Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2018 FBO #6168
SOURCES SOUGHT

S -- Custodial Services - Custodial Services PWS

Notice Date
10/11/2018
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Army, Army Contracting Command, CSBs, 413th CSB (W912D0) RCO Wainwright, PO Box 35510, 1064 Apple Street, Fort Wainwright, Alaska, United States
 
ZIP Code
00000
 
Solicitation Number
W912D0-19-R-0001
 
Archive Date
11/9/2018
 
Point of Contact
Steven W. Wade, Phone: 9073537126, John R. Quarles, Phone: (907) 353-2368
 
E-Mail Address
steven.w.wade.civ@mail.mil, john.r.quarles.civ@mail.mil
(steven.w.wade.civ@mail.mil, john.r.quarles.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Custodial Services PWS SOURCES SOUGHT TECHNICAL DESCRIPTION FOR CUSTODIAL SERVICES INTRODUCTION The 413TH CSB, Regional Contracting Office-Alaska (RCO-AK) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Custodial Services on Fort Wainwright, Alaska (FWA) and Range Control Training facilities. The intention is to procure these services on a competitive basis. Potential Offerors must be registered in the System for Award Management (SAM) in order to conduct business with the Federal Government. The registration process is free, but does take time and effort on behalf of a firm to complete. Interested parties are encouraged to start registration process early so the firm can be considered for award. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE The work to be performed under this contract will be performed at Government facilities on Fort Wainwright, Alaska (FWA) and Range Control Training facilities. PERIOD OF PERFORMANCE The estimated period of performance consists of one (1) base year of one (1) month phase-in period and eleven (11) months at full performance, and four (4) option years of twelve (12) months each. FAR clause 52.217-8, Option to Extend Services, will be included and shall not exceed one hundred and eighty (180) calendar days. CONTRACT TYPE The contract type is anticipated to be a Performance-Based, Firm-Fixed-Price, Requirements contract. DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT." PROGRAM BACKGROUND The Directorate of Public Works (DPW) is designated as the point of contact for Custodial Services on Fort Wainwright, Alaska (FWA) and Range Control Training facilities. DPW requires the following specific tasks: Initial Cleaning Services; Periodic (Annual/Semi-Annual/Quarterly) Cleaning Services; Restroom/Locker Rooms Cleaning Services; Capability I - Enhanced Cleaning Services to Child and Youth Services (CYS) Facilities; Capability II - Standard Cleaning Services to Physical Fitness Centers; Capability III - Basic Cleaning Services to General Administrative, Multi-Purpose, and Industrial Buildings; Maple Wood Floor Refinishing Services; Special Cleaning Services; Emergency Cleaning Services; and Bio-Hazard Cleaning Services. A detailed list of specific tasks, workload, standards and frequencies are located in Paragraph 7.0, Workload Data (TE-A1, A2, A3 and A4), and Custodial Cleaning Standards and Frequencies (TE-B1, B2, B3 and B4) of the attached PWS draft. REQUIRED CAPABILITIES Interested parties shall be required to provide all personnel, equipment, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform custodial services in support of the areas specified in the Program Background (above). Further detail is provided in the PWS draft attached to this announcement, Attachment 1. If your organization has the potential capacity to perform these contract services, please provide the following information: 1. Organization name, address, email address, web site address, telephone number, CAGE code, DUNS Number, and size and type of ownership for the organization. 2. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. 3. A positive statement of interest to submit a proposal. The Government will evaluate market information to ascertain potential market capacity to: 1. Provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3. Implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4. Provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS 1. Personnel and Facility Security Clearances. No security clearances required as areas will be continuously occupied and supervised by Government employees, or, services are not required in areas categorized as CLASSIFIED. 2. Security Requirements. The Contractor shall comply with the security requirements located in Paragraph 4.0 of the attached PWS draft. 3. Berry Amendment. Not applicable to services. 4. IT (e.g. Clinger-Cohen Act). Not applicable to this type of services. 5. Service Contract Act. 6. Government Furnished Property and Services. For information on Government Furnished Property and Services, see Paragraph 6.0 of the attached PWS draft. ELIGIBILITY The applicable NAICS code for this requirement is 561720, Custodial Services, with a Small Business Size Standard of $18M. The Product Service Code is S201, Housekeeping-Custodial Janitorial. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A Performance Work Statement (PWS) draft is attached for review and comments by industry. (Attachment 1) Interested parties are requested to submit a capabilities statement of no more than twenty (20) pages in length in Arial font of not less than twelve (12) font. The deadline for response to this request is no later than 4:00 pm (EST) on 25 Oct 2018. All responses under this Sources Sought Notice must be e-mailed to Steven Wade (Contract Specialist) at steven.w.wade.civ@mail.mil and John Quarles (Contracting Officer) at john.r.quarles.civ@mail.mil in either Microsoft Word or Portable Document Format (PDF). This documentation should address at a minimum the following items: 1. What type of work has your company performed in the past in support of the same or similar requirement? 2. Can or has your company managed a task of this nature? If so, please provide details. 3. Can or has your company managed a team of subcontractors before? If so, provide details. 4. What specific technical skills does your company possess which ensure capability to perform the tasks? 5. Please note that under a Small-Business Set-Aside, in accordance with FAR clause 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PWS draft for the base period as well as the option periods. 6. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE Code, DUNS Number, etc. 7. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the persons identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c271cffdd60477091637b345b53c6cc7)
 
Place of Performance
Address: RCO-AK, 1064 Apple Street, Fort Wainwright, Alaska, 99703, United States
Zip Code: 99703
 
Record
SN05121333-W 20181013/181011230757-c271cffdd60477091637b345b53c6cc7 (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.