Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 18, 2020 SAM #6684
SOURCES SOUGHT

S -- Facility Disinfection Services

Notice Date
3/16/2020 12:51:32 PM
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
FA2521 45 CONS LGC PATRICK AFB FL 32925-3237 USA
 
ZIP Code
32925-3237
 
Solicitation Number
FA252120QB039
 
Response Due
3/23/2020 11:00:00 AM
 
Archive Date
04/07/2020
 
Point of Contact
Evan R. Rauh, Phone: 3214940040, Tiffany S. Thornton, Phone: 3214945544
 
E-Mail Address
evan.rauh@us.af.mil, tiffany.thornton.3@us.af.mil
(evan.rauh@us.af.mil, tiffany.thornton.3@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT:� THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL OR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY!� This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.� Request for Quote (RFQ) number is FA2521-20-Q-B039 shall be used to reference any written responses to this source sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program.� The North American Industry Classification Systems (NAICS) Code proposed 561720.� The size standard for this proposed NAICS is $19.5M.�� GSA SIN/MAS 375 99 Description:� The requirement is to provide Facility Disinfection Services Salient Characteristics:� Please see the attached draft Statement of Objective (SOO) for what capabilities will need to be provided for. What is the purpose of the service: Facilities Disinfection 45 CONS is interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. �Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. NOTE:� RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.� The Government will use this information in determining its small business set-aside decision.�� 45 CONS is interested in receiving comments from the industry on the draft PWS/SOO in regards to how the services are performed in the commercial industry. All interested firms should submit a capabilities package that outlines the firm�s capabilities in providing the required services.� Contractor is required to provide all management and labor required for the operation and management of the required services.� Include three past references with current contact information and contract number.� If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used.� The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. �Recent, relevant experience in all areas should be provided.� Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.� The response must not exceed 5 pages. DISCLAIMER:� This Sources sought notice is�not a solicitation.��This notice is issued solely for information and planning purposes and does not constitute a solicitation.��All information received in response to this notice that is marked ""proprietary"" will be handled accordingly.��Responses to the sources sought notice will not be returned.��In accordance with FAR 15.201(e), responses to this notice are not offerors and cannot be accepted by the Government to form a binding contract.��Responders are solely responsible for all expenses associated with responding to this notice.� The Government does not guarantee any action beyond this notice.� The Government may not respond to questions posed in Industry responses. ATTENTION:� Although this is a Sources Sought notice only, interested parties or potential contractors must be registered with the System for Award Management (SAM) to be eligible for contract award or payment if the Government chooses to make an award.��Information on registration and annual confirmation requirements may be obtained via�http://www.beta.sam.gov� Please submit the information electronically in PDF format by 2:00 PM EST on March 23rd, 2020 and reference RFQ # FA2521-20-Q-B039 to the Contracting Officer, SSgt Evan Rauh, at evan.rauh@us.af.mil.� Telephone responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f98a9b779a3643d88748c934df316937/view)
 
Place of Performance
Address: Patrick AFB, FL, USA
Country: USA
 
Record
SN05590639-F 20200318/200316230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.