Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 05, 2016 FBO #5430
SOURCES SOUGHT

S -- Shop Towel Onsite Industrial Laundering - Dugway Information

Notice Date
10/3/2016
 
Notice Type
Sources Sought
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Dugway Proving Ground, Bldg 5330 Valdez Circle, Dugway, Utah, 84022-5000, United States
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-17-T-RAGS
 
Archive Date
10/31/2016
 
Point of Contact
Paul E. Frailey, Phone: 4358312587, Monty N. Kurtz, Phone: 4358312501
 
E-Mail Address
paul.e.frailey.civ@mail.mil, monty.n.kurtz.civ@mail.mil
(paul.e.frailey.civ@mail.mil, monty.n.kurtz.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Basic Information About DPG The Mission and Installation Contracting Command (MICC), Dugway Proving Ground (DPG) Installation Contracting Office (ICO) is seeking sources that can provide SHOP TOWEL LAUNDRY SERVICE for DPG. DPG is the nation's Major Range and Test Facility Base (MRTFB) for Chemical, Biological, Radiological, Nuclear and Explosives (CBRNE) defense programs. Any interested party would be required to provide all personnel, equipment, supplies, facilities, transportation and supervision required to provide Pickup/Laundry/Delivery Services to Dugway Proving Ground to support the Army Missions. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SOLICITED AS A SMALL BUSINESS SET ASIDE, FULL AND OPEN, OR DIRECT AWARD. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR QUOTE (RFQ)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT." NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ANY IS ISSUED. The following are the objectives for this requirement: a) The purpose of this Contract at Dugway Proving Ground (DPG) is to provide shop towels and laundry service to 6 shops at Dugway Proving Ground. b) The contractor shall deliver clean towels and pickup soiled towels at each shop. Services include the cleaning of approximately 2,000 shop towels and pickup of soiled towels for laundering. The contractor shall accomplish the pickup of soiled shop towels at 6 shops at Dugway and provide clean shop towels. The contractor shall maintain inventory lists and provide pickup/delivery counts to designated Government employee. Shop towels that need to be disposed of shall be in accordance with government specific guidelines. Guidelines to be provided at time of requirement solicitation; Period of Performance: Full performance Period of Performance, including Phase-In is anticipated to be 1 December, 2016 to 30 November, 2021 (Base Period of 1 year plus 4 option years). Note 1 - Interested offerors shall be capable and demonstrate a capacity to complete a phase in process beginning on or about 1 December, 2016 and be at full contract performance 30 days from time of award. Note 2 - Actual magnitude of this requirement is estimated to be $48,000 A determination on the contract type, mechanism for procuring the services, and possible set-aside will not be made by the Government until after the market research has been completed. This notice will be distributed solely through the General Services Administration's Federal Business Opportunities (FBO) Website (www.fedbizopps.gov). Interested parties are responsible for monitoring the FBO site to ensure they have the most up-to-date information about this acquisition. The North American Industry Classification System (NAICS) Code is 812332, Industrial Launderers Services; the size standard is $38,500,000.00. Qualified companies are encouraged to respond. Responses should provide the following information in response to this Sources Sought announcement: 1. Business name and address; 2. Name of company representative and their business title; 3. Pertinent details and experience of doing these types of services. 4. Business size as it relates to the NAICS code and size standard stated in this announcement. 5. Contract types typically used for these types of services (e.g., firm-fixed price, cost reimbursable, indefinite- delivery indefinite-quantity, etc.); and 6. Other contract vehicles that would be available to the Government for the procurement of these services, to include General Service Administration (GSA) Federal Supply Schedules; and/or any other Department of Defense contracts. 7. A written confirmation that the company has the required expertise and experience to perform all the work for this contract. If not, what percentage of the work will be subcontracted and/or cannot be performed by the contractor. 8. A written confirmation that the company shall be capable of meeting the 100% fully capable requirement within the 30-calendar day Phase-in period. 9. A written confirmation that the company understands that, if awarded a contract as a result of this Sources Sought, it shall not be given any preference to the planned follow-on solicitation. All potential offerors must be registered in the System for Award Management (SAM), effective December 1, 2016 to receive government contracts. MICC-DPG's financial system has a direct interface with SAM. Please ensure that your company's SAM information is updated and accurate. This includes TIN, EFT, DUNs, addresses and contact information. The EFT banking information on file in SAM is utilized by MICC-DPG to process payment to any organization. PROCEDURES: This Sources Sought is a required component of a complete and systematic process to evaluate interested parties in order to minimize cost both to potentially interested parties and the Government. Interested sources are also encouraged to submit product literature in response to this Sources Sought. Any submission of such product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposal. Interested parties should provide a statement of interest on company letterhead (not to exceed 20 pages in length) to Mission and Installation Contracting Command/Dugway, CCMI-CHD-DP, Attn: Paul E. Frailey, Contract Specialist, 5330 Valdez Circle, MS #1, Dugway Proving Ground, Dugway, Utah 84022-5000. No basis for claim against the Government shall arise as a result of a response to this Sources Sought or Government use of any information provided. Elaborate proposals or pricing information are neither required nor desired. Any innovative and new conceptual ideas to achieve the stated objective are encouraged. No solicitation document exists for this request for SOURCES SOUGHT. This notice is for informational purposes only; it is not a request for proposals nor should it be construed as a commitment by the Government. The Government will not pay for any effort expended into responding to this Sources Sought announcement. Responses must be submitted no later than 5:00 PM MST, October 21, 2016 via email (paul.e.frailey.civ@mail.mil). Interested parties shall enter "Shop Towel Laundry Services" in subject line of email. The point of contact concerning this Sources Sought action is Mr. Paul E. Frailey, Contract Specialist at (435) 831-2587, or email paul.e.frailey.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e1cb38e22c628eee035042a33f7f805b)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT, 84022-5000 US, Dugway, Utah, 84022, United States
Zip Code: 84022
 
Record
SN04296192-W 20161005/161003234338-e1cb38e22c628eee035042a33f7f805b (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.