Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 24, 2023 SAM #7879
SOURCES SOUGHT

S -- Custodial Services Fort Bliss

Notice Date
6/22/2023 11:14:51 AM
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
W6QM MICC-FT CARSON FORT CARSON CO 80913-5198 USA
 
ZIP Code
80913-5198
 
Solicitation Number
PANMCC_23_P_0000_010775
 
Response Due
7/6/2023 12:00:00 PM
 
Archive Date
07/21/2023
 
Point of Contact
Brian Reynolds, Dorothy F. Bell
 
E-Mail Address
brian.r.reynolds16.civ@army.mil, dorothy.f.bell.civ@army.mil
(brian.r.reynolds16.civ@army.mil, dorothy.f.bell.civ@army.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
SOURCES SOUGHT SYNOPSIS This is a Sources Sought announcement to be used for market analysis in determining the availability of custodial service performance that can be provided by an SBA Certified 8A Program Participant. The U.S. Government is seeking qualified SBA Certified 8A Program Participant vendors interested in providing a proposal prepared in accordance with Federal Acquisition Regulation Subpart 12.602 and FAR 19.805, for Custodial Services at Fort Bliss, Texas. All interested SBA Certified 8A Program Participant vendors are invited to provide information about your company/institution, or any teaming or joint venture partners. This Sources Sought Request for Information (RFI) is issued for informational purposes to locate capable businesses. This notice does not commit the U.S. Government to contract for any 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.� Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. �If a solicitation is released, it will be synopsized on the Government wide Point of Entry. �It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement.� A continuing need is anticipated for custodial services which is currently being fulfilled through contract # W911S8-19-D-0005, Fort Bliss.� The current acquisition strategy for the Government�s follow on contract will be an 8(a) competitive effort.� The anticipated NAICS code(s) is: 561720, Janitorial Services, with a size standard of $22M. Attached are the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS), and Technical Exhibits with workload data. The approximate anticipated value of the contract is $35,844.291.26. � In response to this Sources Sought, please provide: 1.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, 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. 2.� 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. 3.� Insight as to the commerciality of this service, i.e. do you currently provide this service to any customer other than the Federal Government? 4.� Capability information of experience in custodial services similar to the requirement described above. At a minimum the capability statement shall state skills, experience, and knowledge required to perform this type of work, including but not limited to the following:� Company name, address, point of contact (POC), telephone number, fax number, email address, website, and CAGE Code. Company's business size and/or socioeconomic status (SBA Certified 8A Program Participant) A positive statement of your intention to bid on this contract as a prime contractor. Offeror's Joint Venture, Partnering Agreement, or Mentor-Prot�g� information if applicable - existing and potential. A listing of any government contracts held over the last three (3) years.�� Are you considering submitting a proposal as a prime contractor? Please include 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. Capability Statement should be no more than 10 pages in length, single spaced, minimum 12-point font. The capability package must be clear, concise, and complete. 5.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.� Please contact the MICC Advocate for Competition, Mr. Scott Kukes, at scott.d.kukes.civ@army.mil 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 SAM.Gov notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 6.� Any recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. 7. Below are additional questions for Industry: � The requiring activity would like to incorporate a +/- 15% variance for the areas of responsibility for custodial services.� The contractor must anticipate that buildings will be repurposed and/or vacated to support military operations, what are your recommendations for the CLIN structure to support such a requirement? The contractor may be expected to possess the capacity for incidental cleaning to include special events and hazardous waste (e.g. vomit & feces).� Propose a CLIN structure for such a requirement and describe the invoice methodology.� How would you invoice this? By hours? Square Footage? Is there a Burden rate, if so, provide it? Provide recommendations for such an endeavor. Consider the following - The level of cleaning diminishes with frequency in which it occurs.� How does your pricing change for areas of operation in which less work is required to maintain the standard of cleanliness outlined in the PWS? Describe your practice for proposing a price per square foot? Per region? Per cleaning visit? How does square footage affects your pricing schedule?� At a certain amount of square footage, do you incorporate discounts, are there multipliers, etc.? When invoicing, how do you price restrooms/toilet areas/locker room/waterless urinals? What is the industry standard on the industrial-type vacuum cleaner utilized for vacuuming carpeted floors and rugs?�� Are there any acceptable substitutes for blue seal chemicals that kill odors and seals out sewer gasses? � Telephone inquiries will not be accepted or acknowledge and no feedback or evaluations will be provided to companies regarding their submission.� Interested parties who consider themselves qualified to perform custodial services on a magnitude capable of supporting Ft. Bliss are hereby invited to submit a response to this notice by 1pm MDT on 06 July 2023.� All responses under this notice shall only be submitted electronically to Brian Reynolds brian.r.reynolds16.civ@army.mil or Rodney Fiori at rodney.v.fiori.civ@army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0031eaabe48e4924aa21449ab1cc3bb0/view)
 
Place of Performance
Address: Fort Bliss, TX 79916, USA
Zip Code: 79916
Country: USA
 
Record
SN06725455-F 20230624/230622230120 (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.