Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2008 FBO #2413
SOURCES SOUGHT

S -- ASCEPTIC HOUSEKEEPING/JANITORIAL SERVICES, MATHER & MCMC CLELLAN, CA

Notice Date
7/3/2008
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Veterans Affairs, VA Northern California Health Care System, Department of Veterans Affairs No. California Health Care System System, VA Northern California HealthCare System;5342 Dudley Blvd. Bldg 98;McCllelan Business Park CA 95652
 
ZIP Code
95652
 
Solicitation Number
VA-261-08-RI-0245
 
Response Due
7/17/2008
 
Archive Date
8/16/2008
 
Point of Contact
Patricia ChristieContract Specialist
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
S-Hospital Asceptic Janitorial Services Solicitation No. VA-261-08-RI-0245 Agency: Department of Veterans Affairs Office: VISN21 Location: McClellan Business Park Notice Type: Sources Sought Synopsis: This is a Sources Sought Notice only. No formal solicitation exists at this time and this is not to be construed as a commitment by the Government. No contract will be awarded as a result of this Sources Sought notice. The Department of Veterans Affairs is seeking information from qualified Service-Disabled Veteran-Owned Small Business concerns (SDVOSB) which possess the capability and experience to perform Hospital Asceptic Janitorial Services at the Northern California Health Care System's VA Sacramento Medical Center, Mather, California, and the VA Outpatient Clinic, Dental Clinic and various office bldgs at McClellan, California including management of linen for all VANCHCS in accordance with VHA Handbook 1850.3. The contractor will be responsible for all labor, materials, equipment, transportation, and supervision (except for any Government-furnished supplies.) The company shall have experience in managing and performing a program of hospital asepsis for at least 24 months during the past three years at the same 50 operating bed facility or a larger full service medical facility. This experience must have been gained as a result of the company being regularly engaged in the business of providing aseptic services in all areas of a hospital complex: such as surgery, including pre-schedule, post-case and end of the day cleaning, recovery and areas located in "cap, gown and mask" critical care areas. The Contractor shall possess a Certified Executive Housekeeper to serve solely in each of the two VA Medical Centers. The contractor shall possess proof that the executive housekeeper is fully I.E.H.A. Certified or must possess an associate I.E.H.A. membership at time of contract start and submit proof of full I.E.H.A. certification within nine months of contract start date. Experience requirements for the C.E.H. are as follows: (a) One (1) year of consecutive experience, during the last three (3) years, as a C.E.H. in a full service hospital. (b) As C.E.H. he/she shall have been responsible for departmental procedures, supervision, scheduling, work assignment training, hiring/firing quality assurance and overall contract performance. If the experience required above has not been obtained, the individual may be considered to meet the experience requirements if the individual was assigned and served as a I.E.H.A. Associate Executive Housekeeper (prior to being accepted by I.E.H.A. as a C.E.H.) for at least two (2) years within the last three (3) years in any full service hospital of at least 50 active beds. The anticipated period of performance for this requirement is for a base year and four option years. The North American Industry Classification System (NAICS) Code is 561720 and the Small Business Size Standard is $15.0 Million. Respondents are requested to submit a Capability Statement that clearly addresses the following requirements: (1) The company has experience in managing and performing a program of hospital asepsis for at least 24 months during the past three years at the same 50 operating bed facility or a larger full service medical facility. Experience must have been gained as a result of the company being regularly engaged in the business of providing aseptic services in all areas of a hospital complex: such as surgery, including pre-schedule, post-case and end of the day cleaning, recovery and areas located in "cap, gown and mask" critical care areas. (2) The Certified Executive Housekeeper possesses at least One (1) year of consecutive experience, during the last three (3) years, as a C.E.H. in a full service hospital. And as C.E.H. he/she shall have been responsible for departmental procedures, supervision, scheduling, work assignment training, hiring/firing, quality assurance and overall contract performance. The Capability Statement must provide a summary of relevant experience and knowledge and also include substantive current and/or recent past performance references that identify the contract number, customer, contract value, type of contract, period of performance, prime or subcontract, brief description of services, Contracting Officer Representative's (COR) name, COR email address, COR telephone number, corporate information pertaining to the company name and address, corporate contact points, CAGE code, and a copy of the current Central Contractor Registration (CCR) data. The following information should also be included: Name and address of company; business size (large/small); whether or not firm is a Service-Disabled Veteran-Owned Small Business. The Government must be notified of pending changes in small business status. The capability statements will be evaluated to determine if at lest two SDVOSB are capable of performing the proposed scope of work. Respondents will not be notified of the results. No reimbursement will be made for any cost associated with providing information in response to this solicitation. All responses must be submitted by email to the point of contact identified below; no other method of transmittal will be accepted. The Capability Statement and all other pertinent information, which demonstrate the firm's ability to meet the above listed requirements, shall be submitted in writing no later than 4PM on July 17, 2008, to PatriciaChristie2@va.gov, (916)923-4529.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=eda38801ca5d439403c5e0ebada8947f&tab=core&_cview=1)
 
Record
SN01606892-W 20080705/080703215228-eda38801ca5d439403c5e0ebada8947f (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.