Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2024 SAM #8083
SOURCES SOUGHT

W -- Shower and Laundry Support Services for Multiple Locations in California

Notice Date
1/12/2024 6:31:54 AM
 
Notice Type
Sources Sought
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
W6QM MICC FT MCCOY (RC) FORT MCCOY WI 54656-5142 USA
 
ZIP Code
54656-5142
 
Solicitation Number
W911SA-24-Q-3021
 
Response Due
1/22/2024 8:00:00 AM
 
Archive Date
02/06/2024
 
Point of Contact
April M. Hericks
 
E-Mail Address
april.m.hericks.civ@army.mil
(april.m.hericks.civ@army.mil)
 
Description
INTRODUCTION The MICC- Fort McCoy is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in the project listed below. The intention is to determine the availability and capability of companies for the project listed below. Project: Solictation W911SA-24-Q-3021, Portable Shower Support, Laundry Support, and Water Support Services for Various locations in California; to include but not limited to Fort Hunter Liggett, California, Camp Parks, Dublin, California, and Port of Oakland & Port of Alameda, California. The contract type is anticipated to be a firm fixed price IDIQ contract. 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. 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. 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 84th TC provides mission appropriate training events, in accordance with Forces Command and U.S. Army Reserve Command directives, to enable Army Reserve unit commanders the ability to achieve, improve, and/or sustain pre-mobilization collective readiness.� On average, 3,400 Soldiers attend these collective training events annually.� REQUIRED CAPABILITIES The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to provide portable latrines, portable hand washing stations, and other services as defined in Attachment 1- Draft Performance Work Statement (PWS). The rental and servicing of portable latrine and portable sinks will occur at Multiple Training Locations in California as designated by the COR.� The Government will not furnish any facilities, equipment, supplies, or services to the Contractor throughout the period of the contract. 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. ELIGIBILITY The applicable NAICS code for this requirement is 562991 with a Small Business Size Standard of $9 Million. The Product Service Code is W099[MS1]�. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. SUBMISSION DETAILS Responses to this announcement must be received no later than 10 AM CST on January 22, 2024 and shall be emailed to April Hericks at april.m.hericks.civ@army.mil. No phone calls with be accepted. Responses shall include: 1) Solicitation Number in the subject line of the email (W911SA-24-Q-3021) 2) Company Name and Point of contact information to include name, e-mail, address, telephone, and fax numbers 3) SAM unique identifier number 4) Size of the business (small or large) and the socioeconomic status of the company (i.e. HUBZone, 8(a), etc.) 5) A written narrative of the contractor's capability to provide the requirements listed above to include examples of similar work performed in the past. 6)Address specifically if your firm can meet the completion date based on the information given. A draft Performance Work Statement (PWS) is attached for review. (Attachment 1) 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. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b4639226872f40a4b6ab30dc62646c19/view)
 
Place of Performance
Address: Jolon, CA, USA
Country: USA
 
Record
SN06935027-F 20240114/240112230041 (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.