SOURCES SOUGHT
99 -- LODGING LAUNDRY AND DRY CLEANING SERVICES
- Notice Date
- 12/1/2006
- Notice Type
- Sources Sought
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA4407-07-R-0002
- Response Due
- 12/22/2006
- Description
- POTENTIAL ACQUISITION OPPORTUNITY FOR 8(a) AND HUBZONE BUSINESSES. LAUNDRY AND DRY CLEANING SERVICES, SCOTT INN LODGING, SCOTT AFB, IL 62225. In an effort to enhance opportunities for 8(a) and HubZone businesses, 375 CONS/LGCB is performing preliminary market research to gauge the level of interest and capabilities of 8(a) and HubZone businesses with regards to an upcoming acquisition for laundry and dry cleaning services at Scott AFB, IL. The findings of the preliminary market research will be used to determine if either an 8(a) or HubZone business is the best value for the Air Force. The NAICS code for this acquisition is 812332. The Size Standard is $13.0 million. BRIEF DESCRIPTION OF REQUIREMENT per the Performance Plan (PP), is as follows: The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items necessary to perform laundry and dry cleaning services to Scott Inn Lodging. Services shall be performed in accordance with the International Fabricare Institute, American Institute of Laundering, Institute of Launderers, and Wash. D.C. Standard Commercial practices. Contractor shall provide enough carts necessary to hold and transport laundry and dry cleaning articles in accordance with packaging requirements. All items are to be delivered from Monday - Saturday (8:00AM-10:00AM) except federal holidays. The period of performance for the base year will be 1 June 07 - 30 Nov 07; 1 Dec - 30 Nov will be the period of performance for each of the four option years. Contractor shall return all unserviceable articles with the exception of sheets, pillows, and pillowcases, which will be of disposed by the contractor. Some items common to all types such as sheets, pillow cases etc. are made with Polyester/Cotton material: Polyester/Cotton material shall be washed, dried and pressed in such a manner as to prevent wrinkles and shrinking fabric. If chlorine bleach is used it must be done without causing yellowing of the fabric. Double, queen and king size mattress pads will be sorted and folded in an acceptable manner. THIS IS NOT A SOLICITATION AND SHOULD NOT BE CONSTRUED AS SUCH. All information is to be provided on a voluntary basis at no cost to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes the property of the Government. There is no guarantee, expressed or implicit, that the market research for this acquisition will result in an 8(a) or HubZone business set-aside or an 8(a) or HubZone business sole source award, or any other guarantee of award or acquisition strategy. Responding parties must have an active registration in Central Contractor Registration (CCR), which may be obtained at www.ccr.gov. Please e-mail your response to this source sought notice to Lt Amivie Kudolo at phyllis.kudolo@scott.af.mil or Mr. Jeffrey Teague at jeffrey.teague@scott.af.mil, no later than 22 Dec 2006. Interested parties must demonstrate in their qualifications statement that they are qualified to perform the PP requirements under the applicable NAICS Code 812332, size standard $13.0 M. Additionally, businesses responding to this sources sought shall also identify and address if they are classified as a woman-owned, Service Disabled Veteran-Owned, or otherwise classified as a small disadvantaged business, in addition to the requirement for an 8(a) or HubZone Small Business concern. Please e-mail your responses to the following questions: Question 1: Has your firm, as a prime contractor, whether individually or through a formal joint venture or teaming agreement, or under subcontract to a prime contractor, provided laundry and dry cleaning services for a Lodging facility similar in scope, (Government or commercial) within the past three years as briefly described above? If yes, please provide the following information on your three most recent projects; (a) Contracting Agency, address and Contracting Officer's name and telephone number, (b) contract number, date and amount of the award and completion date, (c) description of the services provided, (d) if performance was as a subcontractor, please provide the name, address and telephone number of the point of contract for the prime contractor, Question 2: Has your firm had any performance issues under a contract which resulted in the issuance of a Cure Notice or Show Cause Notice by the CO. Question 3: Has your firm ever been terminated for cause or default from a contractual arrangement, whether Federal or private sector, as a result of failure to perform, poor quality and workmanship provided, etc. DO NOT SEND HARD COPY ADVERTISING OR PROMOTIONAL MATERIALS. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer.
- Place of Performance
- Address: SCOTT AFB LODGING,, SCOTT AFB, IL
- Zip Code: 62225
- Zip Code: 62225
- Record
- SN01189388-W 20061203/061201220920 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |