Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2007 FBO #1874
SOURCES SOUGHT

S -- A-76 Competition of Laundry and Dry Cleaning Services

Notice Date
1/11/2007
 
Notice Type
Sources Sought
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, South, 2155 Eagle Drive, North Charleston, SC, 29406, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-N6246706R0143
 
Response Due
1/25/2007
 
Archive Date
2/9/2007
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. The Solicitation Number for this announcement is N62467-06-R-0143. Naval Facilities Engineering Command Southeast, solicits for Capability Statements from all qualified and interested parties with a priority on: 8(a) firms, Service Disabled Veteran Owned Small Business and HubZone Small Business first priority; Small Business firms second priority, to participate in Public-Private competition using the Standard Competition process, as outlined in the OMB Circular A-76, OPNAV Instruction 4860.7D, and FAR Part 15 for Laundry and Dry Cleaning Services at Marine Corps Recruit Depot, Parris Island, SC. The business units include: (1) Laundry and Dry Cleaning Services; (2) Depot Laundry Call Desk; and (4) Equipment Maintenance and Repair for a total of 21 civilian positions. The successful service provider will be selected on the basis of Low Priced, Technically Acceptable (LPTA) evaluation criteria under a negotiated, Source Selection process. The competition will result in either a Letter of Obligation, if awarded to the MEO, or a contract, if awarded to a private firm. A contract, if awarded, will be firm-fixed price. The performance term will include a Phase-In Period of 120 days (4 months), a Base Period (8 Months) and 4 Option Periods (12 Months each), for a total of 5 years in duration. The NAICS Code for the proposed acquisition is 812320, Dry Cleaning and laundry Services (Except Coin-Operated). The Small Business size standard is $4 Million. The Federal Supply Code is S, Utilities and Housekeeping Services. Under FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The Government will use responses to this SOURCES SOUGHT Market Survey to make appropriate acquisition decisions. A decision will be made to issue this solicitation as a competitive set-aside for 8(a), Service Disabled Veteran Owned, HubZone Small Business or Small Business contractors or to issue an Unrestricted solicitation, inviting full and open competition. The estimated cost of this acquisition is between $ 8.4 Million and $ 11.2 Million. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement for at least two completed projects within the last three years that are similar to the work and within the same dollar value magnitude (adjusted for inflation) of this notice. Each reference shall include the company name and title, telephone number, and point of contact. The capability statements for each project should be numbered consistent with the below requirements followed by supporting documentation. Offerors need to provide a list of projects by contract numbers, project titles, dollar amounts, and evidence of the following specific capabilities: 1. Recent and relevant Federal Government Laundry and Dry Cleaning services experience within the last 3 calendar years, for projects of similar size, scope, and complexity to the project proposed above. 2. Provide proof of SBA certification for either 8(a) or HubZone status. The Capabilities Statement for this Sources Sought Market Survey is not expected to be a proposal, but rather short statements regarding the company?s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. This SOURCES SOUGHT Market Survey is for information and planning purposes only and should not be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone Small Business or Small Business firms or to proceed with issuing an Unrestricted solicitation, inviting full and open competition. Offers that do not meet all requirements or submit within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT Market Survey may be e-mailed to Debbie Mattingly at debbie.mattingly@navy.mil or mailed to Naval Facilities Engineering Command Southeast, Competitive Sourcing Acquisition Center of Excellence (CSACOE), Attn: Code COE00, Debbie Mattingly, P.O. Box 19000, 2155 Eagle Drive, North Charleston, SC 29419-9010. Responses must be received by this office no later than 5:00 pm EST on 25 January 2007.
 
Place of Performance
Address: Marine Corps Recruit Depot, Parris Island, SC
Zip Code: 29905
Country: UNITED STATES
 
Record
SN01209840-W 20070113/070111221426 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.