SOURCES SOUGHT
S -- JANITORIAL SERVICES FOR NORTH SIERRA NEVADA REGION FACILITIES
- Notice Date
- 9/3/2023 4:37:43 PM
- Notice Type
- Sources Sought
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- WESTERN-SIERRA NEVADA REGION FOLSOM CA 95630 USA
- ZIP Code
- 95630
- Solicitation Number
- 89503323NWA000014
- Response Due
- 9/7/2023 10:00:00 AM
- Archive Date
- 09/22/2023
- Point of Contact
- Alicia Sharlene Powell, Phone: 9164944270
- E-Mail Address
-
apowell@wapa.gov
(apowell@wapa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- DISCLAIMER: �THIS REQUEST FOR INFORMATION IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. �THE GOVERNMENT WILL USE THE INFORMATION RECEIVED TO DETERMINE ITS ACQUISITION STRATEGY. �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. � This survey is for market research purposes only. Only contractors capable of performing this type of work should respond to this notice. BACKGROUND:� WAPA, part of the U.S. Department of Energy (DOE), is a federal power marketing administration that markets and delivers reliable, cost-based hydroelectric power and related power transmission services. SNR serves customers in California and Nevada. SNR�s mission includes maintenance and operation of the high-voltage electricity transmission system, including substations, communication sites, and high-voltage transmission lines that transmit power to customers The types of work and skill sets for this requirement are as follows: 1.�� � Cleaning Services: The work shall consist of cleaning and servicing various areas and facilities to include removal of refuse and litter. The Contractor shall provide all management, personnel, materials, cleaning supplies, chemicals, tools, equipment, light bulbs attached to buildings, vehicles, fuel and transportation necessary to perform this work. 2.�� � �Janitorial Services: The contractor shall be responsible for performing janitorial, cleaning, and litter removal services. The Contractor shall provide all personnel, materials, supplies, tools, parts, vehicles, and equipment to perform this work. 3.�� �Monthly Services: The Contractor shall provide all qualified personnel, materials, supplies, tools, parts, equipment, vehicles and transportation to perform non-routine construction work that shall be performed in accordance with applicable publications, except as otherwise specified in the solicitation/contract. 4.�� �Carpet Cleaning: �Except as otherwise specified, the Contractor shall provide all personnel, materials, supplies, tools, parts, vehicles, vessels, and equipment required to perform this work. ACQUISITION STRATEGY - PLANNING INFORMATION: 1.�� �Contract Vehicle: The determination of Contract Vehicle and Small Business Set Aside or Full and Open Competition will not� � � � � � �be� established until market research has been completed and the Acquisition Strategy has been approved. 2.�� �North American Industry Classification System (NAICS): The applicable NAICS code being considered for this effort is 561720� � � � �Janitorial Services with a Size standards in millions of dollars �$22.00� 3.�� �*NOTE 01: �The current SBA Table of Small Business Size Standards was updated 17 March 2023; since the beginning of� � � � � � � � �2022, the SBA has regularly updated the table to account for inflation. Businesses must update their SAM.gov profiles to� � � � � � � � �have their small business status reflect the most current small business size standards. Until updated, the SAM profiles will� � � � � � � continue to display the small business status under outdated size standards. *NOTE 02: In accordance with 13 C.F.R. 121.104, the current calculation for dollar (monetary) value based NAICS codes is average total receipts over the last five (5) completed fiscal years *NOTE 03: �In accordance with 13 C.F.R. 121.106, the current calculation for employee based NAICS codes is average number of employees used for each pay period for the preceding completed 24 calendar months. � 3. Contract Type: The determination of Contract Type will not be established until market research has been completed and the Acquisition Strategy has been approved. SUBMISSION DETAILS: � Interested businesses shall submit a capability statement (10 pages maximum) that demonstrating their ability to fulfill the functions and tasks described herein.� Your response to this RFI shall be electronically submitted to the Contract Specialist via emailapowell@wapa.gov no later than 12:00 p.m. (PST) on 07 September 2023 and reference the System for Award management (SAM) notice number and title in the subject line of the e-mail and on all enclosed documents. �Responses shall either use Microsoft Office 2013 compatible (.xlsx, .docx or .pptx) or Adobe Acrobat 9 Pro (.pdf) formats. �Responses shall be in sufficient detail for the Government to determine that your business possesses the necessary functional area expertise and experience to compete for this acquisition. �Information and materials submitted in response to this request WILL NOT be returned. �All information/materials received in response to this RFI that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. �DO NOT SUBMIT CLASSIFIED MATERIAL. Written responses to this RFI should consist of the following: 1.After reviewing the requirements provided in the statement of work, attached to this RFI, describe your experience and approach:� Market Survey: The Government is issuing this notice to determine a competitive basis. This is not a solicitation and the items listed herein are subject to change or eliminated from the requirement. This survey is for market research purposes only. Only contractors capable of performing this type of work should respond to this notice. �Your response to this survey is requested by Wednesday, September 7, 2023, at 12:00 p.m. Pacific Standard Time (PST ) All information MUST be submitted by e-mail to Contract Specialist Alicia Powell a @apowell@wapa.gov 1. Name of your firm: 2. CAGE: 3. Point of Contact, Phone number and Email address: 4. �Please provide responses to the following: a.�� �List one (1) contract completed or substantially completed (75%) within the last 10 years valued greater than or equal to $100,000 that demonstrates the contractor�s experience, as a prime contractor or subcontractor, successfully performing Routine cleaning of frequently touched surfaces in the workplace, such as workstations, countertops, and doorknobs, light switches. Use the cleaning agents that are usually used in these areas and follow the directions on the label. Use an alcohol solution with at least 70% alcohol (CDC recommended), and common household disinfectants (CDC recommended). b.�� �Project Name: c.�� �Contract Number (if applicable): d.�� �Year Completed: e.�� �Prime Contractor or Sub-Contractor:� f.�� �Type and percentage of work self-performed (based on contract value): g.�� �Dollar Amount: h.�� �General Description of project: 5. �Are you a Small Business classified under the above NAICS code? If so, do you fall into a sub-category (e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)? � 6. �If your company is a small business concern, per FAR 52.219-14, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Can your firm be expected to do this, given your current employee situation? (Please respond yes or no.) 7. �If this requirement is advertised, do you anticipate submitting a proposal? 8. �Please provide any additional information you feel is necessary. �If you plan on subcontracting to other companies to deliver technical capability, please provide details on exactly which tasks will be assigned to those subcontractors.� �In addition, provide the names of those anticipated subcontractors, and list the anticipated percentage of small business subcontracting. *NOTE (LIMITATIONS ON SUBCONTRACTING): �If you are a small business interested in being the prime contractor for this effort, please be advised that FAR clause 52.219-14 (Limitations on Subcontracting) (DEVIATION 2021-O0008) was updated in September 2021. �The current clause adds the definition of �Similarly Situated Entity� and the 50% calculation for compliance with the clause. �Small business prime contractors may now count �first tier subcontractor� work performed by a �Similarly Situated Entity� as if it were performed by the prime contractor itself.� To assist in our market research and set-aside determination for this effort, if you are a small business interested in priming this effort and plan to utilize a �Similarly Situated Entity� to meet the Limitations on Subcontracting requirements, please identify the name & Unique Entity ID/CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. �Information regarding any planned �Similarly Situated Entity� should be included in answering any questions outlined in the RFI in order to assist the Government's capability determination. For a contract assigned a services NAICS code, the small business concern must not pay more than 50% of the amount paid by the Government for contract performance to non-similarly situated subcontractors �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7f29c533effc4b998e75f0d075621cbd/view)
- Record
- SN06817385-F 20230905/230903230048 (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 |