Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
DOCUMENT

S -- Regional 8(a) Janitorial Services - Attachment

Notice Date
1/11/2018
 
Notice Type
Attachment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
N40080 NAVFAC Washington 1314 HARWOOD STREET Bldg 212 WASHINGTON, DC
 
Solicitation Number
N4008018R0307
 
Response Due
1/22/2018
 
Archive Date
3/30/2018
 
Point of Contact
Karen Monahan, Karen.monahan@navy.mil, 202-685-8052
 
E-Mail Address
<!--
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Naval Facilities Engineering Command Washington (NAVFAC WASHINGTON) is seeking to identify potential Small Businesses, certified by the Small Business Administration (SBA) under provisions of the 8(a) Business Development Program, capable of providing Regional Janitorial Services to NAVFAC Washington ™s Area of Responsibility (AOR). This is a Market Research tool to determine the availability of sources prior to issuance of a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the NAVFAC Washington team, implied or otherwise to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. If the solicitation is issued, Source Selection Procedures in accordance with FAR Part 15 will be used. The Government is not responsible for the cost associated with any effort expended in responding to this notice. The NAICS code for this procurement is 561720. The size standard is $18M. The requirement is to provide all labor, supervision, management, tools, materials, equipment, supplies, and transportation necessary to provide Janitorial Services. As such, the contractor and all its personnel shall be fully knowledgeable of all safety and environmental requirements associated with the work they perform. See the attached DRAFT Performance Work Statement (PWS) Annexes 0100000 - General Information, 0200000 - Management and Administration, and 1503010 “ Custodial for additional information. SUBMITTAL REQUIREMENTS: As permitted by FAR Part 10, it is requested that interested parties submit a brief capabilities statement package demonstrating ability to perform the services listed above. The capability package must be complete and sufficiently detailed to allow the Government to determine the firm ™s qualifications to perform the defined work. Please note that your submittal shall not exceed ten (10) pages. PAGES IN EXCESS OF THE TEN (10) PAGE LIMIT WILL NOT BE CONSIDERED. Submit your completed responses no later than 15 August 2017 to the Contracting Officer, Karen Monahan, via email to karen.monahan@navy.mil and copy the Contract Specialist, Shonn Gilkes, shonn.gilkes@navy.mil. Identify in the subject line of your response: Regional Custodial Services. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. Information received as a result of this sources sought will become part of our market research to determine interest and capability of potential sources. The documentation shall address, at a minimum, the following: A. COMPANY PROFILE. To include: (1) Company name and address; (2) Year the firm was established and number of employees; (3) names of two principals to contact (including title, telephone and email addresses); (4) DUNS number; (5) CAGE Code; (6) positive assertion indicating registration in SAM (http:www.sams.gov) B. RELEVANT EXPERIENCE. Include experience in performing efforts of similar value, size, and scope within the last five (5) years. The following Government or commercial information shall be provided for each of your references: (1) Contract Number and Project Title; (2) Name of Contracting Activity; (3) Administrative Contract Officer ™s Name, Telephone Number and/or email address: (4) Contracting Officer ™s Technical Representative or Primary Point of Contact, telephone and email address; (5) Indication of whether your firm acted as price or subcontractor, (6) Contract Period of Performance and Contract Value, (7) Brief summary of work performed and how it relates to the technical services described herein. (8) Explain what procedures you would employ to ensure you provide qualified personnel to perform the work at the different locations. C. ANSWER THE FOLLOWING: Does the Contractor have personnel who are trained, certified, and licensed performing specific tasks (e.g. Pathogen Training)? Does the Contractor utilize environmentally friendly cleaning products and recycled materials? Does the contractor have a Management Plan that will allow it to manage its workforce across multiple locations simultaneously? What is your plan to establish a work control system? Does the contractor have a viable Quality Control Plan? D. ADDITIONAL INFORMATION. If any, that the responders believe to be relevant. RESPONSES ARE DUE NLT 22 January 2017. LATE RESPONSES WILL NOT BE ACCEPTED. Questions or comments regarding this notice may be addressed in writing to Karen Monahan, Contracting Officer, via email at karen.monahan@navy.mil NOTE: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS ACQUISITION AT ANY TIME. THE GOVERNMENT IS NOT RESPONSIBLE FOR ANY COSTS INCURRED IN ORDER TO PARTICIPATE IN THIS PROCESS. ALL INFORMATION SUBMITTED IS AT THE OFFEROR ™S OWN EXPENSE. ANY RECOMMENDATIONS OR SUGGESTIONS PROVIDED IN RESPONSE TO THE MARKET RESEARCH QUESTIONNAIRE/REQUEST FOR INFORMATION MAY BE UTILIZED WITHOUT ANY RESTRICTIONS WHATSOEVER OR COST TO THE GOVERNMENT AND MAY BE INCLUDED IN THE PWS. We appreciate your interest and thank you in advance for responding to the Market Research Questionnaire/Request for Information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62477/N4008018R0307/listing.html)
 
Document(s)
Attachment
 
File Name: N4008018R0307_0100000_C_General_Information_ver_2.2_(revised_040715).doc (https://www.neco.navy.mil/synopsis_file/N4008018R0307_0100000_C_General_Information_ver_2.2_(revised_040715).doc)
Link: https://www.neco.navy.mil/synopsis_file/N4008018R0307_0100000_C_General_Information_ver_2.2_(revised_040715).doc

 
File Name: N4008018R0307_0200000_C_Management_and_Administration_ver_2.8.doc (https://www.neco.navy.mil/synopsis_file/N4008018R0307_0200000_C_Management_and_Administration_ver_2.8.doc)
Link: https://www.neco.navy.mil/synopsis_file/N4008018R0307_0200000_C_Management_and_Administration_ver_2.8.doc

 
File Name: N4008018R0307_1503010_C_Custodial__v2.3.doc (https://www.neco.navy.mil/synopsis_file/N4008018R0307_1503010_C_Custodial__v2.3.doc)
Link: https://www.neco.navy.mil/synopsis_file/N4008018R0307_1503010_C_Custodial__v2.3.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 1314 Harwood Street, Bldg 212
Zip Code: , Washington Navy Yard, DC
 
Record
SN04788152-W 20180113/180111231523-2f7d9c2f5d324e33c8fbd4c85fd8b46f (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  © 1994-2020, Loren Data Corp.