SOURCES SOUGHT
99 -- Park Cleaning and Maintenance
- Notice Date
- 3/19/2020 1:38:24 PM
- Notice Type
- Sources Sought
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
- ZIP Code
- 76102-6124
- Solicitation Number
- W9126G20R2811
- Response Due
- 4/10/2020 8:00:00 AM
- Archive Date
- 04/25/2020
- Point of Contact
- Matthew S. Dickson, Phone: 8178861110, Karen M. Harkins, Phone: 8178861289
- E-Mail Address
-
matthew.s.dickson@usace.army.mil, karen.m.harkins@usace.army.mil
(matthew.s.dickson@usace.army.mil, karen.m.harkins@usace.army.mil)
- Description
- SOURCES SOUGHT SYNOPSIS W9126G20R2811 For FACILITY CLEANING AND MAINTENANCE SERVICE USACE LAKES PROJECT OFFICES This is a SOURCES SOUGHT SYNOPSIS.� This announcement seeks information from industry, which will be used for preliminary planning purposes. �No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. ��Respondents will not be notified of the results of the evaluation.� The U.S. Army Corps of Engineers � Fort Worth District has been tasked to solicit for and award a Contract for facility cleaning and maintenance services for Belton Lake, Stillhouse Hollow Lake and Dana Peak Park, which are responsible for the maintenance and operations of multiple docks, piers, beaches, restrooms and parks/public use areas.� The type of solicitation to be issued will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. The scope of the contract is such that the Contractor shall provide personnel, management, and any other items and services, not Government furnished, necessary to perform cleaning and maintenance services.� Services required shall include, but are not limited to; general grounds cleanup; detailed grounds cleanup; thorough restroom cleaning; cleaning of picnic/camping units; cleaning of screened shelters and� group pavilion/shelters; cleaning of other facilities to include drinking fountains, fishing piers and courtesy docks, dump stations, beach areas, kiosks/bulletin boards, playgrounds and nature trails; testing the swim/beach area for E.coli per sampling requirements; septic tank pumping and restroom vault sewage disposal services. The requirement can be satisfied with a single contract.� The contract will be solicited under the North American Industry Classification System Code 561720�Janitorial Cleaning Services.� The contract will include a 12 month base period and four additional 12 month option periods. Estimated magnitude, including all option periods, is between $1,000,000 and $5,000,000. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Procurement will be solicited in accordance with FAR 12 & 13, utilizing Comparative Evaluation to determine the best overall value for the government. The government anticipates using Comparative Evaluation, however, the results and analysis of the market research will finalize the determination of procurement method.� ��Anticipated solicitation issuance date is on or about 19 MAY 2020, and the estimated proposal due date will be on or about 19 JUNE 2020.� The official synopsis citing the solicitation number will be issued on Beta Sam www.beta.sam.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm�s response to this Synopsis shall be limited to 5 pages and shall include the following information: 1.� Firm�s name, address, point of contact, phone number, and e-mail address. 2.� Firm�s interest in bidding on the solicitation when it is issued. 3.� Firm�s capability to perform a contract of this magnitude and complexity (include firm�s capability to execute comparable work performed within the past 5 years: brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) � provide at least 3 examples. 4. �Firm�s Business Size and/or small business category (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) or Women-Owned Small Business) 5. Firm�s Joint Venture information if applicable � existing. � Interested Firm�s shall respond to this Sources Sought Synopsis no later than 10 April 2020, 12PM (CST).� All interested firms must be registered in SAM to be eligible for award of Government contracts. �Mail or �email your response to Karen Harkins, Contract Specialist, USACE-Ft. Worth District, ATTN: CESWF-CT, 819 Taylor Street, Room 2A17, Fort Worth, Texas 76102-0300, Email address:� Karen.harkins@usace.army.mil �and matthew.s.dickson@usace.army.mil ��EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSESParnk TO THIS SYNOPSIS.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2925b71b44ea459ca6270b6bc1240ad6/view)
- Place of Performance
- Address: Belton, TX, USA
- Country: USA
- Country: USA
- Record
- SN05595264-F 20200321/200319230149 (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 |