Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 01, 2022 SAM #7671
SOURCES SOUGHT

S -- Linen/Laundry service for the USDA, ARS in Pullman, WA

Notice Date
11/29/2022 3:39:51 PM
 
Notice Type
Sources Sought
 
NAICS
812331 — Linen Supply
 
Contracting Office
USDA ARS PWA AAO ACQ/PER PROP ALBANY CA 94710 USA
 
ZIP Code
94710
 
Solicitation Number
12905B22SS0005
 
Response Due
12/6/2022 1:00:00 PM
 
Point of Contact
Shelley Steen, Phone: 208-421-5562
 
E-Mail Address
shelley.steen@usda.gov
(shelley.steen@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Background & Site Description The Animal Disease Research Unit (ADRU) provides solutions to infectious disease problems which have significant economic impact on the bovine, equine and small ruminant industries of the United States. Located within two land grant Universities (Washington State University and the University of Idaho), ADRU's collaborative research is aligned with federal/state research and regulatory priorities. Additional unique aspects of ADRU are its vector borne disease program in which research is focused on novel methods to prevent disease transmission and the integration of ADRU's research plan with the DVM, PhD training program of ARS and the College of Veterinary Medicine at Washington State University. The deliveries and pickups will be in room 339 of the Bustad Building at the Washington State University, USDA animal research facility at the Washington State University, and the USDA animal research facility at the University of Idaho consisting of nine separate laboratories. Description of Work ��� This requirement is to have clean, professionally laundered linens and other identified items listed delivered on a weekly basis during the business hours of (8:00 a.m. to 5:00 p.m.) every Thursday, excluding Federal holidays, in which the delivery will be made on the following Friday of that week.� It is essential to have soiled linens picked up on a weekly basis during the same business hours every Thursday, excluding Federal holidays, in which the pickup will occur on the following Friday of that week.� The linens and other identified items are to be professionally laundered and returned.� A laundry bag and stand will be provided by the service provider. Linen Inventory Required 4x8 mat, charcoal 1 24x48 Bath Towel, White 5 Warm-up Jacket, White, Medium 1 Warm Up Jacket, White, Medium 1 Warm-Up Jacket, White, Medium 2 Coverall, Action Back, Navy, 40R 8 Warm-up Jacket, White, Medium 2 Lab Coat Grippers ext Chest pkt, White, Medium 1 Warm-up Jacket, White, Medium 1 Warn-up Jacket, White, Small 1 Coverall, Action Back, Navy, 46R 1 Coverall, Navy, 36R 1 Coverall, Action Back, Navy, 46R 1 Lab Coat, White, Large 1 Coverall, Action Back, Navy, 42R 1 Women's Lab Coat, White, Small 1 Coverall, Navy, 40R 1 Lab Coat, White, Small 1 Women's Lab Coat, White, Small 1 Coverall, Navy, 44R 1 Warm-up Jacket, White, Medium 2 Coverall, Navy, 40R 1 Warm-up Jacket, White, Medium 1 Coverall, Action Back, Navy, 46R 1 Lab Coat, White, 12 1 Lab Coat Grippers ext Chest pkt, White, Small 1 Lab Coat, White, 10 1 Warm-up Jacket, White, Medium 1 Warm-up Jacket, White, Small 1 Lab Coat, White, X-Large 3 Coverall, Navy, 52L 1 Lab Coat, White, Small 1 Lab Coat, White, Medium 1 Lab Coat, White, Large 1 Lab Coat, White, X-Large 1 Lab Coat, White, Small 1 Lab Coat, White, Small This is a Sources Sought notice Only.� This is NOT a solicitation for proposals, proposal abstracts, or quotations.� This Sources Sought is issued for information and planning purposes only as part of USDA ARS market research and does not itself constitute an RFQ. This requirement is covered under NAICS code 812331. The purpose of this notice is to obtain information regarding the availability and capability of qualified sources; Small Businesses; HUBZone small business; service-disabled, veteran-owned small business; 8(a) small business; veteran-owned small business; woman-owned small business; or small disadvantaged businesses; Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The Government does not intend to make an award based on responses to this inquiry. This notice does not constitute a commitment by the Government. Capability Statement All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Business concerns that possess the capabilities necessary to undertake this work should submit complete documentation of their capabilities to the Contracting Officer.� Capability statements shall include the Contractors contact point to discuss their response. The capability statement should include: 1)� Acknowledgement that they are able to provide the subject supplies/services being requested; 2) Interested vendors should identify their size standards in accordance with the Small Business Administration. 3) At least three previous requirements that are similar to the requirement include a discussion of the Contract type, delivery method, duration, etc. 4) Any other information considered relevant to this requirement; and 5) The government requests that no proprietary, classified, confidential, or sensitive information should be included in the response. Any vendor responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine their qualifications to perform the work.� Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.� After review of the responses received, a combined synopsis/solicitation may be published on sam.gov depending on the responses received. All responses to this Sources Sought Notice must be received by the notice�s POC by the deadline in order to be considered. Responses may not be returned. Responders are solely responsible for all expenses associated with responding to this Inquiry. Do not submit pricing information in response to this Request.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/06173361826946ae81ae6928dceaf9db/view)
 
Place of Performance
Address: Pullman, WA 99164, USA
Zip Code: 99164
Country: USA
 
Record
SN06530207-F 20221201/221129230112 (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.