Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 17, 2024 SAM #8391
SOURCES SOUGHT

S -- Dining Facility Attendant Services - Extension

Notice Date
11/15/2024 11:30:07 AM
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
W6QM MICC-FT STEWART FORT STEWART GA 31314-3324 USA
 
ZIP Code
31314-3324
 
Solicitation Number
PANMCC-25-P-0000_000526
 
Response Due
11/18/2024 2:00:00 PM
 
Archive Date
11/19/2024
 
Point of Contact
Sheung Li, Phone: 5718013856, Carmashay Johnson, Phone: 5718013881
 
E-Mail Address
sheung.c.li.civ@army.mil, carmashay.q.johnson.civ@army.mil
(sheung.c.li.civ@army.mil, carmashay.q.johnson.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT SYNOPSIS THIS SOURCES SOUGHT NOTICE IS FOR AN INTERIM EFFORT (Base Period of Performance � 01 December 2024 through 31 May 2025 plus 2 optional months). This is for an interim effort until the Installation Readiness Center (IRC) is able to complete their follow-on Dining Facility Attendant (DFA) services contract. The U.S. Government currently intends to award a contract modification on a SOLE SOURCE basis with performance commencing 01 December 2024 but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source firm-fixed price modification is intended to be awarded to International Service Contractors, LLC for Dining Facility Attendant services at Fort Stewart and Hunter Army Airfield, Georgia. The statutory authority for the sole source procurement is 10 United States Code 2304(a)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Attached is the draft Performance Work Statement (PWS). This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. The NAICS code is: 561720, Janitorial Services with the size standard of $22 million. In response to this sources sought, please provide: Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Name of the firm, point of contact, phone number, email address, Unique Entity Identifier (UEI), CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. Company capability statement with information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. Information to help determine if Dining Facility Attendant services is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, mobilization and phase-in time, customary terms and conditions, warranties, etc. Please indicate whether your firm will be able to meet the 01 December 2024 start date. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2b94f482344c4839a9afa50d4a62cb64/view)
 
Place of Performance
Address: Fort Stewart, GA 31314, USA
Zip Code: 31314
Country: USA
 
Record
SN07266872-F 20241117/241115230107 (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.