Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 22, 2017 FBO #5873
SOURCES SOUGHT

S -- Basewide Custodial Services- to provide the custodial services at Naval Support Activity (NSA) Crane, Crane, Indiana; and the Glendora Test Facility, Sullivan, Indiana.

Notice Date
12/20/2017
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, PWD CRANE FEAD 300 Highway 361 NSA Bldg 2516 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N4008518R1614
 
Response Due
1/12/2018
 
Archive Date
1/27/2018
 
Point of Contact
CARRIE GRIMARD
 
E-Mail Address
.grimard@navy.mil<br
 
Small Business Set-Aside
N/A
 
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 intent of this notice is to identify potential offerors capable of performing the services in order to determine the applicable set-aside. The Solicitation Number for this announcement is N4008518R1614 The Naval Facilities Engineering Command, Mid-Atlantic (NAVFAC ML), Public Works Department (PWD) Crane, Indiana, is currently seeking potential sources for a combination firm-fixed price, indefinite delivery indefinite quantity (IDIQ) contract for custodial services. The intention of the future solicitation is to provide all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items necessary to provide the custodial services at Naval Support Activity (NSA) Crane, Crane, Indiana; and the Glendora Test Facility, Sullivan, Indiana, via a combination firm-fixed price (FFP) and indefinite delivery, indefinite quantity (IDIQ) type contract. The solicitation contains provisions for a 12-month base period, plus four 12-month option periods to be exercised at the discretion of the Government. The term of the contract shall not exceed 60 months or the total value of the contract, whichever comes first. The NAICS Code for this solicitation is 561720, janitorial services. The Small Business Size Standard is $18.0 million. Best Value, low price-technically acceptable source selection procedures will be utilized in conducting this competitive negotiation, which will consist of the submission of price and technical proposals once the Request for Proposal is issued. Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor must have the capability to perform at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Sources are sought from 8(a) firms with a bona find place of business located in Small Business Administration (SBA) Region V geographical area serviced by Indiana, Illinois, Ohio, Michigan, Minnesota, and Wisconsin SBA District Offices. Sources are also sought from Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) concerns, Economically Disadvantaged Women Owned Small Business (EDWOSB), or small business concerns. The type of set-aside to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. Failure to submit all information requested below will result in a contractor not being considered as an interested 8a Region V business, SDVOSB, HUBZone concern, EDWOSB, or small business concern. If an adequate number of qualified responses are not received from these businesses, then the Government will issue the solicitation as unrestricted. Interested 8(a) Region V Businesses, SDVOSB, HUBZone concerns, EDWOSB, or small businesses should indicate their interest to the Contracting Officer in writing via Statement of Qualifications. The Statement of Qualifications shall include following information: (a) a copy of the certificate issued by the SBA of your qualifications as a 8(a) Region V contractor, HUBZone concern, EDWOSB concern; SDVOSB must also provide documentation of their status; (b) describe your partnering, teaming or joint venture intentions; (c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (d) describe specific portions of this type of effort your company intends to subcontract; and (e) Show experience performing similar type work by providing descriptions of projects performed in the last three years that are similar in type, size, scope, and complexity; include contract numbers, project titles and descriptions, dollar amounts, and points of contact, along with telephone numbers; provide evidence of your company performing these efforts successfully (Indicators of successful performance as measured by percentage of award fee given or favorable past performance ratings, and or awards received, etc. (e) Anticipate the solicitation will be released on or about February 15,2018 with proposals due no sooner than 30 days after the solicitation is released. In accordance with FAR 5.102(a) (7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The Solicitation once issued will be available for download free of charge via the Internet at: www.neco.navy.mil or www.fbo.gov. The apparent successful offeror must be currently registered in the System for Award Management (SAM) database prior to contract award. Offerors not already registered in the SAM database are highly encouraged to do so via Internet at: http://www.sam.gov. Registration in SAM is free. All contractual and technical inquires shall be submitted via electronic mail to marissa.wagler@navy.mil. Responses may be submitted under Solicitation Number N4008518R1614 via hard copy to NAVFAC ML PWD Crane, Attention: Marissa Wagler, Contract Specialist, Code PRX22, 300 Highway 361, Building 2516, NSA, Crane, IN 47522-5082 or via e-mail to marissa.wagler@navy.mil Receipt of potential offeror s Statement of Qualifications shall be received no later than 2:00 p.m. local time on January 12, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/70e60945542a92593cdf339cb1d43b64)
 
Place of Performance
Address: 300 HWY 361
Zip Code: , Crane, IN
 
Record
SN04773120-W 20171222/171220231720-70e60945542a92593cdf339cb1d43b64 (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.