Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2010 FBO #3129
MODIFICATION

S -- Sources Sought and Industry Comments to Draft PWS

Notice Date
6/17/2010
 
Notice Type
Modification/Amendment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W81K04-RFI-HES
 
Response Due
6/28/2010
 
Archive Date
8/27/2010
 
Point of Contact
Kathleen D. Henderson, 210-295-4346
 
E-Mail Address
Center for Health Care Contracting
(kathleen.henderson@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Center for Health Care Contracting (CHCC) is amending the sources sought originally posted on May 19, 2010 in the Federal Business Opportunities to help determine the availability and technical capability of qualified small businesses, veteran-owned small businesses, service disabled veteran-owned small businesses and/or HUBZONE small business capable of serving the needs mentioned below. The purpose of this amendment is to ascertain specific capabilities of interested parties that were not clearly delineated in the original Sources Sought Notification. Included in this amendment is the draft Performance Work Statement for industry comment. This market survey/sources sought announcement is not a request for proposals and the Government is not committed to award a contract pursuant to this announcement. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and the Government will not entertain questions concerning this market research. The CHCC has a requirement for the continuation of Healthcare Environmental Services (formally the Housekeeping Services) in support of multiple Military Treatment Facilities (MTFs) located on Fort Sam Houston and Camp Bullis, TX. The applicable North American Industrial Classification System (NAICS) code is 561720 and the small business size standard is $16.5 million dollars. The respondents must demonstrate their expertise in ALL of the following items. Please note that failure to specifically demonstrate capability to provide the required services in your response to this market survey may affect the Government's review of your ability to perform these services. The response shall be in sufficient detail as to allow the Government the ability to assess the capability of your firm. The following items must be addressed as part of the interested parties' capability statements: 1.Demonstrate capability to obtain required certifications by time of contract award with the exception of CIMS-GB (30 days after contract award) and OSHA VPP (6 months after contract award). 2.Demonstrate experience in a tertiary research medical facility of at least 400 beds and 2M square feet within the past 24 out of 36 months. 3. Provide two (2) consecutive successful Joint Commission or Joint Commission for Accreditation for Healthcare Organizations surveys with no deficiencies in healthcare/hospital environmental services (also includes hospital housekeeping and hospital aseptic management systems (HAMS)) over the past three (3) years. Documentation must include a list of the facilities referenced that includes: a.the name of the facilities; b.overall score the facility obtained; and, c.any specific comments made by the surveyors pertaining to healthcare/hospital environmental services. 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. 5.The capability statement should clearly demonstrate that the firm has qualified personnel (particularly onsite and corporate back-up management personnel) who would be available for assignment to this project, and that they have the ability to effectively manage complex tertiary level hospital healthcare/hospital environmental programs. 6.The capability statement shall present a reference list of the five most recent clients that fall within the type, bed size and square footage requirements referenced above. The references must include: a.Name b.Address c.Contact telephone number d.Contact person e.Number of inpatient beds Interested parties' response shall include any other specific and relevant information related to the this requirement that will enable the Government to determine the capabilities of the company to perform the specialized services described in this sources sought. Interested organizations must demonstrate and document in any response submitted, to this market survey extensive experience with and the ability to perform all of the specialized requirements elsewhere described. This notice is a market survey and is for information and planning purposes only and does not commit the Government to any contractual agreement. THIS IS NOT A REQUEST FOR PROPOSALS. The Government will not award a contract based upon responses to this announcement. The Government shall not assume any costs for preparing or submitting any information in response to the market survey or the Government's use of the information. Any proprietary information should be clearly identified as 'proprietary information'. Interested parties must send written capability responses by 24 June 2010 to Ms. Kathleen Henderson, Contract Specialist at kathleen.henderson@amedd.army.mil Industry comments pertaining to the draft PWS are due NLT 28 June 2010. Questions and issues concerning the draft PWS may be posted for industry review. For any questions please contact Ms. Kathleen Henderson at 210-295-4346.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K04-RFI-HES/listing.html)
 
Place of Performance
Address: Center for Health Care Contracting ATTN: MCAA C BLDG 4197, 2107 17TH Street Fort Sam Houston TX
Zip Code: 78234-5015
 
Record
SN02180175-W 20100619/100617235036-2e46449b0e6bf2837099beb821605c94 (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.