SOURCES SOUGHT
99 -- Laundry Services - Sources Sought Notice
- Notice Date
- 6/21/2016
- Notice Type
- Sources Sought
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-16-X-06CM
- Archive Date
- 7/20/2016
- Point of Contact
- Paul E. Batrony, Phone: 9737247581
- E-Mail Address
-
paul.e.batrony.civ@mail.mil
(paul.e.batrony.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice REQUEST FOR INFORMATION US Army Armament Research Development and Engineering Center (ARDEC) 1.0 Description 1.1 As a part of conduct of US Army operations worldwide, the Munitions Engineering Technology Center (METC) at the US Army Armaments, Research, Development and Engineering Center (ARDEC) at Picatinny Arsenal provides a laundering service and protective garment clothing program. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, ARDEC at this time is not seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. 2.0 Requirements 2.1 The contractor shall provide laundry service and protective garments in support of the Equipment Maintenance & Sustainment Team (EMST), Division of METC, Flame Resistant (FR) Protective Clothing Program. Specific requirements for this action will be determined on individual order and will include the following: • Scheduled Weekly pick-up/drop-off • Approximately 300-400 garments per week for laundering • Various on-base pick-up/drop-off locations (drivers with clearance to access government installation preferred) • Various garments for laundering include shirts, pants, coveralls, lab coats, caps and jackets. • Ability to launder clothing with energetic residues (written statement acknowledging this capability is needed) • All garments shall be thoroughly cleaned and pressed (shirts and pants) and clean and tunnel finish other garments. Return to Picatinny Arsenal on a weekly basis. • Trace materials of contaminants may include, but are not limited to: RDX (cyclotrimethylenetrinitramine), TNT (2,4,6-trinitrotoluene), HMX (cyclotetramethylenetetranitramine), NC (nitrocellulose), NQ (nitroguanidine), NTO (-Nitro-1,2,4-triazol-5-one), and DNAN (2,4-dinitroanisole). • All laundry services shall be completed on time and within the requirements. The pick-up/drop-off locations will be covered to ensure protection from the weather. This will negate any environmental impacts with this program. 2.2 Delivery Period: The period of performance for all services shall be five years. Delivery shall be specified in accordance with each specific order. 3.0 Responses 3.1 Interested parties are requested to respond to this RFI with a white paper. 3.2 White papers in Microsoft Word for Office 2000 compatible format are due no later than 05 July 2016, 17:00 PST. Responses shall be limited to 20 pages for Section 2 and submitted via e-mail only to [PCO EMAIL ADDRESS]. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 3.3. Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum: 3.3.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. 3.3.2. Recommended contracting strategy. 3.3.4. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code - 812332 (Industrial Launderers) "Small business concern" means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, averaging no more than $38.5 million dollars in annual receipts. Annual receipts of a concern that has been in business for 3 or more complete fiscal years means the annual average gross revenue of the concern taken for the last 3 fiscal years. Annual receipts of a concern that has been in business for less than 3 complete fiscal years means its total receipts for the period it has been in business, divided by the number of weeks including fractions of a week that it has been in business, and multiplied by 52. Respondees are cautioned, however, that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://www.arnet.gov. 3.3.5 The facility security clearance of the offeror. The number of pages in Section 1 of the white paper shall not be included in the 20-page limitation, i.e., the 20-page limitation applies only to Section 2 of the white paper. 4.0 Industry Discussions ARDEC representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 5.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, email address. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the FEDBIZOPPS website. The Government does not guarantee that questions received after 30 June 2016, 1700 EST will be answered. 6.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide Laundry capabilities as stated above. The information provided in the RFI is subject to change and is not binding on the Government. ARDEC has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/23f737ace6d5df47ec807cef107f2a3b)
- Record
- SN04157338-W 20160623/160621234955-23f737ace6d5df47ec807cef107f2a3b (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 |