SOURCES SOUGHT
S -- Hospital Laundry Services
- Notice Date
- 10/27/2006
- Notice Type
- Sources Sought
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-FA4407-07-SS001
- Response Due
- 11/6/2006
- Archive Date
- 11/21/2006
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- Description: POTENTIAL ACQUISITION OPPORTUNITY FOR SDVOSB BUSINESSES ? LAUNDRY CLEANING SERVICES, 375 MEDICAL GROUP, SCOTT AFB IL 62225. In an effort to enhance opportunities for Service Disabled Veteran Owned Small Businesses (SDVOSB), 375 CONS/LGCM is performing preliminary market research to gauge the level of interest and capabilities of SDVOSB businesses with regards to an upcoming acquisition for laundry services at Scott AFB IL. The findings of the preliminary market research will be used in considering a 100% set aside for SDVOSB businesses. The NAICS code for this acquisition is 812332. The Size Standard is $13.0 million. BRIEF DESCRIPTION OF REQUIREMENT per the Performance Work Statement (PWS) is as follows: The contractor shall provide all plant facilities, personnel, equipment, tools, materials, supplies, transportation, supervision and another items necessary to perform hospital textile laundry services, estimated at approximately 20,000 lbs per month, including daily pick-up and delivery, for Scott AFB IL Medical Group. Services shall be performed in accordance with the JCAHO, AAAHC and CDC regulations. Contractor shall provide six (6) clean and sanitized impermeable laundry carts on a daily basis. Contractor shall be responsible for all repairs and damages to individual garments while in the custody of the contractor. All laundered items shall be washed, tumbled dried and/or pressed on flatwork ironing equipment, germicide treated, and folded. THIS IS NOT A SOLICITATION AND SHOULD NOT BE CONSTRUDED AS SUCH. In order to determine if an acquisition can be set-aside for SDVOSBs, the Contracting Officer (CO) must determine that there are a sufficient number of SDVOSBs capable of performing the contract requirement and that award can be made at a reasonable, fair market price. All information is to be provided on a voluntary basis at no cost to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes the property of the Government. There is no guarantee, expressed or implicit, that the market research for this acquisition will result in a SDVOSB Business set-aside or SDVOSB Business sole source award, or any other guarantee of award or acquisition strategy. Responding parties must have an active registration in Central Contractor Registration (CCR), which may be obtained at www.ccr.gov. Please e-mail your response to this source sought notice to Joe Pasqualucci at joe.pasqualucci@scott.af.mil or Darryl Weaver at darryl.weaver@scott.af.mil, no later than 06 Nov 2006. Interested parties must demonstrate in their qualifications statement that they are qualified to perform the PWS requirements under the applicable NAICS Code 812332, size standard $13.0 M. Additionally, businesses responding to this ?sources sought? shall also identify and address if they are classified as an 8(a), woman-owned, HUBZone, or otherwise classified as a small disadvantaged business, in addition to the requirement for Service Disabled Veteran-Owned or Small Business concern. Please e-mail your responses to the following questions: Question 1 - Has your firm, as a prime contractor, whether individually or through a formal joint venture or teaming agreement, or under subcontract to a prime contractor, provided hospital laundering services similar in size and scope, (Government or commercial) within the past three years as briefly described above? If yes, please provide the following information on your three most recent projects; (a) Contracting Agency, address and Contracting Officer?s name and telephone number, (b) contract number, date and amount of the award and completion date, (c) description of the services provided, (d) if performance was as a subcontractor, please provide the name, address and telephone number of the point of contract for the prime contractor, Question 2 ? Has your firm had any performance issues under a contract which resulted in the issuance of a Cure Notice or Show Cause Notice by the CO.? Question 3 - Has your firm ever been terminated for cause or default from a contractual arrangement, whether Federal or private sector, as a result of failure to perform, poor quality and workmanship provided, etc.? DO NOT SEND HARD COPY ADVERTISING OR PROMOTIONAL MATERIALS. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer.
- Record
- SN01172137-W 20061029/061027220610 (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 |