Idaho Bids > Bid Detail

Medical Treatment Facility Laundry Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159908076400810
Posted Date: Oct 25, 2022
Due Date: Oct 27, 2022
Solicitation No: FA489723RFI03
Source: https://sam.gov/opp/2ca21e5e9c...
Follow
Medical Treatment Facility Laundry Services
Active
Contract Opportunity
Notice ID
FA489723RFI03
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
ACC
Office
FA4897 366 FAS PKP
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Oct 24, 2022 04:14 pm MDT
  • Original Published Date: Oct 24, 2022 04:08 pm MDT
  • Updated Response Date: Oct 27, 2022 05:00 pm MDT
  • Original Response Date: Oct 27, 2022 05:00 pm MDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S209 - HOUSEKEEPING- LAUNDRY/DRYCLEANING
  • NAICS Code:
    • 812320 - Drycleaning and Laundry Services (except Coin-Operated)
  • Place of Performance:
    Mountain Home AFB , ID 83648
    USA
Description

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.



The Request for Quotation (RFQ) number is FA4897-23-RFI03 and shall be used to reference any written responses to this source sought.



Mountain Home Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 812320. The size standard for NAICS is $7,000,000 million.



The requirement is to provide laundering, dry cleaning, repairing, and replacing items for the 366 Medical Treatment Facility. Adherance to all HLAC and applicable regulations and codes pertaining to the laundering of medical faciltiy items is required.



The anticipated magnitude of this requirement is measured in pounds of laundry requiring serviced; about 415 pounds/week.



Salient Characteristics: Please refer to the attachment titled “PWS – FY23 Laundry”



Evaluation Factors: Past performance, technical acceptance, and price:



Evaluate all quotations for responsiveness.



Past Performance Factor: The Past Performance evaluation results are an assessment of the offeror’s probability of meeting the solicitation requirements. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price alone.



The Government’s technical evaluation team shall evaluate the technical proposals on an acceptable or unacceptable basis, assigning one of the ratings described below. Only those proposals determined to be technically acceptable, either initially or as a result of correspondence, will be considered for award. In order to be deemed technically acceptable contractor must comply with Section 1.5 (NPDES Permit IAW 40 CFR 129) and 1.6 ( MHAFB Instruction 31-204) from the PWS.



Include in your capabilities package your SAM UEID, Cage Code, System for Award Management expiration date, and any related specifications/drawings.



We are interested in any size business that is capable of meeting this requirement.



Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, womanowned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. All interested firms should submit a capabilities package that outlines the firm’s capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages.



The following questions should also be answered within the capability package to better understand each vendor’s ability to perform within the scope.



1. Will validation of permits create a complication to provide?



2. What is the preferred method of bagging laundry for billing?



3. If there’s more than one bagging method available will squadrons be able to pick the most suitable?



4. Periodic inspections from MHAFB medic group are required. Please indicate your willingness to accommodate this requirement?



5. Will multiple pick-ups be available? Or will one pick-up date be sufficient?



Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision.



Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.



Responses may be submitted electronically to the following e-mail address: jeremiah.burns.1@us.af.mil, john.neal.12@us.af.mil, and yvonne.flores.1@us.af.mil. Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN 27 October 2022 at 5 P.M. MDT.



Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through FedBizOpps. Interested parties are responsible for ensuring they have the most up-to-date


Attachments/Links
Contact Information
Contracting Office Address
  • CP 208 828 4658 366 GUNFIGHTER AVE STE 2102
  • MOUNTAIN HOME AFB , ID 83648-5296
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >