proposed contract is being considered as a set- aside under section 8(a) of the Small Business Act. Interested 8(a) sources must submit a SOC, which describes in detail the source's capability to provide hospital housekeeping services and related services as indicated in Section C-1 through C-6, withi n 14 calendar days of the date of this notice. Potential offerors shall request copies of Section C-1 through C-6 telephonically to Karen Lee at (808) 433-7008 or facsimile to (808) 433-7010. The SOC must be 8 1 /2 by 11-inch standard bond paper, tabbe d in the order listed below and in 3 ring binder or CD Rom: (1) Full name and address of the firm; (2) Year firm established; (3) Names of two principals to contact (including title and telephone number); (4) Positive statement of eligibility as a 8(a) und er NAICS Code 561720, Janitorial Services with average annual gross revenue of not more than $ 14.0 million for the last three completed fiscal years; (5) Certifications/Resumes IAW Section C-1 through C-6, regarding the firms, capability to provide servic e support in the following key functional areas: a. Hospital Housekeeping services; b. Regulated medical waste processing; c. Hospital Linen storage/distribution; d. Interior plantscaping/ maintenance; e. Grounds maintenance/landscaping in support of the P acific Regional Medical Command which includes: Tripler Army Medical Center, U.S. Army Health Clinic at Schofield Barracks, TRICARE Pacific Lead Agency, Pacific Regional Dental Command, Pacific Regional Veterinary Command and Department of Veteran Affairs facilities on the island of Oahu, Honolulu, Hawaii. (6) Management Capability Statement regarding the firm capabilities to successfully manage a multi-functional contract of similar size and complexity. Include prior experience of key company personnel b oth in prime and all planned subcontractors, experience in mobilizing and managing a large workforce, and experience and expertise in providing financial management support in a contract that contains multiple customers. IAW Section C-1 through C-6. (7) Financial capability information relative to your capability to finance and manage a service contract in excess of $ 8.5 million/year. Must provide verifiable proof of a minimum $1.0 million credit line. Demonstrate the firm's capability to handle short -term cash flow. (8) Past Performance - Information relative to past performance on contracts of this type and any proposed teaming arrangements. Any joint-ventures with 8(a) members will have to comply with CFR Title 13, Section 124.513. Quality of work previously performed and the relative capability of the firm to effectively accomplish the work requirements of a contract similar to the one proposed will be assessed based on references provided by the firm, customers known to the government, and any ot her source that may have useful and relevant information. Include information for similar contracts currently in progress or completed within the last three years. Include the following information (Government or Commercial): (a) Contract Number and Titl e; (b) Name of Contracting Activity; (c) Administrative Contracting Officer's name and current telephone number; (d) Contracting Officer's Technical Representat ive or Primary Point of Contract name and current telephone number; (e) Contract type (e.g. firm fixed price, cost plus, requirement or combination); (f) Period of performance (start and completion dates); (g) Contract value per year (indicate amounts for firm fixed-price, requirement, award fee, etc. separately); (h) Summary of Contract Work. The SOC must be complete and sufficiently detailed to allow the Government to determine the firm qualifications to perform the defined work. Interested parties to m ail/submit their responses to Tripler Army Medical Center, Pacific Regional Contracting Office MCAA-PC, Attn: Karen Lee, 160 Krukowski Road, Bldg 160, Tripler AMC, HI 96859-5000. Receipt of potential offeror's SOC shall be received no later than 14 calen dar days from the date of this notice published, 2:00 p.m. Hawaii Standard Time. This sources sought announcement 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 offers received in response to this notice. This Sources Sought Synopsis is not a Request for Proposals (RFP) ; it is a market research tool being utilized to determine the availab ility of sources prior to issuing and RFP. If issued, the solicitation will utilize source selection procedures, which require offerors to submit technical, experience, past performance and price?for evaluation by the Government. The Government will not pay any effort expended in responding to this notice. Estimated start date for this potential contract is 10/01/02.
 
Place of Performance
Address: Pacific Regional Contr Ofc TAMC ATTN: MCAA PC BLDG 160, 160 Krukowski Road Honolulu HI
Zip Code: 96859-5000
Country: US
 
Record
SN00070430-W 20020504/020502213246 (fbodaily.com)
 
Source
FedBizOpps.gov 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.