SOURCES SOUGHT
S -- 81st 8(a) SC, NC Grounds Maintenance and Janitorial Services - List of 81st 8(a) NC, SC Sites
- Notice Date
- 12/15/2015
- Notice Type
- Sources Sought
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Charleston, 69-A Hagood Avenue, Charleston, South Carolina, 29403-5107, United States
- ZIP Code
- 29403-5107
- Solicitation Number
- W912HP-16-S-0006
- Point of Contact
- David W. Decker,
- E-Mail Address
-
david.w.decker@usace.army.mil
(david.w.decker@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- List of Sites/Locations in NC and SC Sources Sought Announcement No. W912HP-16-S-0006 8(a) Contract for Grounds Maintenance & Janitorial Services to Support the 81st Regional Support Command throughout North Carolina and South Carolina PURPOSE OF THIS ANNOUNCEMENT This announcement constitutes a Sources Sought Synopsis (Market Survey). THIS IS NOT A REQUEST FOR PROPOSAL (RFP). No proposals are being requested or accepted with this Sources Sought (Market Survey). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. If the Government does issue a solicitation as a result of this market research, it will be assigned a Procurement Identification Number such as W912HP-16-R-XXXX. The purpose of this sources sought is to determine interest and capability of potential qualified 8(a) business concerns relative to the North American Industry Classification code (NAICS) 561720 Janitorial Services in the Region of North Carolina and South Carolina. The Small Business size standard for this NAICS code is $18 million average annual revenue. The type of solicitation issued, the geographical coverage of the Performance Work Statement (PWS), and the manner of advertisement (competitive or sole source) may depend on the responses to this sources sought synopsis. IMPORTANT: This solicitation will be restricted to 8(a) small business concerns only and as such the Government will only consider capability statements from 8(a) small business concerns. INFORMATION ABOUT THE SERVICES TO BE PROCURED USACE Charleston District intends to issue a solicitation for a Firm Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a period of performance of one (1) Base Year and four (4) Option Years, total not to exceed five (5) years. The intent of this solicitation is to acquire grounds maintenance and janitorial services at multiple sites throughout the Region. The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary. Full details will be provided in the PWS, which will be posted with the formal RFP. The places of performance will be at following the installation sites. IMPORTANT: The Government is seeking one prime contractor to manage the performance of these services at all these locations. If there is insufficient response to indicate there are potential qualified 8(a) offerors that can accomplish all these locations, the Government may elect to divide the Region into smaller sections such that there is not an unacceptable performance risk. PLACES OF PERFORMANCE / LIST OF SITES A list of sites (MS Excel Spreadsheet) is attached for planning purposes. REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT (1) Your firm's intent to submit a proposal for this project when it is formally advertised (2) Name of firm with address, phone and point of contact. (3) CAGE Code, DUNS number OR a copy of your entity record on SAM.gov. (4) Size of firm (large or small), to include category of small business if applicable, such as 8(a), HUBZONE, or SDVOSB. (5) Statement of Capability (SOC) stating your firm's skills, experience, and knowledge required to perform the specified type of work. This should include documentation of past experience and competence in delivering similar requirements, for which your firm was the prime contractor. The SOC should be no more than five (5) pages in length and identify the types of projects, the services which were provided, and any special challenges encountered and innovations delivered as a result. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. WHEN / WHERE TO SUBMIT RESPONSES Interested business concerns are requested to complete and return via email the requested Statement of Capability. Your electronic submittal shall NOT exceed five (5) pages, and shall be submitted no later than 4:00 PM Eastern Time Wednesday, January 6, 2016 to the attention of the Contract Specialist, David W. Decker, at david.w.decker@usace.army.mil. To ensure your submission is received and processed appropriately, please subject your email "SS RESPONSE: W912HP-16-S-0006 FIRM NAME HERE" Participation is voluntary; respondents will not be paid to participate. However, your participation in this market research endeavor is greatly appreciated and will be instrumental in assisting the USACE Charleston District in making the solicitation decision most appropriate for market conditions and to meet the Government requirements. NOTE: The Government does not intend to rank submittals or provide any reply to interested firms. Submittals will be used for market survey information only. Interested parties providing information as part of this market research process are hereby advised that your information will NOT be used later as part of the evaluation process should you choose to submit a proposal in response to any solicitation that may result in the future. PLANNED SOLICITATION A Pre-Solicitation announcement will follow this Market Survey, and the solicitation will follow after that, no sooner than 15 days later. Currently it is estimated that the formal solicitation could occur any time before March 15, 2016. At this time it's not known whether the Government will pursue a competitive 8(a) set aside or a sole source award (reference FAR 19.805). PLANNED CONTRACT INFORMATION The intent is to issue a Firm Fixed Price (FFP) contract for recurring services, with an Indefinite Delivery Indefinite Quantity (IDIQ) component for additional non-recurring services. The planned duration for this contract is a total of five years, consisting of a one year base ordering period plus four options for ordering periods of one year each.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b5f884e3c1dbf762f26cc85db2f109c4)
- Place of Performance
- Address: 81st RSC throughout the States of South Carolina and North Carolina, United States
- Record
- SN03969840-W 20151217/151215234344-b5f884e3c1dbf762f26cc85db2f109c4 (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 |