The RFP Database
New business relationships start here

LINEN RENTAL AND LAUNDRY SERVICES


Oklahoma, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

THIS SOURCE'S SOUGHT NOTICE DOES NOT CONSTITUTE A PRE-SOLICITATION NOTICE, REQUEST FOR PROPOSAL (RFP), REQUEST FOR QUOTATION (RFQ), OR AN INVITATION FOR BID (IFB). THIS IS A MARKET RESEARCH SURVEY PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 5 TO IDENTIFY POTENTIAL SMALL BUSINESS SOURCES AND TO DETERMINE AN ACQUISITION STRATEGY.

This notice is not to be construed as a commitment by the Government. The Government will not reimburse Contractors for any costs incurred as a result of their participation in this survey. The Department of Health and Human Services, Indian Health Services, Claremore Indian Hospital, is conducting a market survey to determine the availability and technical capability of qualified small business concerns including small businesses, small disadvantaged businesses (SDB), 8(a) small businesses, woman-owned small businesses (WOSB), veteran owned small businesses (VOSB), service-disabled veteran-owned small businesses (SDVOSB), and Historically Under-utilized Business Zone (HUBZone) small businesses capable of providing complete linen rental and dry laundry services for a 50 bed hospital consisting of an intensive care unit, General Medical Surgical Unit, Labor and Delivery, two Operating Rooms, Emergency Room, Dental Department, Medical Clinic, Urgent Care and Dietary, Radiology and other Ambulatory Care Departments.


Linen needs consist of but not limited to wash cloths, patient IV gowns also including Mammo gowns, bath towels, fitted sheets, blankets, bath blankets, Divider curtains, microfiber mops, microfiber rags, lint free surgical towels and pillow cases, flat sheets, baby blankets, baby tees, gurney fitted sheets, Kitchen towels, Microfiber string mops, aprons, scrubs for Clinical Staff, Physical Therapy heat/cold pads, Laundering of Customer owned Window curtains. The contractor will provide quality dirty linen carts to be used thru out the hospital and clinics.


There is an estimated 125 members of staff wearing scrubs to include: staff working in the Operating Room (Nurses, Doctors and support staff), Housekeeping Staff, and Inpatient Pharmacy staff.


Estimated 132,000 lbs. of annual laundry services.


The contractor shall comply with commercial practices, industry standards; conform to all federal, state, local law, instructions, and directives applicable to performance of this work including The Joint Commission Infection Control Standards; Center for Disease Control and Preventions "Guidelines for Laundry in Healthcare Facilities"; and Occupational Health and Safety Administration Regulations.


The following is a complete list of the linen rental and laundry services needed:


Part
Number Description


LBI08 BATH BLANKETS
LSI18 FLAT SHEETS
LP112 PILLOW CASES
TA902 BATH TOWELS
TWJ03 WASHCLOTHS
TG503 OR TOWELS
OM306 MICROFIBER MOPS
TF405 MICROFIBER TOWELS
LS124 FITTED SHEETS 60x108
LS309P SHEET, STRETCH, BLUE
LBI04 THERMAL BLANKET
LSl21 DRAW SHEETS
GP911 IV GOWN REGULAR
LB105 BABY BLANKETS
MG534 3X4 MAT 90 MIL
MG546 4X6 MAT 90 MIL
MG530 3X10 MAT 90 MIL
GP913 IV GOWN OVERSIZE
TB800B SUPER TOWEL
TR303 GRILL PADS
TT303B TERRY TOWEL, BLUE
TW103 TOWEL, WASH CLOTH
MC935 COMFORT FLO MATS
CU66BM CUBIC CURTAINS
CC0090C CC WASH PT PADS
OM209 WET MOPS STRING
OM148 DUST MOP 48"
GP924 MAMMO CAPE
GP621 CHILD GOWN SMALL
GP620 CHILD GOWN MEDIUM
GP629 TWEEN GOWN
800DKW SCRUB PANT BLACK
810DKW SCRUB TOP BLACK
800JCB SCRUB PANT CRBLU
810JCB SCRUB TOP CRBLU
800NTH SCRUB PANT CIEL
810NTH SCRUB TOP CIEL
829DKW SCRUB JACKET BLACK
8832JT SCRUB JACKET CIEL
8832JC SCRUB JACKET CRBLU


The anticipated North American Industrial Classification System (NAICS) code is 812320, Dry cleaning and Laundry Services with a small business standard of $5.5 million. The Claremore Indian Hospital is Located in Claremore, Oklahoma.


All responding small business firms are requested to identify their firm's size and type of business to the anticipated NAICS code. Teaming arrangements and joint ventures will be considered based on the Government's market research, provided the prime contract is awarded to an applicable small business and that small business provides 51% or more of the support.


Claremore Indian Hospital is under the Indian Health Services and is conducting market research to identify sources that have experience in linen rental and laundry services.


INFORMATION REQUESTED:
Interested sources should submit a capability statement detailing the company's ability to perform the linen rental and laundry services described above.
The capability statement must include the following information:


1. Company name, address, point of contact, e-mail address, telephone number, DUNS, TIN, CAGE code, and any "Doing Business As Name."


2. Business type, business size in relation to NAICS code 812320, and identification of socio-economic procurement program(s) the company is eligible to participate in (HUBZone, service- disabled veteran-owned, small disadvantaged business, 8(a), woman-owned, and veteran- owned).


3. Indicate if the company is domestically or foreign-owned (if foreign owned, please indicate country of ownership).


4. Indicate if the company, teaming partners, principals, or subcontractors have had a contract or subcontract terminated for default within the last five years. If so, why?


5. Provide a description of the company's (including teaming partners, subcontractors, and/or joint ventures, if applicable) experience over the last five years performing linen rental and laundry services. The company's experience description should identify the following:


a. The size (dollar value), duration, scope, and complexity of the contract/project;
b. The type of contract (i.e., fixed price, cost reimbursement, etc.);
c. The company's role as either a prime or subcontractor; and
d. The contract or project number (including GSA contract number and task/delivery order numbers), and point of contact and contact information (name, address, and phone) at the agency or company where work was performed.


Standard company brochures may be included with your response. Submission of company brochures without the capability statement is not considered a sufficient response to this Sources Sought. Do not include promotional materials. Submission of a Sources Sought does not commit an interested party to submit a proposal.


Submission Requirements:
1. Page limit - five (5) 8 ½ x 11 pages
2. 1-inch margins (top, bottom and sides)
3. Times New Roman font - 12 point
4. Page limitation does not include (1 cover page or 1 letter of introduction page)
5. Do not include promotional materials


Interested small business firms responding to this market survey must provide a capability statement demonstrating their experience, skills and capability to fulfill the Governments requirements for the above in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b). The capability statement shall be in sufficient enough detail, but not exceed five (5) pages TOTAL, so that the Government can determine the experience and capability of your firm to provide the requirements above. The Government technical team will then assess the experience & capabilities based on: 1) technical expertise relevant to the requirement and 2) relevant past performance. Please specify one primary and one alternate Point of Contact (POC) within your firm, including telephone numbers and email addresses
Your capability statement needs to include a list of three customers (Government/non-Government) within the past 5-years highlighting similar work in nature, scope, complexity, and difficulty and a brief description of the scope of work.


A determination by the Government to proceed with the acquisition as a set-aside is within the discretion of the Government. If capability statements are not received from at least two (2) responsible small businesses, or if the Government determines that no small business concerns are capable of performing this requirement based upon an assessment of the capability statements submitted, then the Government may proceed with a full and open competition


Email Responses Only: Responses and questions to this Sources Sought must be submitted electronically to Mr. Sean Long, Supervisory Contract Specialist, at sean.long@ihs.gov. The e-mail shall contain the following subject line: Response to Sources Sought Notice - Linen Rental and Laundry Services.


The Capability Statement must be received no later than 4:00 P.M., Central Time on October 24, 2018. NO TELEPHONE REQUESTS WILL BE ACCEPTED.


Primary Point of Contact:
Sean Long
Supervisory Contract Specialist
(918)342-6509
Sean.long@ihs.gov


Sean L. Long, Supervisory Contract Specialist, Phone 9183426509, Email sean.long@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP