Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 17, 2018 FBO #6203
SOURCES SOUGHT

S -- Custodial Services at Portsmouth Naval Shipyard, Kittery, Maine

Notice Date
11/15/2018
 
Notice Type
Synopsis
 
NAICS
561720 — Janitorial Services
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
23511
 
Solicitation Number
N4008519R9047
 
Response Due
11/30/2018
 
Archive Date
7/1/2019
 
Point of Contact
757-341-1971
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice. There will not be a solicitation, specifications, or drawings available at this time. This notice is a market research tool used for planning purposes only to determine the availability and capability of businesses. Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT) is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government. A combination Firm-Fixed Price/Indefinite Quantity type, performance-based contract is anticipated. The total contract term including the exercise of any options, shall not exceed 60 months. Source Selection procedures will be used to evaluate and select the proposal that is most advantageous to the Government. The Contractor shall provide all labor, management, supervision, tools, materials and equipment required to perform Custodial Services at Portsmouth Naval Shipyard, Kittery, Maine. General Work Requirements: The intent of 1503010 Custodial is to specify the requirements related to the cleaning of facilities. Custodial requirements consist mainly of services that ensure the cleanliness of working environments. Custodial services include but are not limited to: recurring and scheduled services, space cleaning, emptying waste containers and desk side recycling containers, entrance cleaning, lunch/break room, window blinds, interior glass surfaces, drinking fountains, floor care, sweeping and dust mopping, vacuuming carpets and rugs, cleaning walk-off mats, spray cleaning and buffing, damp mopping, stripping, coating and buffing, carpet and rug deep cleaning, restrooms services, rest cleaning and debris removal. All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. All qualified firms are encouraged to respond. The appropriate NAICS Code is 561720. It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following: (1) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the AOR. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. Size: A maintenance service contract with a yearly value of at least $700,000.00 or greater for recurring services. Indefinite Quantity / Indefinite Delivery values for infrequent work will not be considered similar in size. Scope: Demonstrate the ability to provide all labor, management, supervision, tools, materials, equipment to provide Custodial Services and other items necessary as defined by the RFP. Demonstrate the ability to perform various miscellaneous services including, but not limited to high and low area cleaning, exterior and interior window cleaning services, and other services that may be typical of a custodial services contract. Complexity: Demonstrate the ability to respond simultaneously to service call and maintenance requirements for various locations and buildings throughout the installation and supporting annexes. Demonstrate the ability to manage competing priorities in order to support customer demands. (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, DUNS number, and CAGE Code. (3) Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business. (4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company ™s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Responses to this Sources Sought Notice shall be mailed to the following address: Commander, NAVFAC Mid-Atlantic, Acquisition Attn: LeeArjetta W. Hamilton (Contracts - ACQ31) 9324 Virginia Avenue, Bldg. Z140, 2nd Floor, Suite 216 Norfolk, VA 23511 Responses must be received no later than 2:00 PM Eastern Standard Time on 30 November 2018. Electronic submission will be accepted. Questions regarding this sources sought notice may be addressed to LeeArjetta W. Hamilton at the above address and email at leearjetta.hamilton@navy.mil, or via telephone at (757) 341-1971. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008519R9047/listing.html)
 
Record
SN05152343-F 20181117/181115230022 (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.