INTRODUCTION
The United States Army Health Care Activity, Health Readiness Contracting Office
(HRCO) 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 , Bulk Laundry Services, Tripler Army Medical Center (TAMC) and Cpl.
Desmond T. Doss Health Clinic (DDHC), Oahu, Hawaii. The Contractor shall provide
Bulk Laundry Services for Tripler Army Medical Center (TAMC), located on the Island of
Oahu, Hawaii and Desmond T. Doss Health Clinic, located on Schofield Barracks on the
Island of Oahu, Hawaii. Contractor shall provide labor, equipment, supervision,
management, supplies, transportation, and facilities, for the cleaning, processing and
finishing services of Government Owned Linen for Tripler Army Medical Center (TAMC),
located on the Island of Oahu, Hawaii and Cpl. Desmond T. Doss Health Clinic.
Government Owned Linen consists of white and green sheets, blankets, white and
green pillowcases, baby blankets and undershirts, laundry bags, scrubs, gowns, wraps,
towels, surgical gowns, pajamas, Lab coats, etc., except as identified elsewhere in the
performance work statement (PWS). When there are not sufficient carts available the
contractor shall supplement with contractor owned carts at no additional cost. The
Government will return the contractor supplied carts on or about the next scheduled
delivery. The Contractor services include pickup and delivery of soiled and cleaned
linen to the areas designated within the PWS. The Contractor shall establish and
maintain a system of records to control and account for all work performed.
All services shall be provided in accordance with current (a) The Joint Commission
(TJC) standards, (b) the Center for Disease Control and Prevention’s Guidelines for
Environmental Infection Control in Health-Care Facilities, (c) Occupational Safety and
Health Administration standards, (d) Healthcare Laundry Accreditation Council (HLAC)
or TRSA Hygienically Clean for Healthcare, best commercial laundry
standards/practices, (e) International Fabricare Institute (IFI) and (f) any other
applicable Federal, State and local regulations and guidelines. Performance shall be in
accordance with the scope of the PWS and other specifications or provisions of the
contract. Laundry services are considered a mission essential function and an essential
contractor service. Requirements for this effort are determined by the pounds/pieces of
soiled linen utilized on a daily/weekly basis.
Certification: The Contractor shall comply with Army Supply Bulletin 8-75- 11,
Chapter 7, and TAMC Infection Prevention Control Manual, Current Edition, and
Healthcare Laundry Accreditation (HLAC) or Textile Rental Services Association
(TRSA) Hygienically Clean for Healthcare.
a. The offeror shall provide a valid copy of either their HLAC or TRSA
Hygienically Clean for Healthcare certification and shall maintain certification
throughout the term of the contract.
OR
b. The contractor/laundry facility shall provide proof of the application process for
HLAC or TRSA Hygienically Clean for Healthcare certification when submitting
proposals in response to the formal solicitation, once the Government decides to
release the formal solicitation for this effort. It is important that interested offerors
begin the process of applying for these certifications on time, pending the
Government’s decision to release solicitation for this requirement.
An approved HLAC or TRSA Hygienically Clean for Healthcare certificate must be
submitted to the Government within six (6) months after the contract is awarded.
Once the certification has been issued, a copy shall be provided to the
Government immediately.
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET
RESEARCH, THIS REQUIREMENT SHALL DETERMINE A SET ASIDE, IF ANY,ON
THE BUSINESSS SIZE Telephone inquiries will not be accepted or acknowledged,
and no feedback or evaluations will be provided to companies regarding their
submissions.
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. RESPPONSES
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 NOT BE
SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS
THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE
FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.”
REQUIRED CAPABILITITES
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.
The Government will evaluate market information to ascertain potential market
capacity to: 1) provide services consistent, in scope and scale, with those described in
this notice and otherwise anticipated; 2) secure and apply the full range of corporate
financial, human capital, and technical resources required to successfully perform
similar requirements; 3) implement a successful project management plan that
includes: compliance with tight program schedules; cost containment; meeting and
tracking performance; hiring and retention of key personnel and risk mitigation; and 4)
provide services under a performance based service acquisition contract.
ELIGIBILITY
The applicable NAICS code for this requirement is 812332 with a Small Business Size
Standard of $47M. The Product Service Code is S209. You are encouraged to
respond; however, each respondent must be registered in sam.gov in their capabilities
statement. The United States Army Health Care Activity, Health Readiness
Contracting Office (HRCO) is seeking industry information and comments from
sources with capabilities to perform the contract and with relevant experience in
providing services necessary to perform services of the nature and scope described in
this DRAFT PWS. Interested parties shall complete and submit the Capability
Statement, attached Market Research Questionnaire and Experience Reporting
Form to the government. Interested parties can also use the questions templates for
any questions you have as part of your submission.
ADDITIONAL INFORMATION AND SUBMISSION DETAILS
1) Attachment 1 Market Research Questionnaire
2) Attachment 2 Experience Reporting Form
3) Attachment 3 Questions and Answers
4) Attachment 5 Performance Work Statement
5) Exhibit C TAMC DDHC Linen
6) Capabilities Statement
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 in this PWS for
the ordering period 1 through 5.
6.) Provide a statement including current small/large business status and
company profile to include number of employees, annual revenue history, office
locations, EIN, Cage Code, etc.
7.) Include in your response your ability to meet the requirements in the Facility
requirements.
The estimated period of performance consists of five ordering periods with
performance commencing on 01 February 2026.
Upon evaluation of the capability statements, if it is determined that this requirement
will be a a firm fixed price contract.
RESPONSE: Interested parties are requested to submit a capabilities statement to
include their teaming partner/subcontractor of no more than fifteen (15) pages in length in
Ariel font of not less than 10 pitch. The capability statement will specifically address you
are able to launder the items listed in Exhibit C on a weekly basis The deadline for
response to this request is no later than 2 pm, Central Daylight Time, 02 June 2025. All
responses to this Sources Sought, including any capabilities statement, shall be
electronically via emailed in either Microsoft Word or Portable Document Format (PDF),
to Monica Perkins, Contract Specialist, monica.perkins3.civ@health.mil, Traci Louie,
Contract Specialist, traci.r.louie.civ@health.mil and copy Cathering-Tehila Johnson,
Contracting Officer, catherine-tehila.o.johnson.civ@health.mil.
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.
Attachments
1) Attachment 1 Market Research Questionnaire
2) Attachment 2 Experience Reporting Form
3) Attachment 3 Questions and Answers
4) Attachment 5 Performance Work Statement
5) Exhibit C TAMC DDHC Linen
•Gain knowledge of common business practices for the specified requirement.
•Obtain feedback regarding feasibility of the described requirement (challenges,
limitations, costs, etc.)
DISCLAIMER: DO NOT SUBMIT A NARRATIVE, PROPOSAL, BROCHURES, OR
ANY ADDITIONAL INFORMATION.