SOURCES SOUGHT
W -- RENTAL OF RESTROOM TOILET TRAILER AND CUSTODIAL SERVICES - RENTAL OF RESTROOM TOILET TRAILER AND CUSTODIAL SERVICES
- Notice Date
- 2/29/2016
- Notice Type
- Sources Sought
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Sam Houston (JBSA), 2205 Infantry Post Road, Bldg. 603, Fort Sam Houston, Texas, 78234-1361, United States
- ZIP Code
- 78234-1361
- Solicitation Number
- 0010803009
- Archive Date
- 3/19/2016
- Point of Contact
- Keith Jackson, Phone: 2108086485, Salameya Paulouskaya, Phone: 210-808-6492
- E-Mail Address
-
keith.jackson41.civ@mail.mil, salameya.paulouskaya2.civ@mail.mil
(keith.jackson41.civ@mail.mil, salameya.paulouskaya2.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a non-personnel services contract to provide an ADA plus 2 Stall Restroom Trailer and custodial services for the Restroom Trailer to be delivered to CA179 Port Hueneme ARC located at 151 36th Ave, Port Hueneme, CA, 93043-4301. February 29, 2016 RENTAL OF RESTROOM TOILET AND CUSTODIAL SERVICES Port Hueneme, CA. On behalf of the 63rd REGIONAL SUPPORT COMMAND, information is being gathered to determine the availability of resources to provide Rental of (1) one Restroom Trailer and custodial services for a period of 12 months, located at CA179 Port Hueneme ARC, 151 36th Ave Port Hueneme, CA, 93043-4301. The scope of work includes but is not limited to: The ADA plus 2 Restroom Trailer shall have no open spaces, crevices, or any other hard to clean features within the ADA plus 2 Restroom Trailer. The floor shall be provided with suitable anti-skid protection. If the anti-skid device is removable, it shall be easily replaceable. The Tank Capacity for the ADA plus 2 Restroom Trailer must be a minimum of 350 gallons. All supplies of toilet paper, disposable toilet seat covers, paper towels, soap, female hygiene supply dispensers, urinal screens and urinal mats shall be provided. The contractor shall provide scheduled pumping of the 350 gallon waste tank and ensure the proper treatment and disposal of all waste and it shall be transported off of and away from government property in accordance with Federal, State and Local laws, ordinances and regulations. The information received will be used within the Mission and Installation Contracting Command - Fort Sam Houston Contracting Office to facilitate the decision making process and will not be disclosed outside of the organization. This announcement is for planning and informational purposes only and SHALL NOT be considered an Invitation for Bid, Request for Quotation, or Request for Proposal. There is no obligation on the part of the Government to acquire any products or services described in this Request for Information. This office does not intend to award a contract on the basis of this Sources Sought or reimburse respondents for information solicited. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Contracting Office in developing its acquisition strategy. This Request for Information is issued for maximizing competition. Should anything in the requirement be construed as limiting competition, please feel free to contact the MICC Special Competition Advocate at dean.m.carsello.civ@mail.mil. Detailed Specifications are listed in the attachment identified below: 1. Draft Performance Work Statement The North American Industry Classification System (NAICS) code for this acquisition is 562991 (Septic Tank and Related Services), with a corresponding Small Business Size Standard of $7.5 Million. The anticipated period of performance is from 15 March 2016 to 14 March 2017. Vendor responses are limited to five (5) written pages (PDF or MS Word Format) and should include: Company profile to include company name, office location(s), DUNS/CAGE Code number, email address, and a statement regarding current small business status (i.e. - certified 8(a), Service Disabled Veteran-Owned (SDVOSB), Woman-Owned (WOSB), Economically Disadvantaged Woman- Owned (EDWOSB), or certified HUBZone).This RFI is for a total small business set-aside. Prior/current experience performing efforts of similar size and scope within the last five years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value (and value of subcontract, if a subcontractor), Government/customer point of contact with current phone number and email address, and a brief description of how the referenced contract relates to the services described herein. The respondent may identify any unique characteristics or alternative solutions to the performance of work. Identify the contract type (e.g., Firm Fixed Price (FFP), Cost, etc.) you believe is appropriate for the requirement and any limitations to your firm's ability to propose a FFP. Provide a (Rough Order of Magnitude) ROM estimate based on the attached draft PWS and the anticipated period of performance for this requirement. Respondents are encouraged to review the information requested above carefully and ensure a complete response for thorough consideration. Please note respondents responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government will not review general capability statements, please ensure submissions are tailored to this requirement. The Government will not return any information submitted in response to this notice. Responses to this Request for Information notice shall be submitted on or before COB on 25 February 2016 via email to Keith Jackson, at keith.jackson41.civ@mail.mil or Salameya Paulouskaya at salameya.paulouskaya2.civ@mail.mil. Questions shall be submitted via email to the POC above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7623f3e45afda46a53f3de463eb7d949)
- Place of Performance
- Address: CA179 Port Hueneme ARC, 151 36th Ave, Port Hueneme, California, 93043-4301, United States
- Zip Code: 93043-4301
- Zip Code: 93043-4301
- Record
- SN04034434-W 20160302/160229235235-7623f3e45afda46a53f3de463eb7d949 (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 |