SOURCES SOUGHT
S -- BERTHING & MESSING BARGE APL-62 DEEP CLEANING
- Notice Date
- 7/31/2023 12:36:55 PM
- Notice Type
- Sources Sought
- Contracting Office
- PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
- ZIP Code
- 98314-5001
- Solicitation Number
- N4523A23Q1053
- Response Due
- 8/8/2023 3:00:00 PM
- Archive Date
- 08/23/2023
- Point of Contact
- Tena Cessna, Chris Campbell
- E-Mail Address
-
tena.l.cessna.civ@us.navy.mil, christopher.d.campbell76.civ@us.navy.mil
(tena.l.cessna.civ@us.navy.mil, christopher.d.campbell76.civ@us.navy.mil)
- Description
- SOURCES SOUGHT NOTICE:� The Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS&IMF), Bremerton, Washington, is conducting market research to determine interest and industry capability to participate in a competitive acquisition of non-personal services in support of Commander, Pacific Fleet, COMPACFLT, Berthing and Messing Barge Program Deep Cleaning Support Services.� Work will be accomplished at PSNS & IMF. The primary North American Industry Classification System code for this procurement is 561720 Janitorial Services. This is considered a new requirement. This notice is directed to Contractors that can provide Deep Cleaning Support Services. Services shall be provided at the locations listed in the attached DRAFT Performance Work Statement. The anticipated award date is mid-September. The resulting contract is anticipated to be Firm Fixed Price contract type. DISCLAIMER This is a SOURCES SOUGHT announcement. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Any information submitted by respondents to this technical description is strictly voluntary. Market research will determine the set-aside, if any. The Government is performing market research in order to determine if Contractors possess the capability to execute the requirements within this acquisition. Respondents need to indicate all business size standards. Interested Contractors that meet the capability requirements identified in this notice are requested to reply to this notice with a response. Based upon small business responses received, consideration will be given to defining what part of the acquisition, if any, may be set-aside for small business competition. REQUIREMENT INFORMATION The Contractor shall provide a non-personal services contract to provide Commander, Pacific Fleet Berthing and Messing Barge Program Deep Cleaning Support Contract to APL-62 in Bremerton, Washington.� The estimated period of performance will be mid-September to mid-December.� The deep cleaning is to prepare for and ensure sustained high standards of habitability and quality of life for the Navy crews living onboard APL-62.� �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. Description - The contractor shall provide services and functions described herein to assure effective and efficient support of PSNS&IMF. The contractor shall clean, in accordance with the reference and specifications provided the following cleaning for the COMPACFLT Berthing and Messing Barge Program, all interior/exterior spaces are to be cleaned.� Deep cleaning requires the removal of compiled grease, dirt, food particulates and human waste/hair which is hard to reach or remove during daily cleaning and therefore is built up. For Galley, Scullery, and sanitary spaces it includes de-liming and de-scaling of tile; toilets, sinks, baths, showers scrubbed, mirrors and steel fixtures polished, floors, surfaces scrubbed with refrigerators and freezer defrosted. For living spaces, passageways, vestibules, and entryways: floors vacuumed/ mopped, mirrors polished, deep-clean of all cupboards/wardrobes, inside windows cleaned; fixtures, framework, ledges, sills, and doors scrubbed. �Contractor shall provide on-site productions support personnel and supervision to accomplish deep cleaning services associated with the upkeep of Messing and Berthing barges to support ship�s availability schedule as awarded. SUBMISSION REQUIREMENTS Interested Contractors are to submit the following information: company name, address, point of contact, telephone number, e-mail address; DUNS, and information regarding your company�s experience identifying: contracting agency, contract number, title, place of performance, years of performance, and value of contract per year. Interested Contractors should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: Font Times New Roman, size 12; 8 inch x 11 inch paper size when printed; shall not exceed 5 pages one-sided when printed in Microsoft Word or PDF format to the contract specialist via email to:�tena.l.cessna.civ@us.navy.mil. Submissions must be received via email no later than 3:00 PM Pacific Standard Time on Tuesday, August 8, 2023. Questions or comments regarding this notice may be sent to the Government Contact via EMAIL ONLY. No phone calls will be accepted. Note: Contractor capability statement must provide enough information to be able to pass evaluation and be deemed capable before inclusion in consideration list. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials e.g. brochures, etc. will not be considered. Personal visits for the purpose of discussing this announcement will not be scheduled. THIS IS NOT A REQUEST FOR A PROPOSAL. ATTACHMENTS 1. Draft Performance Work Statement; Note, no other information other than the PWS will be provided to potential respondents of this sources sought notice. CAPABILITY STATEMENT The Capability Statement must address, at a minimum, the following:� 1. Statement providing Company Name, Company Address, Points of Contact include name, phone number, fax number, and e-mail address, and confirmation of current small business status, if applicable, under NAICS code 561720 Janitorial Services with SB Size Standard of 19.5Million. 2. Prior/current corporate past performance experience performing efforts of similar size and scope within the last five years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, hours/dollars incurred to date, Government point of contact with current telephone number and email address, and brief description of how the referenced contract relates to the services described herein. 3. The contractor�s technical approach to perform the requirements of the PWS. Request for Information:� Interested Parties:� Please provide answers back to Government Contact with your response to the above: Does the NAICS and PSC accurately describe the requirement?� If not, can you suggest a better fit? Due to Period of Performance brevity and fact that Contractor provides everything on this FFP contract, is one FFP CLIN too restrictive? Are there any barriers to competition that may interfere with you proposing? Does the draft PWS contain sufficient detail?�� Any suggestions or questions for us?
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2e6232b2a1144d0da09ebeec86a16ccc/view)
- Place of Performance
- Address: Bremerton, WA, USA
- Country: USA
- Country: USA
- Record
- SN06770634-F 20230802/230731230051 (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 |