SOURCES SOUGHT
S -- Custodial Services, Aseptic Management System Svcs. - PWS-Custodial Services
- Notice Date
- 11/27/2013
- Notice Type
- Sources Sought
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-14-Q-B007
- Archive Date
- 12/25/2013
- Point of Contact
- NORMA I. SPEED, Phone: 321-494-5544, Morella L. Euziere, Phone: 3214945136
- E-Mail Address
-
norma.speed@us.af.mil, morella.euziere@us.af.mil
(norma.speed@us.af.mil, morella.euziere@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PWS-Custodial Services THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and is not to be construed as a commitment by the Government. Patrick Air Force Base anticipates a requirement for the 45th Medical Treatment Facility, Hospital Aseptic Management Services (HAMS) for the Veterinary Treatment Facility, Bldg. 1366; Bioenvironmental Engineering, Bldg. 1370; and Mental Health/Education & Training Bldg. 1385. The North American Industry Classification System (NAICS) code is 561720, Janitorial Services, with a small business size standard of $16.5M. Reference Request for Quote FA2521-14-Q-B007 This is a non-personal service. The contractor shall furnish all management, labor, supervision, management support, transportation, equipment and materials (except as specified as government furnished) to provide complete Aseptic Management System services as described in the Performance Work Statement (PWS). The estimated period of performance: 28 Feb 14 through 27 Feb 15, with four, one-year options periods. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Capabilities Package: All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Submit capabilities package by mail to 45 CONS/LGCB, Attn: FA2521-14-Q-B007, 1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238; FAX 321-494-1843, or email 45cons.lgcb.e-bids@us.af.mil. RESPONSES ARE DUE NO LATER THAN 10 Dec 13 at 3:00 pm EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-14-Q-B007/listing.html)
- Place of Performance
- Address: 45th Medical Group, Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN03242837-W 20131129/131127234633-153a3c83dcaa0136210dde2d3d87155d (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 |