SOURCES SOUGHT
99 -- Employee Massage Services
- Notice Date
- 7/27/2021 6:38:47 AM
- Notice Type
- Sources Sought
- NAICS
- 621399
— Offices of All Other Miscellaneous Health Practitioners
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25221Q0994
- Response Due
- 8/2/2021 9:59:00 AM
- Archive Date
- 08/09/2021
- Point of Contact
- Joseph T Kennedy, joseph.kennedy3@va.gov, Phone: 414-844-4800 x43262
- E-Mail Address
-
Joseph.Kennedy3@va.gov
(Joseph.Kennedy3@va.gov)
- Awardee
- null
- Description
- The Department of Veterans Affairs, Great Lakes Acquisition Center (GLAC) is searching for vendors with the capability of providing Chair Massage Services for the Jesse Brown Veterans Hospital in Chicago, IL Scope: The contractor shall provide on-site chair massage services to employees at the Jesse Brown VA Medical Center and its Community-Based Outpatient Clinics (CBOCs) and other off-site locations on a weekly basis for forty-two (42) weeks during the one-year period from the starting date of the contract. Requirements/Tasks One massage therapist on-site for an average of five (5) hours per day, one (1) day per week, for forty-two (42) weeks out of the contract year. Contractor/Massage Therapist must bring massage chair and any other needed equipment and supplies, which may include music, aromatherapy supplies, disposable face cradle covers, and cleaning supplies. Therapists must be licensed and insured and have submitted to a criminal background check. Therapists must follow COVID-19 infection control protocols as defined by public health regulations and medical center policy at the time of service. Massages will be performed with client fully clothed. Massages will be 15-20 minutes in duration. The hours that services are performed may vary from week to week to make chair massage available to employees on all shifts. Contractor must have at least five years experience providing corporate chair massage and must have experience working with organizations of our size or larger. Place of Performance Massages will be performed most weeks at our main facility, but occasional dates will be scheduled at off-site locations: Jesse Brown VA Medical Center (main facility): 820 S. Damen Ave., Chicago, IL Harrison Pavilion: 2100 W. Harrison St., Chicago, IL Community Resource & Referral Center, 2750 W. Roosevelt, Chicago, IL Lakeside Clinic: 211 E. Ontario Street, Chicago, IL Auburn Gresham Clinic: 7731 S. Halsted St., Chicago, IL Chicago Heights Clinic: 30 E. 15th Street, Chicago Heights, IL Adam Benjamin, Jr. Outpatient Clinic: 9301 Madison Street, Crown Point, IN Point of Contact The contractor will work with the Employee Whole Health Coordinator to schedule dates and times and determine location at which services will be provided: Shari Pollack, MPH, RDN, LDN Employee Whole Health Coordinator Jesse Brown VA Medical Center 820 S. Damen Ave. Chicago, IL 60612 Shari.Pollack2@va.gov 312-569-5361 Performance Period One-year duration: September 1, 2021 September 30, 2022 Type of Contract Base year plus four (4) option years: September 1, 2022 September 30, 2023 September 1, 2023 September 30, 2024 September 1, 2024 September 30, 2025 September 1, 2025 September 30, 2026 Security The C&A requirements do not apply, and a Security Accreditation Package is not required. The North American Industry Classification System (NAICS) code for this procurement is 621399. All interested, responsible sources must submit a capability statement by Monday, August 2, 2021 at 11:59PM local time to joseph.kennedy3@va.gov. The capability statement must include the following: DUNS number, organization name, organization address, point of contact, business size under NAICS 621399, and socioeconomic status; Company experience; Customer point of contact information for contract listed in company experience along with a description of types of services provided under the contract; Location and relation to the submitting organization (e.g., owned and operated by the submitting organization, a subcontractor, etc.); List of relevant microbiology accreditations; GSA contract number (if a GSA contract holder); Techniques used to perform culture and serotyping; and Timelines (provide sampling kits, provide negative results, provide positive results). This Sources Sought is issued solely for information and planning purposes to determine availability of qualified vendors and does not constitute a solicitation. All information received in response to this notice that is marked as proprietary will be handled accordingly. Please note that this is not a request for proposal and the Government is seeking information for market research purposes only. The Government may or may not issue solicitation documents. Telephone inquiries will not be returned.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d6b6477fbe1c451287d2844691ef8c4d/view)
- Place of Performance
- Address: 820 S. Damen Ave, Chicago, IL 60612, USA
- Zip Code: 60612
- Country: USA
- Zip Code: 60612
- Record
- SN06075591-F 20210729/210728203735 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |