SOURCES SOUGHT
S -- Bay Area Housing Maintenance, Grounds Maintenance, and Janitorial Services
- Notice Date
- 9/5/2023 7:21:49 AM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- DOL-9 NORFOLK VA 23510 USA
- ZIP Code
- 23510
- Solicitation Number
- 70Z08423DOL930013
- Response Due
- 9/19/2023 9:00:00 AM
- Archive Date
- 10/04/2023
- Point of Contact
- Sylvia Perry, Phone: 206-815-2100
- E-Mail Address
-
sylvia.v.perry@uscg.mil
(sylvia.v.perry@uscg.mil)
- Description
- THIS IS A SOURCES SOUGHT. THIS IS NOT A REQUEST FOR PROPOSAL. This announcement constitutes a Sources Sought to determine the capability of potential sources and the availability of commercial sources pursuant to FAR Part 10. This notice is issued by the United States Coast Guard DOL-93, Norfolk, VA to identify qualified and experienced sources capable of providing Housing Maintenance Services, including Grounds Maintenance and Janitorial, at the U.S. Coast Guard Base Alameda, Novato, Yerba Buena Island, and Training Center (TRACEN) Petaluma Housing, California for a base plus four option years, if exercised by the Government, beginning on or about 01 February 2024.� The contractor shall furnish all labor, supplies, material, equipment, transportation, and supervision necessary to perform the service requirements. The applicable NAICS Code is 561210 - Facilities Support Services, with a size standard of $47 million. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA�s Small Business Size Regulations, http//www.sba.gov/regulations/121/. Interested parties must be registered in the System for Award Management (SAM). This sources sought notice is seeking 8(a) industry sources capable and interested in providing these services at this location. Interested firms capable of providing these services are requested to respond via e-mail to:� sylvia.v.perry@uscg.mil no later than 12:00 p.m. EST, 19 September 2023 with the following information and documentation: Name of Company Physical Address of Company Unique Entity ID and CAGE Code Point of Contact, Phone number, and Email Address If the services can be solicited from a GSA schedule, provide the GSA contract number. Business Size (Large Business, Small Business, Small Disadvantage, 8(a), HUBZone, Woman-owned and/or Service-Disabled Veteran-owned) A copy of SAM.GOV active registration. Must reflect Data Universal Numbering System, Commercial and Government Entity, and Reps/Certs. (Not included in page limit). Capability Statement Past performance information Past performance information shall include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). Offeror shall furnish this information for at least five (5) contracts, ongoing or completed within the last five years, for like or similar services, held with the U.S. Coast Guard, other Government agencies or private industry. Competition decisions may be based on the results of this market research. The Government's historical acquisition strategy for this work has been competitive to 8(a) small business concerns. This is strategy is to be used based on the results of market research, FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14. If your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Include any other supporting documentation. Submissions are not to exceed five (5) typewritten pages in no less than 12 font size. This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal; and, it is not considered to be a commitment by the Government nor will the Government pay for information solicited: no basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. Currently, no solicitation exists; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. The government reserves the right to consider any arrangement as deemed appropriated for this procurement. Attachments: Attachment I � DRAFT Statement of Work with attached Appendices A, B, and C NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal.� Please note the information within this sources sought will be updated and/or may change prior to an official synopsis/solicitation, if any.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e2463c5ff3274b7cbbe0f581a928b185/view)
- Place of Performance
- Address: Alameda, CA 94501, USA
- Zip Code: 94501
- Country: USA
- Zip Code: 94501
- Record
- SN06819204-F 20230907/230905230058 (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 |