Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
SOURCES SOUGHT

J -- Fire Protection Clothing Cleaning and Inspection Services - Package #1

Notice Date
5/25/2017
 
Notice Type
Sources Sought
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Joint Base Lewis-McChord, ATTN: SFCA-NR-LS, Bldg 2015, Box 339500, Fort Lewis, Washington, 98433-9500, United States
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-17-A-XXXX
 
Point of Contact
Robert J. Blair, Phone: 2539663503, Robert A. Phelps, Phone: (253) 966-3487
 
E-Mail Address
robert.j.blair.civ@mail.mil, robert.a.phelps2.civ@mail.mil
(robert.j.blair.civ@mail.mil, robert.a.phelps2.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement (PWS) NFPA 1851 Chapter 6-8 Inspection Criteria Sources Sought / MARKET RESEARCH Fire Protection Clothing Cleaning/ Inspection Services at Joint Base Lewis-McChord (JBLM), Washington (WA). Solicitation No: W911S8-17-A-XXXX (Anticipated) MICC-JBLM is seeking industry information and comments from sources with capabilities to perform the services with relevant experience in all of the functional areas mentioned in the description of services. You are advised that providing responses to the questions will not automatically include you in the acquisition process for future solicitation. Disclaimer: This Sources Sought Notice is for planning purposes only and shall not be construed as a Request for Proposals (RFP), Invitation for Bid (IFB) or as an obligation on the part of the Government to acquire any services. Responses to this Sources Sought Notice shall not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. MICC JBLM will not accept unsolicited proposals related to the subject of this Sources Sought Notice. The responder must clearly identify any information it considers sensitive or proprietary. All information received in response to this Sources Sought Notice that is marked "Proprietary" will be handled accordingly. Responses to this Sources Sought Notice will not be returned. Responders are solely responsible for all expenses associated and incurred by responding to this Sources Sought Notice. The Government reserves the right to determine how it should proceed as a result of this notice. In accordance with Federal Acquisition Regulation (FAR) 10.001(a)(3)(i), in order to determine if sources capable of satisfying the agency need exists, the Government will consider all Sources Sought (SS) responses received, particularly those received from small businesses. Responses to this SS permits the contracting officer, in accordance with FAR 19.203(c), to consider an acquisition for small business socioeconomic concerns (e.g., 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB) programs) and to consider a small business set-aside (see 19.502-2(b)). Small businesses, in all socioeconomic categories, are highly encouraged to identify capabilities in meeting the requirements at fair market prices. The Department of the Army, Mission and Installation Contracting Command (MICC), Joint Base Lewis-McChord (JBLM), Washington, is currently requesting information in order to determine the existence of viable commercial sources capable of cleaning and inspection of Fire Protection Clothing located at JBLM, WA; in accordance with National Fire Protection Association (NFPA) standards. The intended contract period is for a 12-month base period with two (2) one-year option periods (3 years total). Description of services: This is a non-personal services contract to provide fire protection clothing cleaning and inspection services. The Government will not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. Firefighter personal protective equipment (PPE) is required to be inspected and cleaned to remove biological and chemical contaminates biannually. Any damaged items identified during the inspection, in accordance with (IAW) National Fire Protection Association (NFPA) 1851 2014 serviceability standards, will be classified as requiring repair. Joint Base Lewis-McChord (JBLM) Fire and Emergency Services (FES) does not have the capability to conduct the cleaning and advanced inspection IAW NFPA 1851 2014 standards. There are six (6) firefighting work groups based in separate locations around JBLM. The Government is not soliciting offers at this time, and it will be the Contracting Officer who will determine which suggested changes are accepted. This is a sources sought notice to gain knowledge of potential qualified sources. A solicitation is not currently available. Responses to this request will be considered for the purpose of determining how the requirements will be stated and how the procurement will be conducted. This sources sought announcement is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation, or to award a contract. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. All comments and/or questions regarding the draft PWS and associated documents shall be submitted and received by the response date listed in this posting via e-mail to robert.j.blair.civ@mail.mil. If applicable, comments should reference a specific paragraph of the PWS or associated document. All timely submissions will be reviewed and the final PWS and associated documents may contain changes as a result of input received. A SOURCES SOUGHT QUESTIONNAIRE is below. Responses to the Questionnaire are encouraged from all interested parties. You are advised that providing responses to the questions will not automatically include you in the acquisition process for this solicitation. Please provide any additional feedback in your response that you feel is relevant. Please limit your response to four pages or less. Include any other comments or questions you may have no later than 10:00:00 AM PST on 12 June 2017.   Sources Sought Questionnaire, JBLM, WA. Company Name ___________________________________________ Phone Number ____________________________________________ Email Address ____________________________________________ DUNS ______________________ CAGE ______________________ 1. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. The North American Industry Classification System (NAICS) code is tentatively 812332, Landscaping Services. The small business size standard for this NAICS code is $38.5million. A size standard, usually stated in number of employees or average annual receipts, represents the largest size that a business (including its subsidiaries and affiliates) may be to remain classified as a small business for Small Business Administration and federal contracting programs. The definition of "small" varies by industry. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Economically-Disadvantaged Women-Owned Small Business (EDWOSB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Other (please specify) 2. If the Government selected your company, how many calendar days would your company need after the contract award date before starting services? _____ 15 days _____ 30 days _____45 days _____other (please list) 3. In your opinion, what are the risks associated with this effort? Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concern Fire Protection Clothing Cleaning/ Inspection Service. How should these risks be mitigated? 4. Does your firm have relevant experience in providing the services as outlined in this notification and the Performance Work Statement? If yes, provide a brief narrative that includes location of performance and what services were rendered. 5. Is your firm currently registered in System for Award Management (SAM)? [ ] yes [ ] no 6. This requirement will be offered under NAICS Code, 812332 - Industrial Launderers. Is your firm affiliated with this NAICS Code in SAM? [ ] yes [ ] no 7. Do you have any recommended revisions to the performance work statement and / or associated documents? 8. What requirements stipulated in the performance work statement and / or associated documents do you believe are unrealistic or may prevent your company from participating in an official solicitation? 9. What requirements in the performance work statement are your company's major cost drivers? Do you have any recommendations to reduce the overall cost to your company and the Government? 10. Please feel free to provide any additional feedback that you feel is relevant (e.g., problems or issues encountered with similar solicitations or contracts, etc.). Thank you for your participation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9d3f1f4e14dc089b7371d216b47f489a)
 
Place of Performance
Address: Joint Base Lewis-McChord, Washington, 98433, United States
Zip Code: 98433
 
Record
SN04521984-W 20170527/170526000005-9d3f1f4e14dc089b7371d216b47f489a (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.