SOURCES SOUGHT
S -- Non-personal, commercial services consisting of Aseptic Housekeeping services, Medical Waste Management and Management of the Linen Service at 51 Medical Treatment Facilities (MTFs) across the Continental United States (CONUS) excluding Alaska and Hawaii. - MAP - Package #2 - Workload
- Notice Date
- 8/3/2011
- Notice Type
- Sources Sought
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ESG, Building 1, 1940 Allbrook Dr, Wright Patterson AFB, Ohio, 45433-5006, United States
- ZIP Code
- 45433-5006
- Solicitation Number
- RFIHAMS773
- Archive Date
- 8/29/2011
- Point of Contact
- Rosa M. Southard, Phone: 2103959389, Sharon Bickford, Phone: 210-395-9392
- E-Mail Address
-
rosa.southard@us.af.mil, sharon.bickford@us.af.mil
(rosa.southard@us.af.mil, sharon.bickford@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Locations to be supported Workload PWS Map Anticipated Regions Synopsis: THIS IS A SOURCES SOUGHT ANNOUNCEMENT to conduct market research relative to the Hospital Aseptic Management Services (HAMS) requirement. THIS IS NOT AN ORDER, SOLICITATION, OR REQUEST FOR PROPOSAL. This announcement is not to be construed as a commitment by the Government to issue a solicitation for services. Responses will not be considered as proposals, nor will any award be made as a result of this announcement. If a solicitation is released, it will be synopsized and posted at www.fbo.gov. Your response to this Sources Sought announcement will assist the Air Force (AF) in determining the best acquisition solution to ensure robust competition, greater efficiency and productivity for the AF HAMS service requirement. This announcement is specifically targeted for interested, qualified small businesses that can perform the services required as stated in the DRAFT Performance Statement of Work to include non-personal, commercial services consisting of Aseptic Housekeeping services, Medical Waste Management and Management of the Linen Service at 51 Medical Treatment Facilities (MTFs) across the Continental United States (CONUS) excluding Alaska and Hawaii. The AF is seeking a more efficient way of executing the HAMS requirement. We are seeking industry input into three specific areas where efficiencies may be gained: 1) CLIN/Price schedule structure that uses best estimated quantities or pricing ladder verse a square footage approach (The approximate square footage workload usage for all facilities is indicated on the attached list of facilities.), 2) Regional or Nation-wide concept to service 51 MTFs (indicated on the attached map and list of facilities) and 3) small business representation in all areas indicated on the map. In responding to this announcement please use the following format: Name of Company: CLIN/Price Schedule: How would you structure the CLINs taking into account the square footage (plus/minus), labor and other incidentals, which are subject to adjustments (increase or decrease) when unforeseen circumstances arise to include renovation, minor construction, or repair to the MTF? Would it be more efficient and advantageous to use a price ladder or best estimated quantity approach? How would this approach benefit the contractor in terms of administration, risk, and pricing in a Firm Fixed Price environment? Regional verse Nation-wide contract(s): Address advantages, disadvantages or efficiencies associated with Regional concept (approximately 6 separate regions where "C" type contract(s) would be awarded, e.g. one firm fixed priced (FFP) contract per region). Address advantages, disadvantages or efficiencies that support nation-wide contracts (51 separate Task Orders awarded under Fair Opportunities using approximately 6 FFP IDIQ contracts). Indicate your firm's preferred contract arrangement. Small Business/size standard: Please indicate your size standard and small business socio-economic sub-categories that represent your business; are you a Small Business, 8(a), HubZone, Woman-Owned, or Service Disable Veteran Owned? Indicate all sub-categories that apply. Interested parties may respond to this notice via e-mail to rosa.southard@us.af.mil. Responses are requested by August 26, 2011. Disclaimer - This notice does not obligate the Government to award a contract or otherwise reimburse the responder for information submitted as a result of this announcement. The Government reserves the right to use the information provided for any Government purpose deemed necessary and legally appropriated. Do not submit any proprietary, classified, confidential, or sensitive information. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a9aba348714dafa0c85419f5e2ef6430)
- Place of Performance
- Address: CONUS - MTFs, United States
- Record
- SN02520419-W 20110805/110803235633-a9aba348714dafa0c85419f5e2ef6430 (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 |