SOURCES SOUGHT
S -- LAUNDRY RECOMPETE
- Notice Date
- 10/18/2023 5:39:04 AM
- Notice Type
- Sources Sought
- NAICS
- 812320
— Drycleaning and Laundry Services (except Coin-Operated)
- Contracting Office
- W6QM MICC-FT GORDON FORT GORDON GA 30905-5719 USA
- ZIP Code
- 30905-5719
- Solicitation Number
- W91249-0011935764
- Response Due
- 10/23/2023 5:00:00 AM
- Archive Date
- 11/07/2023
- Point of Contact
- Keosha Moss, Tara L. McAdoo
- E-Mail Address
-
keosha.j.moss.civ@army.mil, tara.l.mcadoo.civ@army.mil
(keosha.j.moss.civ@army.mil, tara.l.mcadoo.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT SYNOPSIS� THIS IS A Sources Sought Notice ONLY.� The U.S. Government desires to procure�a non-personal services contract to provide Laundry & Dry-Cleaning Services for the Army Sustainment Command (ASC), Fort Gordon, GA on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside.� Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.� We encourage all small business concerns, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.� This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or 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.� The anticipated NAICS code is 812320 � Drycleaning and Laundry Services with a size standard of $8M.�� A need is anticipated for contractor support for commercial Laundry Services, Fort Gordon, Georgia. Army Sustainment Command (ASC) provides contracted Laundry and Dry Cleaning (L&DC) services In Accordance With (IAW) Army Regulation (AR) 210-130 to launder and press fabrics, textiles, garments, linens, and specified Organizational Clothing and Individual Equipment (OCIE) for Active and Reserve Components.�� Support shall include all personnel, equipment, supplies, materials, parts, labor, facilities, transportation, tools, supervision, and all other essentials necessary to perform commercial laundry and dry cleaning services on the Fort Gordon installation as described in the Performance Work Statement (PWS).� Contractor will only perform laundry and dry-cleaning services listed in the contract technical exhibits (TE�s) that will be provided. The Contractor shall operate and manage the Laundry Distribution and Collection Point(s) for the issue, receipt, requisition, exchange, warehousing, and turn-in of linens IAW AR 710-2, Supply Policy Below the National Level; Department of Defense (DoD) 4145-19-R, Storage and Materials Handling; and other regulatory requirements. The Contractor shall maintain accountability for linens submitted for L&DC services IAW AR 710-2, Supply Policy Below the National Level; Department of Army Pamphlet (DA PAM) 710-2-1, Using Unit Supply System (Manual Procedures); AR 735-5, Property Accountability Policies; and other regulatory requirements.� The Contractor shall pickup/deliver linen IAW Technical Exhibit 2.� The Contractor shall receive, account for, process and return all organizational and individual articles tendered for laundering. The Contractor shall establish and maintain a system of records to quantify all work performed and shall be responsible for the preparation of reports incidental to the work covered by this contract. The Contractor shall ensure that only authorized individuals are afforded laundry service. All work and services provided by the Contractor shall be performed IAW the standards as contained or referenced herein.� The contractor is responsible for the overall management and oversight of this contract.� It is the contactor�s responsibility to staff and deploy qualified contractor personnel to meet all of the PWS requirements.��� Attached are the drafted PWS and TE�s with workload data.��� In response to this sources sought, please provide the following:� 1.� Name of the firm, point of contact, phone number, email address, SAM Unique Entity ID 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.� Does the company have a GSA Schedule contract?�� If so, provide the GSA Schedule contract number.��� 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.� Identify what percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors.� Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008) �Similarly situated entity� means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform.� An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside.��� 4. Identify type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) of the proposed subcontractors.�� 5.� Information in 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., that will facilitate making a capability determination.�� 6.� Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.� 7.� Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.� 8.� 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, Scott Kukes at scott.d.kukes.civ@mail.mil or 210-466-2269, 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 Sources Sought Synopsis notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.� 9.� Submit your response to this Sources Sought, including any capabilities statement, to the Contract Specialist, Keosha Moss in either Microsoft Word or Portable Document Format (PDF), via email keosha.j.moss.civ@army.mil No Later Than 08:00 on Monday 23 October 2023 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/deb66b73b2b346be9052e5fe72526a02/view)
- Place of Performance
- Address: Fort Eisenhower, GA 30905, USA
- Zip Code: 30905
- Country: USA
- Zip Code: 30905
- Record
- SN06862628-F 20231020/231018230043 (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 |