SOURCES SOUGHT
S -- CUSTODIAL SUPPORT SERVICES FOR NASA LARC
- Notice Date
- 2/12/2015
- Notice Type
- Sources Sought
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- NASA/Langley Research Center, Mail Stop 12, Industry Assistance Office, Hampton,VA 23681-0001
- ZIP Code
- 23681-0001
- Solicitation Number
- SS-CS-2015
- Response Due
- 2/27/2015
- Archive Date
- 2/12/2016
- Point of Contact
- Ola A Charles, Contract Specialist, Phone 757-864-8790, Fax 757-864-6641, Email ola.a.charles@nasa.gov
- E-Mail Address
-
Ola A Charles
(ola.a.charles@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- National Aeronautics and Space Administration (NASA) Langley Research Center (LaRC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Custodial Support Services. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. This is a sources sought synopsis to be used for information purposes only for preliminary planning purposes to assist NASA LaRC in its procurement strategy, to assess capabilities and qualifications of potential offerors, gain knowledge of interest, and to support any potential set-asides. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. The LaRC requirements include all supervision, and transportation necessary to provide custodial support services, equipment, materials, supplies, and transportation necessary to provide custodial support services for NASA LaRC and NASA properties located an adjacent Langley Air Force Base, Hampton, Virginia in accordance with the draft requirements documents. Reference the Draft Requirements Document posted with this synopsis to assist potential offerors to understand NASAs requirements. Industry is encouraged to provide comments, suggestions, and recommendations regarding the Draft Requirements Document.In addition, LaRC is also interested in contractor feedback related to contract type, subcontracting opportunities, and possible contract incentives (positive and negative). The North American Industry Classification System (NAICS) code for this procurement is 561720, Janitorial Services, with a size standard of $18 Million. The anticipated contract type is firm fixed price with the ability to issue Indefinite Delivery/Indefinite Quantity (IDIQ) task orders with a five (5) year period of performance. Estimated award date for this contract is August 14, 2015. Interested offerors having the required specialized capabilities to meet the above requirement should submit a capability statement of five (5) pages or less indicating the ability to perform all aspects of the effort described herein.The capability statement should describe the interested offerors ability to perform and past experience in performing the aspects of the effort described in the Draft Requirements Document. It is requested that the following be included in the capability statement: (1) Company name, address number (2) Primary point of Contact information to include name, title, phone number and email; (3) whether you intend to submit an offer, and if so, would you submit as a prime or subcontractor; (4) number of employees; (5) size of business concern (large, small, 8(a), veteran-owned small business, service-disabled veteran-owned small business, HUBZone, small disadvantaged, woman-owned small business, Historically Black Colleges and Universities (HBCUs), and Minority Institutions (MIs); (6) number of years in business; (7) affiliate information to include parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); and (8) 2 or 3 customer contacts covering the past three years Interested offerors should specifically (highlight relevant work performed that is comparable in magnitude, scope and complexity to the draft requirement documents), contract numbers, contract, contract numbers, contract type, dollar value of each contract, number of employees and customer point of contact address, phone number and email address). This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. All responses and questions shall be submitted in writing, via email, Ola Charles at ola.a.charles@nasa.gov no later than February 27, 2015. Please reference SS-CS-2015 in any response. Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/SS-CS-2015/listing.html)
- Record
- SN03641719-W 20150214/150212235514-8a3857bd9a040454a38019e59f034ad7 (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 |