Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOURCES SOUGHT

S -- Bulk Medical Laundry Services for Tripler Army Medical Center and CPL Desmond T. Doss Health Clinic, Hawaii

Notice Date
1/13/2021 9:44:56 AM
 
Notice Type
Sources Sought
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
W40M REGIONAL HEALTH CONTRACTING OF FORT SHAFTER HI 96858-5098 USA
 
ZIP Code
96858-5098
 
Solicitation Number
W81K0221R0003
 
Response Due
1/14/2021 12:00:00 PM
 
Archive Date
01/14/2022
 
Point of Contact
Ronnie Sakata
 
E-Mail Address
ronnie.t.sakata.civ@mail.mil
(ronnie.t.sakata.civ@mail.mil)
 
Description
INTRODUCTION The Regional Health Contracting Office-Pacific is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for bulk medical laundry services.� The Contractor shall provide labor, equipment, supervision, management, supplies, transportation, and facilities, for the cleaning, processing and finishing of Government Owned Linen for Tripler Army Medical Center (TAMC), located on the Island of Oahu, Hawaii and CPL Desmond T. Doss Health Clinic, located on Schofield Barracks on the Island of Oahu, Hawaii.� The Contractor�s laundry facility must be located on the island of Oahu.� The Contractor shall provide a Twenty-four (24) hour turn-around laundry service.� The soiled laundry shall be picked-up, processed, cleaned, dried, packaged and returned the next business day. The intention is to procure these services on a competitive basis Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE The Contractor shall pick-up and deliver to Tripler Army Medical Center (TAMC), located on the Island of Oahu, Hawaii and CPL Desmond T. Doss Health Clinic, located on Schofield Barracks on the Island of Oahu, Hawaii. The Contractor�s laundry facility must be located on the Island of Oahu. The Contractor shall clean and process Government owned linen at the Contractor�s facility.� DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� REQUIRED CAPABILITIES The Contractor�s laundry facility shall be HLAC certified or TRSA Hygienically Clean for Healthcare certified within 3 months�after contract award and maintain that certification throughout the term of the contract. The Contractor shall have a minimum of three years experience in providing hospital laundry services. The Contractor�s designated Project Manager shall possess a minimum of three years specialized experience in supervising, administering, and managing a laundry operation.��� If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. ELIGIBILITY The applicable NAICS code for this requirement is 812332 with a Small Business Size Standard of $41.5M. The Product Service Code is S209. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch.� The deadline for response to this request is no later than 10:00am, Hawaii Standard Time, 14 January 2021. All responses under this Sources Sought Notice must be e-mailed to ronnie.t.sakata.civ@mail.mil This documentation must address at a minimum the following items: 1) What type of work has your company performed in the past in support of the same or similar requirement? 2) Can or has your company managed a task of this nature? If so, please provide details. 3) Can or has your company managed a team of subcontractors before? If so, provide details. 4) What specific technical skills does your company possess which ensure capability to perform the tasks? 5) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described for the base period as well as the option periods. 6) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8) If you are a Large Business, include whether or not it is possible to subcontract portion(s) of this requirement to a Small Business, and if so, the basic structure of those intended arrangements.� The estimated period of performance consists of a base plus 4 options with performance commencing on 1 July 2021. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be firm fixed price. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e8c9ab7c172e4efe94f6b59fc7743f18/view)
 
Place of Performance
Address: HI, USA
Country: USA
 
Record
SN05891634-F 20210115/210113230108 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.