SOURCES SOUGHT
S -- Fort Riley Laundry and Dry-Cleaning Services
- Notice Date
- 4/23/2025 7:39:22 AM
- Notice Type
- Sources Sought
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- W6QM MICC-FT RILEY FORT RILEY KS 66442-0248 USA
- ZIP Code
- 66442-0248
- Solicitation Number
- W911RX-25-Q-0031
- Response Due
- 5/14/2025 10:00:00 AM
- Archive Date
- 05/29/2025
- Point of Contact
- Ross Vernard, Savannah Kennedy
- E-Mail Address
-
vernard.d.ross.civ@army.mil, savannah.r.kennedy3.civ@army.mil
(vernard.d.ross.civ@army.mil, savannah.r.kennedy3.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- REQUIRED CAPABILITIES The Contractor shall provide Laundry and Dry-Cleaning services, which includes labor, supervision, vehicle transportation for pickup and delivery, facilities, equipment, supplies and material (unless designated as Government furnished within this contract) necessary for the performance for bulk and piece rate customer support at Fort Riley, Kanas. This contract includes functions, tasks and responsibilities normally inherent to a Laundry Dry-Cleaning Facility. The Contractor shall receive, account for, process and return articles tendered for laundry. If your organization has the potential capacity to provide this service, please provide the following information: 1. Organization name, address, email address, website address, telephone number, size and type of ownership of the organization, UEI of pending or active SAM.gov registration. 2. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administration and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1. Provide labor, equipment, and technology consistent to those described in this notice and otherwise anticipated. 2. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully provide requirements. ELIGIBILITY The applicable NAICS code for this requirement is 812332 with a Small Business Size Standard of $47,000,000 annual revenue. The Product Service Code is S209. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. The contract type is anticipated to be Firm Fixed Price per piece/item with an Indefinite Delivery and Indefinite Quality (IDIQ). This a five year contract with one Base (12 months) ordering period and four optional (12 month) ordering periods, and will begin on December 1, 2025. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, because there is no goal/target requirement for a small business. There is no requirement for a subcontracting plan in which goals/targets would be stipulated. A small business must comply with the limitations of subcontracting clause which is distinct from a subcontracting plan. This requirement would only be effective at the time of a firm�s response to an Issued Solicitation and is not practical for evaluation, assessment or consideration during a sources sought. A sources sought notice is intended to Enhance Market Research and not intended as a detrimental tool or sword to cutoff a small firm by Evaluating the responses to a sources sought notice as if they were responses to the Governments� Issued Solicitation. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Vernard Ross, in either Microsoft Word or Portable Document Format (PDF), via email: vernard.d.ross.civ@army.mil All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist 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. ***DISCLAIMER*** The Performance Work Statement (PWS) is provided for informational and planning purposes only. The Government ancticipates potential adjustments to better align wit their requirement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/494f9bcc77a14f4b8f04b56c6a970e26/view)
- Place of Performance
- Address: Fort Riley, KS 66442, USA
- Zip Code: 66442
- Country: USA
- Zip Code: 66442
- Record
- SN07419407-F 20250425/250423230055 (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 |