Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
SOURCES SOUGHT

S -- Municipal Services, Region 6 - Area 6 Map

Notice Date
9/17/2015
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91239-15-S-0917
 
Archive Date
10/24/2015
 
Point of Contact
DeAnna L. Mannel, Phone: 916-557-6690
 
E-Mail Address
deanna.l.mannel@usace.army.mil
(deanna.l.mannel@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Area 6 SOURCES SOUGHT SYNOPSIS For: W91238-15-S-0917 Municipal Services for the 63RD Reserves, Regions 6 - Northern California This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME. Responses are being sought from qualified small and large business concerns possessing the technical/management expertise to execute the work requirements. The required work elements include, but may not be limited to the following; The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform 1) Janitorial services to include but not limited to: interior/exterior window cleaning, sweeping, dusting, mopping, vacuuming, and restroom cleaning. 2) Pest control services to prevent and control unwanted vegetation and pests, including but not limited to cockroaches, termites, ants, fleas, silverfish, stored product pests, mosquitoes, mice, rats, bats, feral dogs and cats and other vertebrates, bees, wasps, pigeons, and nuisance birds. 3) Refuse collection, disposal and recycling including but not limited to residential, commercial, industrial solid waste, recyclable waste, and bulky waste. 4) Grounds maintenance including but not limited to aeration, edging, fertilization, hedges, mowing, and irrigation. 5) Environmental services including but not limited to cleaning of Oil/Water Separator and tank systems, sampling and laboratory Services, disposal and treatment, used oil collection and disposal/recycling. The contracts resulting from this Acquisition Strategy will be Indefinite Delivery Indefinite Quantity (IDIQ) type acquisition. Offeror's should review the attached map demonstrating the associated work areas with regards to region 6. It is the intentions of USACE to solicit each region as a separate acquisition. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, Large and Small Business Communities. The Government must ensure there is adequate competition among the potential pool of responsible contractors. This procurement is for: 1. Services 2. NAICS Code: 561210 -Base Facilities Operation Support Services 3. Business Size Standard: To be determined after responses to the sources sought are received and evaluated. 4. FSC Code: S216 - Housekeeping Facilities Operation Services 5. In accordance with FAR 52.219-14(c)(1), Limitation on Sub-Contracting: "Services." "At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern." Prior Government contract work is not required for submitting a response under this sources sought synopsis. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. This will be procured using a Indefinite Delivery - Indefinite Quantity (IDIQ) type acquisition. It is anticipated that this acquisition will be awarded utilizing a Request for Proposal (RFP) Best-value Trade-off acquisition type. Firm's response to this Synopsis shall be limited to 10 pages and shall include the following information: • Firm's name, address, point of contact, phone number, and e-mail address. • Firm's interest in bidding on the solicitation when it is issued. • Provide Example Projects: The firm should provide a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - o Provide at least one (1) example project demonstrating your firms ability and experience in managing work at various locations (20+) throughout a wide/multi-state geographical distance o Provide two (2) example projects demonstrating experience of work similar to that described within the description provided above. • Firm's Business Size category (Large Business, Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, Women Owned, or 8(a). • Firm's Joint Venture information if applicable - existing and potential Responses must be printed on 8.5X11 paper, front only, and limited to no more than 10 pages. Facsimile responses will not be accepted. Interested Firm's shall respond to this Sources Sought Synopsis no later than 1:00 pm, Friday, 9 October 2015. All interested firms must be registered in SAM.gov to be eligible for award of Government contracts. Email responses to: Deanna.l.mannel@usace.army.mil; mail responses to: USACE Sacramento District, Attn: Deanna Mannel, 1325 J Street, Rm. 878, Sacramento, CA 95814 EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91239-15-S-0917/listing.html)
 
Record
SN03890718-W 20150919/150917235315-f970eec7d0e9c7f18ade9339f898a56f (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 |
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.