Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2020 SAM #6637
SOURCES SOUGHT

S -- Janitorial Services for Recruiting Centers in GA, SC, and NC

Notice Date
1/29/2020 1:01:04 PM
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
US ARMY ENGINEER DISTRICT SAVANNAH SAVANNAH GA 31401-3604 USA
 
ZIP Code
31401-3604
 
Solicitation Number
W912HN20R5005
 
Response Due
2/13/2020 10:00:00 AM
 
Archive Date
09/30/2020
 
Point of Contact
Jennifer Cavanagh, Phone: 9126525539, Whittni C. Hiscox, Phone: 9126525421
 
E-Mail Address
jennifer.s.cavanagh@usace.army.mil, whittni.c.hiscox@usace.army.mil
(jennifer.s.cavanagh@usace.army.mil, whittni.c.hiscox@usace.army.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
SOURCES SOUGHT SYNOPSIS � This is a Sources Sought/Request for Information only.� This is not a Solicitation Announcement, nor is it a Request for Proposal.� This request does not obligate the government in any contract award.� The U.S. Army Corps of Engineers, Savannah District 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 this requirement for Janitorial Services. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 561720. �This requirement has historically been set aside for the 8(a) program, and the Government intends this contract to be solicited to 8(a) firms.� The awarded contract(s) will be for a period of one (1) year with four (4) one (1) year optional periods. �The period of performance for the contract(s) will begin on or about 01 May 2020.� The Contractor shall be responsible for all management, supervision, inspections, personnel, equipment, tools, supplies, materials, transportation and other items necessary to perform janitorial services as described in the schedule of janitorial services for the U. S. Army Corps of Engineers leased space. Janitorial service applies to all designated spaces, including, but not limited to, halls, restrooms, offices, work areas, entranceways, lobbies, common areas, test room areas and storage room areas.� Expected services are as follows, but not limited to these items: floor maintenance, vacuuming, dusting, windows, drinking fountains, restrooms, trash removal, carpet cleaning, filter replacement, re-lamping.��� This requirement will require the successful contractor to manage multiple locations that potentially span a 3 state radius of Georgia, South Carolina, and North Carolina.� The Government intends to issues 1-5 contracts for this geographical area.� The number of locations per contract could span from 1 to 130, but is subject to change.� The number and locations are subject to change during the period of performance of this contract based on closing and opening of new offices.� If your organization has the potential capacity to perform these services, please submit the following to the Point of Contacts (POC) information listed below: - Name & Address of your Firm - Point of Contact (name/phone/email) - Company website - Data Universal Numbering System (DUNS) number [http://www.dnb.com] - Commercial and Government Entity (CAGE) code [http://www.dlis.dla.mil/ cage_welcome.asp] - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and large business. The Government must be able to verify SBA certification of Hubzone, 8(a) and SDB via the System for Award Management (SAM) [https://beta.sam.gov/]. 2) Capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting (self-performance is less than 15%) or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements to include the percentage anticipated to be self-performed by each party. POC: Jennifer Cavanagh: Jennifer.S.Cavanagh@usace.army.mil Whittni Hiscox: Whittni.C.Hiscox@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d44733d6a27c4d0dbe0f70cc556812e9/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05546872-F 20200131/200129230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.