Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 23, 2018 FBO #5936
SOURCES SOUGHT

S -- 88th Janitorial Services for the 88th Readiness Division

Notice Date
2/21/2018
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-17-R-0041
 
Archive Date
3/21/2018
 
Point of Contact
Brooklyn Wherry, Phone: 2568958105, Kijafa T Johnson, Phone: 2569555923
 
E-Mail Address
Brooklyn.S.Wherry@usace.army.mil, kijafa.t.johnson.civ@mail.mil
(Brooklyn.S.Wherry@usace.army.mil, kijafa.t.johnson.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a REQUEST FOR INFORMATION (RFI) notice. The Government is seeking to identify qualified sources under the following North American Industry Classification System (NAICS) code 561720 Janitorial Services; and, requesting feedback from industry of possible acquisition approaches to fulfill the Government's requirement within the identified regions. This RFI is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. The Government will review the responses as a result of this notice in order to determine if the acquisition should be set-aside for one of Small Business (SB) preference program or whether it should proceed on an unrestricted basis. The responding firm should identify its SB status and indicate its ability to meet the requirements of FAR 52.219-14(b)(1) and (c)(1). If a single firm lacks the necessary capacity or capability to perform the contract on its own, a joint venture arrangement in accordance with the Code of Federal Regulations (CFR) references listed below is permissible provided the arrangements are identified and company relationships are fully disclosed and found to be in accordance with federal regulations. The rules governing the 8(a) Program teaming arrangements/joint ventures are described at 13 CFR 124.513. The rules governing the standard small business set aside are found in FAR 19.502. The rules for a Women-Owned Small Business Set aside are at 13 CFR Part 127. The rules governing the HUBZone Program teaming arrangements/joint ventures are described in 13 CFR 126.616. Finally, the rules governing the Service-Disabled Veteran-Owned Program teaming arrangements/joint ventures are described in FAR 19.1403(c) and 13 CFR 125.15. Potential offerors also should be aware of the size eligibility provisions and standards in 13 CFR Part 121, Subpart A. You may obtain these regulations at the following websites: 1) Code of Federal Regulations - http://www.gpoaccess.gov/cfr/index.html and 2) Federal Acquisition Regulation - http://www.arnet.gov/far/. 1. PROJECT INFORMATION. The U.S. Army Corps of Engineers, Engineering and Support Center, Huntsville (CEHNC) intends to consolidate over 138 locations into one Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to provide services to the 88th Readiness Division (RD). The States within the four regional pools which include: Ohio, Michigan, Indiana, Illinois, Wisconsin, Missouri and Kansas, Washington, Oregon, Idaho, Montana, Utah, Colorado, Wyoming, North Dakota, South Dakota, Nebraska, Iowa, Minnesota, and Wisconsin. The estimated capacity of this MATOC IDIQ is $42M. Contract award is anticipated in the Fiscal Year 2019 timeframe with an estimated three (3) year base period and two (2) twelve-month option periods - for a total of five (5) years. Task orders will primarily be awarded for work performance within the United States (US) - specifically within the States identified above. The contractor shall provide all personnel, labor, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Janitorial Services. A brief task/criteria description is provided as follows: Janitorial Services composed of space cleaning services, which includes interior trash disposal, low area cleaning (room cleaning), special cleaning, high area cleaning, interior and exterior window cleaning, and window blind cleaning, floor care services, which includes sweeping, dust mopping, vacuuming carpets and rugs, cleaning walk-off mats, spray cleaning and buffing, damp mopping, stripping and rewaxing, and carpet and rug deep cleaning, restroom services, which includes restroom cleaning, and restroom supplies and perimeter services, which includes policing facility perimeters, and emptying perimeter waste containers. 2. SUBMISSION REQUIREMENTS. Interested firms must provide a brief capability narrative indicating your firms experience and qualifications with similar type services by completing the attached Capabilities Questionnaire. Submit responses via email to HNC-Preaward-Division@usace.army.mil Courtesy Copy (CC) the following: Brooklyn.S.Wherry@usace.army.mil Kijafa.T.Johnson-Cooper@usace.army.mil Reference in the subject line of the email: W912DY-17-R-0041 - Janitorial 88th RD. Submission should be received by 2:00 pm CST on 6 March 2018; and should not exceed 10 one-sided, 8.5" X 11" pages. Computer files must be compatible with Microsoft Word 2013. 3. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Brooklyn Wherry, Contract Specialist, at (256) 895-8105, or at Brooklyn.S.Wherry@usace.army.mil, or Kijafa Johnson-Cooper, Contracting Officer at Kijafa.T.Johnson-Cooper@usace.army.mil. Personal visits for the purpose of discussing this announcement will not be scheduled.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-17-R-0041/listing.html)
 
Place of Performance
Address: P. O. Box 1600, Huntsville, Alabama 35807-4301, United States, Huntsville, Alabama, 35807, United States
Zip Code: 35807
 
Record
SN04829360-W 20180223/180221231143-651038f2c9d1f67074e2ca00e0ab9e61 (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.