DOCUMENT
84 -- Laundry/Linen Service - Statement of Work
- Notice Date
- 7/21/2008
- Notice Type
- Statement of Work
- NAICS
- 812331
— Linen Supply
- Contracting Office
- Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
- ZIP Code
- 20857
- Solicitation Number
- 08DWEL000012
- Point of Contact
- Hicks, Charles,, Phone: 3014437077
- E-Mail Address
-
charles.hicks@psc.hhs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- FEDERAL OCCUPATIONAL HEALTH SERVICES Laundry/Linen Service Washington, DC INTRODUCTION This SOURCES SOUGHT NOTICE is to determine the availability of potential small businesses (e.g., 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, and women-owned small business) that can provide: Laundry/Linen Service The information from this market research will help Federal Occupational Health Services plan their acquisition strategy. Please be sure to indicate if you have a GSA schedule contract, a contract on GSA 8(a) STARS, or a contract on GSA VETS GWAC. THIS IS STRICTLY MARKET RESEARCH. FEDERAL OCCUPATIONAL HEALTH SERVICES WILL NOT ENTERTAIN QUESTIONS REGARDING THIS MARKET RESEARCH. BACKGROUND The Division of Federal Occupational Health (FOH) provides occupational health (OH) consultation, and stimulates the development of improved OH and safety programs throughout the Federal Government. FOH defines OH form the Federal Government perspective as: a comprehensive approach to improving the health and safety of the Federal work force. Through various clinical, environmental, educational, and risk-based prevention programs, OH services can increase the productivity, and decrease the Government's liability and health care costs. FOH's mission is to be the benchmark for Federal OH programs. FOH is a one hundred percent reimbursable activity; i.e., it receives no directly appropriated funds, and its entire cost of operations is defrayed by the income it earns from services provided to Federal agencies, at cost, under Economy Act interagency agreements. It operates in an entrepreneurial business environment, competing with other public and private sector organizations for the Government's business. It markets its services and consultation to customers based on a value and quality of product, and is accountable to its customers for performance. FOH has three product lines: Clinical Services and Consultation, Environmental Health, and Employee Assistance Programs. FOH offers two categories of clinical services: (1) Basic Occupational Health Center Services (BOHCS) at fixed locations in federal facilities to provide walk-in, first response care for on-the-job injuries and illnesses, plus preventive care, health education, limited physician-order services, and (2) Special Clinical Services such as medical surveillance examinations, clearance for exercise, medical employability reviews, and occupational medicine consultation--either in conjunction with a BOHCS or at other locations. As part of the Clinical Services product line, FOH, provides comprehensive wellness/fitness services to customer agencies nationwide. These services include: daily operation and management of wellness/fitness centers, wellness programming, fitness programming, fitness testing, online health promotion, health risk appraisals, and facility design. RESPONSE INFORMATION In order to respond to this notice, contractors must be able to clearly convey its experience and/or ability to perform the following tasks identified: 1.Pick up and delivery required daily on Monday - Friday, excluding all federal holidays, no later than 11 AM. 2.Laundered towels and scrubs shall be folded and delivered the same days as pick up. 3.** Provide laundry and rental service for large bath towels (24x48) and Scrub tops and pants. Estimated usage is 600 towels per week and 75 scrubs tops and 75 scrub pants per week. All items provided by the vendor. 4.Maintain at least 200 total scrubs per day available on the shelves for the members (about 20 for each size of shirts and pants. Maintain a minimum inventory of 600 towels on site at all times. Each response should include the following Business Information: a.DUNS. b.Company Name. c.Company Address. d.Current GSA Schedules appropriate to this Sources Sought. e.Do you have a Government approved accounting system? If so, please identify the agency that approved the system. f.Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All offerors must register on the CCR located at http://www.ccr.gov/index.asp g.Company Point of Contact, Phone and Email address Teaming Arrangements: All teaming arrangements should also include the above-cited information and certifications for each entity on the proposed team. Teaming arrangements are encouraged. Responses must be submitted not later than July 24, 2008 at 12 noon EST. Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for submission is 5 pages. GENERAL INFORMATION This Sources Sought Notice is for information and planning purposes only and should not be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this Notice. No reimbursement will be made for any costs associated with providing information in response to this Notice. Respondents will not be notified of the results of this evaluation. Capability statements will not be returned and will not be accepted after the due date. As previously stated, the Government will not entertain questions regarding this Market Research; however, general questions may be forwarded to the following: Contracts Specialist: Charles R. Hicks Email Address: Charles.Hicks@psc.hhs.gov Contracting Officer: Jacqueline R. Jones Email Address: JJones@psc.gov
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5c096a0b3db39492059f2b11fa6cde55&tab=core&_cview=1)
- Document(s)
- Statement of Work
- File Name: (Linen Service SOW.2.doc)
- Link: https://www.fbo.gov//utils/view?id=056f23a17300b5f144a8b9b0d8075d3f
- Bytes: 51.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: (Linen Service SOW.2.doc)
- Place of Performance
- Address: NASA-HQ Fitness Center, 300 East Street, SW., Washington, District of Columbia, 20546, United States
- Zip Code: 20546
- Zip Code: 20546
- Record
- SN01619131-W 20080723/080721223225-b9d34dc084debd08f0d4ba7c068cf32f (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 |