Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2018 FBO #5979
SOURCES SOUGHT

99 -- Custodial Services Dugway Proving Ground-Utah

Notice Date
4/5/2018
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Dugway Proving Ground (W911S6), Bldg 5330 Valdez Circle, Dugway, Utah, 84022-5000, United States
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-18-R-XXXX
 
Archive Date
4/27/2018
 
Point of Contact
Nicholas J. Rowton, Phone: 435-831-2620, Monty N. Kurtz, Phone: 435-831-2501
 
E-Mail Address
nicholas.j.rowton.civ@mail.mil, monty.n.kurtz.civ@mail.mil
(nicholas.j.rowton.civ@mail.mil, monty.n.kurtz.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Sources Sought Notice Solicitation Number W911S6-18-R-0003 NAICS code is 561720 (Janitorial Services) The Mission and Installation Contracting Command (MICC), Dugway Proving Ground (DPG) Installation Contracting Office (ICO) is seeking sources that can provide custodial services. The contractor shall perform the following general functions: This is a non-personal services contract to provide Custodial Services to various buildings and activities located on Dugway Proving Ground. The goal is to support mission accomplishment by providing a clean, healthy environment for occupants, users, and visitors to facilities identified to receive custodial services under this contract. To meet this goal, close coordination is required between the Contractor, Contracting Officer and Contracting Officers Representative (COR) to efficiently provide Custodial Services while minimizing disruptions to operations within the facilities and meeting security requirements. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. This is NOT a request for quote or proposal. Elaborate proposals or pricing information are neither required nor desired. THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends limit competition to eligible 8(a) participants for subject solicitation, 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. Additionally, the Small Business Administration may elect to direct award to a qualified 8(a) company IF it is in the Government's best interest. 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. The NAICS code is 561720 (Janitorial Services). 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. 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. All companies must be registered in WAWF (Wide Area Work Flow) prior to closing date of posted RFQ. 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/ Additional Info: Additional documentation Contracting Office Address: MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000 Place of Performance: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT 84022-5000 US Point of Contact(s): Nicholas Rowton, 435-831-2620 nicholas.j.rowton.civ@mail.mil MICC - Dugway Proving Ground
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/70a105cd3f6a586f9aca9f8125534445)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez, Circle Dugway UT, 84022-5000, Tooele, Utah, 84022, United States
Zip Code: 84022
 
Record
SN04879572-W 20180407/180405231138-70a105cd3f6a586f9aca9f8125534445 (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.