Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 16, 2024 SAM #8145
SOURCES SOUGHT

S -- OR National Guard Statewide Laundry Sources Sought

Notice Date
3/14/2024 9:26:26 AM
 
Notice Type
Sources Sought
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
W7NW USPFO ACTIVITY OR ARNG SALEM OR 97309-5047 USA
 
ZIP Code
97309-5047
 
Solicitation Number
W912JV-24-Q-0005
 
Response Due
4/13/2024 11:59:00 PM
 
Archive Date
04/28/2024
 
Point of Contact
Robert Bates, Phone: 971-355-4213, Phillip Chik, Phone: 9713554219
 
E-Mail Address
robert.c.bates26.civ@army.mil, phillip.l.chik2.civ@army.mil
(robert.c.bates26.civ@army.mil, phillip.l.chik2.civ@army.mil)
 
Description
1. General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. 2. Contract Information. �The Oregon Army National Guard (ORARNG) has a regular requirement for laundry service to support maintenance activities at geographically separated locations throughout Oregon.� Most locations are within major population centers along the northern I-5 corridor from Portland to Eugene. Those not located in Major population centers are located near Medford, Roseburg, Bend, The Dalles, Hermiston, Pendleton, and La Grande.� The proposed project will be a competitive firm-fixed price (FFP) contract with a base year and up to four option years.� Responses to this Sources Sought announcement will be used by the Government to make, if appropriate, a small business set-aside acquisition strategy decision and/or multiple contracts if a single contract is not feasible.� Large businesses are encouraged to respond to request for information.� � This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of all members of the industry, to include Small Business, Small Disadvantaged Businesses including 8(a) firms, Historically Underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small business (SDVOSB). �All industrial laundry providers are highly encouraged to respond. 3. Minimum Acceptable Contractor Expertise Criteria: The Contractor must demonstrate through references, project lists, or reports, they possess experience and capacity as it relates to this project. Project information and supporting information for projects can be submitted up to a maximum of five (5) pages; the project information from the Sources Sought Info Sheet and four (4) pages of additional information related to the project. The ENTIRE Sources Sought Information Sheet is considered one page. Note: The Government may consider the relevant past experience and past performance of key individuals and predecessor companies in evaluating the company's past experience and past performance factors. North American Industrial Classification Code (NAICS): 812332, Industrial Launderers The size standard: $47.0M Product Service Code (PSC): S209, Housekeeping � Laundry/Drycleaning Project Description. �The ORARNG has a requirement for weekly laundry service to provide clean coveralls, jackets and shop rags.� The total amount of coveralls and jackets will provide work wear to approximately 250 employees across 15 geographically dispersed locations in heavy equipment and aviation maintenance environments.� The contaminants may include exposure to heavy metals, fuel, oils, solvents and metal shavings.� All items for laundry will be provided by the launderer as a rental or lease.� The coveralls will be a poly cotton blend.� Issuance of the coveralls and jackets will include name patches or embroidery for each person they are assigned to.� Names will not be printed, or silk screened on the coveralls.� Sizing for fitting is also required so that the coveralls and jackets fit each person, allowing for freedom of movement.� The preferred color for the clothing items is Spruce Green or equivalent.� The launderer will pickup items ready for cleaning and drop off clean items on a weekly rotation.� Drivers will access locations during business hours within the work week and may require passing through a security checkpoint to gain entry to a military facility.� Contract duration is expected for 1 to 5 years. Special Considerations:� Coveralls and jackets issued to personnel primarily assigned to do refueling or to work around fuels will meet the National Fire Protection Association (NFPA) 2112 standard and cleaned according to the NFPA 2113 cleaning standard. Approximately a dozen (12) personnel may need these coveralls and jackets.�� 4. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email). The Submission form needs to be completed when responding to the sources sought. Please send your response and attachments to Robert Bates, Contract Specialist, at robert.c.bates26.civ@army.mil by 2:00 pm, Pacific Standard Time on 13 April 2024. All successfully submitted responses will receive an acknowledgement by return email. (Information requirements below are on the attached Sources Sought Information Sheet) Include the following: Contractor�s name, address, point of contact, phone number, e-mail address, and CAGE code. If applicable, contractor�s small business category and Business Size: Small Business, Small Disadvantaged, 8(a) firm, historically underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB).� Companies that may not fulfill these categories are encouraged to reply. Provide a maximum of two examples of projects similar in size, scope and complexity with a brief description of each project, customer name, contract number, and the dollar value. Projects considered similar in scope to this project include laundry service where the contractor provided the clothing being laundered, regular drop off and pickup occurred, and Industrial contaminants were cleaned. Provide additional relevant information on the contractor�s experience/capabilities as it pertains to the proposed work outlined in the requirements sheet. A contractor�s response to this Sources Sought shall be limited to the information sheet and four (4) additional pages of information for past performance or experience which may help in market research for industry capacity, as stated above.: 5. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published on www.SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation. All interested parties must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a government contract. All interested parties must also be NIST SP 800-171 compliant at time of award to be eligible for an award.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a1808496bb704893930e43f759f8d212/view)
 
Place of Performance
Address: Salem, OR, USA
Country: USA
 
Record
SN06997902-F 20240316/240314230056 (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.