SOURCES SOUGHT
S -- Laundry and Dry Cleaning services
- Notice Date
- 1/10/2024 12:18:42 PM
- Notice Type
- Sources Sought
- NAICS
- 812320
— Drycleaning and Laundry Services (except Coin-Operated)
- Contracting Office
- W6QM MICC FT MCCOY (RC) FORT MCCOY WI 54656-5142 USA
- ZIP Code
- 54656-5142
- Solicitation Number
- W911SA-24-Q-3011
- Response Due
- 1/15/2024 8:00:00 AM
- Archive Date
- 01/30/2024
- Point of Contact
- Jeremy Berlin
- E-Mail Address
-
jeremy.l.berlin.civ@army.mil
(jeremy.l.berlin.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY.� The U.S. Government desires to procure Services for Laundry and Dry Cleaning (L&DC) on a small business set-aside basis, provided 2 or more qualified small businesses respond to this source sought synopsis with information sufficient to support a set-aside.� Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside.� The government is trying to determine the availability and capability of companies to provide 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 at Fort McCoy Wisconsin. We encourage all small businesses, 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 source 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 Https://sam.gov.� 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 Dry cleaning laundry services (except coin operated) with a size standard of $7.0 Million. The estimated period of performance consists of a base period and four option periods, with the six-month option to extend services: with performance beginning 01 April 2024. Laundry and Dry-Cleaning services is not requirement for Fort McCoy. Attached is the draft Performance Work Statement (PWS), with Performance Requirements Summary (PRS) and Deliverables. The deadline for response to this request is no later than 10:00AM (Central Time); 15 January 2024. All responses under this Sources Sought Notice must be e-mailed to jeremy.l.berlin.civ@army.mil. � No phone calls will be accepted. All questions must be submitted to the email address identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. In response to this source 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 which regions your firm is interested in and 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.� 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.� (Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable.) 4.� Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 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, Scott Kukes, at scott.d.kukes.civ@army.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 SAM.gov notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 6.� Recommendations to improve the approach/specifications/draft PWS to acquiring the identified items/services.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/200460b1af7941459923da7ced635d11/view)
- Place of Performance
- Address: Fort McCoy, WI 54656, USA
- Zip Code: 54656
- Country: USA
- Zip Code: 54656
- Record
- SN06932600-F 20240112/240110230049 (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 |