SOURCES SOUGHT
S -- SOURCES SOUGHT _ Custodial Services Fort Wainwright, AK
- Notice Date
- 11/27/2019 3:51:40 PM
- Notice Type
- Sources Sought
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- 0413 AQ HQ CONTRACT FORT WAINWRIGHT AK 99703-0510 USA
- ZIP Code
- 99703-0510
- Solicitation Number
- PAN-413-20-P-0000-000529
- Response Due
- 12/6/2019 1:00:00 PM
- Archive Date
- 12/14/2019
- Point of Contact
- Lisa Jenkins Fromm, Phone: 907-353-2968, Robert Sullivan, Phone: 907-353-4527
- E-Mail Address
-
lisa.a.jenkinsfromm.civ@mail.mil, robert.j.sullivan90.civ@mail.mil
(lisa.a.jenkinsfromm.civ@mail.mil, robert.j.sullivan90.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The 413TH CSB, Regional Contracting Office-Alaska (RCO-AK) is issuing this sources sought synopsis as a means of conducting market research (FAR Part 10) to identify parties having an interest in and the resources to support the requirement for Custodial Services on Fort Wainwright, Alaska (FWA). The intent is to procure these services on a competitive basis.Potential Offerors must be registered in the System for Award Management (SAM) in order to conduct business with the Federal Government. The registration process is free, but does take time and effort on behalf of a firm to complete. Interested parties are encouraged to start the registration process early so the firm can be considered for award.Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.PLACE OF PERFORMANCEThe work to be performed under this contract will be performed at Government facilities on Fort Wainwright, Alaska (FWA).PERIOD OF PERFORMANCEThe estimated period of performance consists of one (1) base year, which will consist of a one (1) month phase-in period and eleven (11) months at full performance, and three (3) option years of twelve (12) months each. FAR clause 52.217-8, Option to Extend Services, will be included and shall not exceed one hundred and eighty (180) calendar days.CONTRACT TYPEThe contract type is anticipated to be a Performance-Based, Firm-Fixed-Price, Requirements contract. Disclaimer "this sources sought is for informational purposes only. This is not a "request for proposal (RFP)" 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. Responses 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 released on the government-wide point of entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement."PROGRAM BACKGROUNDThe 413th Contracting Support Brigade, Regional Contracting Office-Alaska (RCO-AK) is seeking responsible sources to provide all personnel, equipment, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform custodial services in support of the areas specified in the draft PWS attached to this announcement, Attachment 1. A detailed list of specific tasks, workload, standards and frequencies are located in Paragraph 6.0, draft copy of Custodial Service TE Workload Data (TE-A1, A2, and A3), and draft Custodial Cleaning Standards and Frequencies (TE-B1, B2, and B3) of the attached draft PWS.REQUIRED CAPABILITIESThe Government request if your organization has the potential capacity to perform these contract services, please provide the following information: Organization name, address, email address, web site address, telephone number, CAGE code, DUNS Number, and size and type of ownership for the organization; Tailored Capability Statements (five (5) pages maximum in length with font size no smaller than 12 point) addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.The Government will evaluate market information to ascertain potential market capacity to: Provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; Implement a successful project management plan that will include: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; while providing required services under the performance based service acquisition contract.ELIGIBILITYThe applicable NAICS code for this requirement is 561720, Custodial Services, with a Small Business Size Standard of $18M. The Product Service Code is S201, Housekeeping-Custodial Janitorial. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.ADDITIONAL INFORMATION AND SUBMISSION DETAILS Interested parties are invited to submit a Capabilities Statement in response to this sources sought by 12:00 pm (AKST) on 6 December 2019. Please submit all documentation by email in PDF format and state in the subject line “Sources Sought Response for Fort Wainwright Custodial Services” to Lisa Fromm (Contract Specialist) at lisa.a.jenkinsfromm.civ@mail.mil, Robert Sullivan (Contract Specialist) at robert.j.sullivan90.civ@mail.mil and Patricia Hutcherson (Contracting Officer) at patricia.j.hutcherson.civ@mail.mil. Responses received after this date and time will not be reviewed. Files must be kept to a maximum size of 5MB. It is your responsibility to ensure we received your response. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.All questions must be submitted to the persons identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.Primary Point of Contact.:Lisa FrommContract Specialist lisa.a.jenkinsfromm.civ@mail.milPhone: (907) 353-2968Fax: (907) 353-7302Secondary Point of Contact:Robert Sullivan, Contract SpecialistRobert.j.sullivan90.civ@mail.milPhone: (907) 353-4527 Contracting Office Address:PO Box 355101064 Apple StreetFort Wainwright, Alaska United States
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c66102350df04455805e56b8d9551b66/view)
- Place of Performance
- Address: 26430, AK 99703, USA
- Zip Code: 99703
- Country: USA
- Zip Code: 99703
- Record
- SN05505120-F 20191129/191204040842 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |