Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2016 FBO #5438
SOURCES SOUGHT

S -- Snow/Ice Removal Services - Snow Removal Square Footage - Draft PWS

Notice Date
10/11/2016
 
Notice Type
Sources Sought
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Army, U.S. Army Intelligence and Security Command, HQ USAINSCOM, Attn: IAPC, 8825 Beulah Street, FORT BELVOIR, Virginia, 22060-5246, United States
 
ZIP Code
22060-5246
 
Solicitation Number
W911W4-17-R-0011
 
Archive Date
11/2/2016
 
Point of Contact
Jolynda I Alston, Phone: 7034284584
 
E-Mail Address
jolynda.i.alston.civ@mail.mil
(jolynda.i.alston.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS Snow Removal Square Footage REQUEST FOR INFORMATION (RFI) for SMALL BUSINESS SET-ASIDE The Army Contracting Command-Warren-United States Army Intelligence and Security Command (ACC Warren-INSCOM) is currently seeking contractors capable of providing INSCOM with necessary snow/ice removal services support. The services to be performed are snow/ice removal and ice control for the U.S. Army Intelligence and Security Command (INSCOM) Nolan Building complex. This effort shall entail snow and ice removal, and ice control, in all parts of the complex associated with personnel safety and access to the Nolan Building, e.g., the Nolan Building front gate entrance and exit, the parking lots, parking garage, parking garage stairwells, sidewalks, loading docks, building front entrance and exit (to include handicap ramps), and catch basins remaining open. This is a Request for Information (RFI) ONLY. This request for information is for planning purposes only and shall NOT be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. No formal solicitation document exists at this time. No contract will be awarded from this announcement. Your response to this RFI will be treated as information only, and any requests for a solicitation will not receive a response. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this RFI or Government use of such information. Any information submitted by respondents to this notice is strictly voluntary. The Government reserves the right to reject, in whole or part, any contractor input resulting from this RFI. The information resulting from this RFI may be included in an RFP, which may be released in the future. INSCOM is issuing this RFI as a means of conducting market research to identify parties having an interest in, and the resources to support INSCOM. The results of this market research will contribute to solidifying the acquisition strategy and assist in determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 561790, Other Services to Buildings and Dwellings. See attached DRAFT PWS for requirements. Contract Terms: The Period of Performance is anticipated to be a 12-month base and four (4) 12-month option periods. The anticipated contract period of performance is 15 2 November 2016 to 14 November 2021, however, services will only be required for inclement weather events. Place of performance will be at INSCOM, Ft. Belvoir, VA. RFI Response: a) Company name, address, e-mail address, web site address, telephone number and CAGE code. b) Tailored Capability Statement addressing: 1. Interest to perform the required services; 2. Appropriate documentation supporting organizational and staff capability to execute the requirements stated in the attached draft PWS. Capabilities Statements. NOTE: Refrain from including elaborate brochures or documentation, detailed artwork, or other embellishments. Interested parties are encouraged to provide information that is clear, concise, and includes sufficient detail for supporting claims of organizational and staff capabilities. Do not simply rephrase or restate INSCOM's objectives, but rather provide convincing rationale to address how to meet the government's needs. The government plans to assess the information provided to ascertain the potential market capacity to: Provide services consistent in scope and scale with those described in this notice and as otherwise anticipated; Provide services under a performance based service acquisition contract. Mail and telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. All Capabilities Statements are to be submitted as an electronic response, in Microsoft Office formats and/or Portable Document Format (PDF) to this RFI NLT 1200 hours on 18 October 2016. All responses submitted shall be unclassified. All responses under this RFI must be e-mailed to jolynda.i.alston.civ@mail.mil and rajni.m.anderson.civ@mail.mil. Primary Point of Contact: jolynda.i.alston.civ@mail.mil Contracting Office Address: HQINSCOM, Directorate of Contracting, IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC01/W911W4-17-R-0011/listing.html)
 
Record
SN04301182-W 20161013/161011234149-9d2e1e8ee042c9c4a9046608d983e432 (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.