Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2016 FBO #5306
SOURCES SOUGHT

Z -- Pressure Washing - PWS

Notice Date
6/1/2016
 
Notice Type
Sources Sought
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Bragg, Installation Contracting Office, Drawer 70120, Fort Bragg, North Carolina, 28307-0120, United States
 
ZIP Code
28307-0120
 
Solicitation Number
W91247-16-T-0029
 
Archive Date
6/28/2016
 
Point of Contact
Eduardo E. Savory, Phone: 910-396-2208, Heather D. Clifton, Phone: 910-908-3934
 
E-Mail Address
eduardo.e.savory3.civ@mail.mil, heather.d.clifton.civ@mail.mil
(eduardo.e.savory3.civ@mail.mil, heather.d.clifton.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS - Pressure Washing 1 June 16 SOURCES SOUGHT SYNOPSIS THIS IS ONLY A SOURCES SOUGHT NOTICE. The Mission Installation Contracting Command (MICC) Center - Fort Bragg is conducting market research on behalf of the Directorate of Public Works (DPW), Fort Bragg, North Carolina to determine the existence of interested sources capable of performing pressure washing services. These services will be performed on buildings or structures consisting of approximately 8,000 square feet, which include, but are not limited to the following: high visual Headquarter buildings, Child Development Centers (CDCs), bridges and water tanks. The services will be provided on Fort Bragg, to include Pope Army Airfield, Camp Mackall, Simmons Army Airfield, and Linden Oaks. These services shall remove embedded oils, gum, dirt, paint, graffiti and other soils from exteriors. The "DRAFT" Performance Work Statement (PWS), solicitation number, W91247-16-T-0029, can be downloaded at the Governmentwide Point of Entry, Federal Business Opportunities website, www.fbo.gov. 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 Government to contract for any supply or service. Further, the Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited quotes or proposals in response to this sources sought notice. This notice is a market research method to determine interested sources prior to issuing the solicitation. The anticipated period of performance is for one (1) twelve month base year and four (4), twelve month option years. The intent of the notice is to obtain an indication of interest of all businesses, determine any interest from the small business community, and obtain voluntary limited capability information of those interested sources. Although a competitive set-aside has not been established, presently available market research supports a reasonable expectation of obtaining two or more small businesses. As a result, the Government anticipates fulfilling this requirement through a total small business set-aside. The Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Accordingly, the 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 capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The North American Industry Classification System (NAICS) code is: 561790, "Other Services to Buildings and Dwellings." Size Standard - $7,500,000. If you are an interested source and capable of meeting the entire requirement without failure, please include the following voluntary information: 1. Provide name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, NAICS code, business size identification (large business or small business), and if applicable, a statement regarding small business status, to include socio-economic status/certifications(s), such as, SDB, 8(a), HUBZone, SDVOSB, or WOSB. 2. Identify your Security Clearance Level. 3. Identify whether your firm has a GSA Schedule Contract, and include the contract number. 4. Provide a Capability Statement not to exceed five (5) pages, single space; 12 point font size. The contractor's statement must demonstrate the ability to meet the requirements specified in the "DRAFT" PWS, to include information in sufficient detail regarding previous experience on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, which will facilitate in making a capability determination. At a minimum, the Contractor shall clearly demonstrate they have the license and/or certification to handle chemicals used during pressure washing services. No requests for capability briefings will be honored as a result of this notice. Information provided will not be used as a part of any subsequent solicitation requirement. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. No feedback will be provided regarding individual capabilities statements. Please provide these responses, via email, no later than 11:00 a.m., EDT, 13 June 2016. The points of contact for this sources sought synopsis are: Primary Point of Contact: Eduardo E. Savory Contract Specialist eduardo.e.savory3.civ@mail.mil Phone: 910-396-2208 Secondary Point of Contact: Heather Clifton Contracting Officer heather.d.clifton.civ@mail.mil Phone: 910-908-3934
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f0deefe523abc90206e0749706d09050)
 
Place of Performance
Address: 2175 Reilly Road, Stop A, Fort Bragg, North Carolina, 28310-5000, United States
Zip Code: 28310-5000
 
Record
SN04134378-W 20160603/160601234615-f0deefe523abc90206e0749706d09050 (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.