SOURCES SOUGHT
S -- Facilities Operations Support Services
- Notice Date
- 2/28/2024 5:17:59 AM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- FLETC CHARLESTON PROCUREMENT OFFICE North Charleston SC 29405 USA
- ZIP Code
- 29405
- Solicitation Number
- 70LCHS24RFIFACILITIES
- Response Due
- 2/29/2024 1:00:00 PM
- Archive Date
- 03/15/2024
- Point of Contact
- Queen H. Singleton, Phone: 8435668565, Tyshawn Neals, Phone: 8435668541
- E-Mail Address
-
queen.h.singleton@fletc.dhs.gov, Tyshawn.neals@Fletc.dhs.gov
(queen.h.singleton@fletc.dhs.gov, Tyshawn.neals@Fletc.dhs.gov)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- This is a sources sought announcement and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS. The Federal Law Enforcement Training Center located at Charleston, SC is conducting research to determine the existence of potential business sources that can provide facilities operating support services. The Government contemplates soliciting for the award of a Firm Fixed contract with Indefinite Delivery, Indefinite Quantity (IDIQ) Items. The Government is anticipating a competitive 8(a) solicitation and is currently seeking capabilities of 8(a) small businesses. �The areas requiring support include janitorial, dormitory management, food service, facility maintenance, grounds maintenance, physical training recreation, range master services, role player services, transportation, student support services and environmental & safety. A draft Statement of Work is posted with this Sources Sought Notice. The anticipated performance period of this contract shall consist of one base year, plus individual option years, for a total of eight years, as required. The NAICS for this acquisition is 561210, with a size standard of $47.0M. An electronic copy of the firm's capability statement is requested. The statement should describe any teaming arrangements and reflect relevant past information history. Firms should describe relevant Government or commercial contract experience, i.e., cite Government or commercial sources. The submittal for this sources sought shall include a one-page summary with supporting details. This one-page summary shall include: (1) company's name, address, primary POC and telephone number (2) company's average annual revenues for the past three years (3) description of principal business activity and number of employees (4) number of years in business (5) company's business size standard (specifically identify if you are a small business, 8(a) Business Development Participant, Service-Disabled Veteran Owned Small Business, Woman-Owned Small Business, or a HUB Zone Small Business); and (6) Unique Entity ID number and cage code (for prime and subcontractor/teaming partners). The supporting detailed information shall include a listing of relevant work performed in the previous five years to include (1) customer contact information (address, current phone number and current e-mail address), (2) contract number, (3) contract type, (4) dollar value of project, and (5) customer agency name. The information shall identify the firm's specific capabilities that are relevant to, and reflect the magnitude of the above requirements. It is not sufficient to provide only general brochures or generic information. The information shall also include relevant past experience for each teaming partner/subcontractor. The capability information, exclusive of the one-page summary, shall NOT exceed five (5) pages (including attachments) and shall contain a minimum font size of 12. It should be submitted electronically only (via e-mail) to the points of contacts (POCs) listed below. NO SOLICITAION EXISTS; THEREFORE, DO NOT REQUEST A COPY OF THE SOLICITATION. If a solicitation is released, it will be synopsized on the System for Award Management (https://sam.gov). �It is the responsibility of the potential offerors to monitor this site for the release of any solicitation or synopsis. This sources sought is for informational and planning purposes ONLY and is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. The firm's estimated 8(a) graduation date should also be included in the information. Interested parties are requested to submit responses to this announcement, via e-mail ONLY, by 4:00 pm Eastern Time on February 29, 2024. Paper copies of this announcement will not be provided. Any future solicitation information, if released, may be obtained through the above referenced website and the solicitation number. Any questions relating to this announcement must be submitted in writing, via email ONLY, to the following contracting officers: Queen Singleton at queen.h.singleton@fletc.dhs.gov and Tyshawn Neals at tyshawn.neals@fletc.dhs.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d904bd5ca4bf41e1b80287966a755bd0/view)
- Place of Performance
- Address: North Charleston, SC 29405, USA
- Zip Code: 29405
- Country: USA
- Zip Code: 29405
- Record
- SN06980426-F 20240301/240228230100 (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 |