This is a Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified sources and whether or not to conduct this procurement on a competitive basis. The NAICS code is 812332 and the size standard is $47M. Your responses to the information requested will assist the Government in determining the appropriate acquisition method. The Government intends to award a Firm Fixed-Price contract to the successful offeror.
This requirement is for bulk hospital laundry services. The Contractor shall provide the facility, labor, equipment, supervision, management, supplies, and transportation, 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 and currently processing over 112,000 dry pounds of hospital laundry per month. The Contractor shall provide 24 hour turn-around laundry service. The soiled laundry shall be picked-up, processed, cleaned, dried, packaged and returned the next business day.
The estimated period of performance consists of a 4 month base period plus 52.217-8 six month option period commencing on 30 Jun 2025. The contractor shall be at full operational capability on 30 Jun 2025. The current contract is W81K0221D0003.
REQUIRED SUBMITTALS
1. Provide a valid copy of either HLAC or TRSA Hygienically clean for Healthcare certification for your commercial laundry facility.
2. Provide the address of your commercial laundry facility that will be utilized for this requirement with a statement that attests that your commercial laundry facility:
a. Is located on the Island of Oahu; and
b. Is currently processing over 112,000 dry pounds of hospital laundry per month with a 24 hour turn-around.
3. Provide the names and addresses of the hospitals with corresponding monthly hospital laundry dry pounds that your facility serviced for a minimum of three years.
4. Provide a current resume of the proposed Project Manager with a minimum of three years experience in managing a commercial laundry operation of same or similar capacity as this requirement.
5. Provide a detailed plan on how your company will be at full operational capability, for this requirement, on 30 Jun 2025.
The Medical Readiness Contracting Office-Pacific intends to acquire commercial services using FAR Part 12. This procurement is being conducted under FAR Part 13 Simplified Acquisition Procedures. Interested organizations may submit their capabilities and qualifications to perform the effort in writing no later than 16 May 2025 at 8:00 AM Hawaii Standard Time. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government.
Vendors are invited to submit information demonstrating their ability to fulfill the requirement in the form of a tailored capability response that addresses the specific requirement identified in this notice. Responses to this notice should include company name, address, telephone number, point of contact (POC), and brochures which will allow the Government to understand your offerings and options. Capability statements should be submitted to the attention of Ronnie Sakata, Contract Specialist, Medical Readiness Contracting Office - Pacific; email: ronnie.t.sakata.civ@health.mil. Telephone responses will not be accepted. All vendors providing to the Federal Government are required to be registered in the System for Award Management (SAM) registry with NAICS code 812332.
Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to provide the required services. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential or sensitive information should be included in your response.