Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 19, 2015 FBO #5139
SPECIAL NOTICE

W -- Washer and Dryer Services - Package #1

Notice Date
12/17/2015
 
Notice Type
Special Notice
 
NAICS
532210 — Consumer Electronics and Appliances Rental
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Polk, PO Drawer 3918, Fort Polk, Louisiana, 71459-5000, United States
 
ZIP Code
71459-5000
 
Solicitation Number
W9124E2015WDPV
 
Point of Contact
Penny Volpe, Phone: 3375318607, Tamera S. Butler, Phone: 337-531-2241
 
E-Mail Address
penny.f.volpe.civ@mail.mil, tamera.s.butler.civ@mail.mil
(penny.f.volpe.civ@mail.mil, tamera.s.butler.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement Performance Requirement Summary Number of Machines SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for Washer and Dryer Services on a SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source Firm Fixed Price Requirement contract to Excalibur Laundries, Inc is for all labor, equipment and materials necessary to install, maintain and repair new contractor owned washers and dryers and perform maintenance and repair to a number of Government owned washers and dryers. The Contractor shall provide any and all required maintenance and repairs to all washers and dryers in response to diagnostic service order calls at various locations on South and North Fort Polk and the Forward Operating Base (FOB) Forge at the Joint Readiness Training Center (JRTC) and Fort Polk, Fort Polk, LA in accordance with the Performance Work Statement. The statutory authority for the sole source procurement is 10 U.S.C. 2304(C) (1). Attached are the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS) and Attachment with number of machines. The potential qualified source would need to be able to mobilize all machines and place them within various buildings beginning on 01 February 2015 followed by full performance of the services on 01 March 2016. The NAICS code is: 532210, Consumer Electronics and Appliances Rental, with a current business size of $37.5. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. [Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable.] 5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services. 8. SUBMISSION REQUIREMENTS: All interested firms shall submit a Capability Statement and email to penny.f.volpe.civ@mail.mil with courtesy copy (cc) to tamera.s.butler.civ@mail.mil. Submission shall be received by 3:00 PM, Central Standard Time, 28 Dec 2015 and shall not exceed four (4) one-sided, 8-1/2 x 11 pages. This synopsis is only for market research purposes. This RFI does not constitute a request for proposal nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of response to this notice. All data received in response to this RFI marked or designated as corporate or proprietary will be fully protected from release outside the U.S. Government. No hard-copy or facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc) will be considered. Again, interested offeror's shall address this RFI in written format via email to penny.f.volpe.civ@mail.mil and cc tamera.s.butler.civ@mail.mil. Calls and fax transmittals in response to this RFI will NOT be accepted. Personal visits for discussing this announcement will NOT be scheduled. Contracting Office Address: MICC - Fort Polk, Directorate of Contracting, PO Drawer 3918, Fort Polk, LA 71459-5000 Place of Performance: MICC - Fort Polk PO Drawer 3918 Fort Polk LA 71459-5000 US Point of Contact(s): Penny F Volpe, 337-531-8607
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/626a254262a6e9d3b4d866fb147a4d97)
 
Place of Performance
Address: JRTC & Fort Polk, Fort Polk, LA, Fort Polk, Louisiana, 71459, United States
Zip Code: 71459
 
Record
SN03973007-W 20151219/151217235459-626a254262a6e9d3b4d866fb147a4d97 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.