Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2020 SAM #6632
SOURCES SOUGHT

S -- Laundry Services

Notice Date
1/24/2020 9:03:31 AM
 
Notice Type
Sources Sought
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
W6QM MICC-FDO FT HOOD FORT HOOD TX 76544-5025 USA
 
ZIP Code
76544-5025
 
Solicitation Number
W9115120B0001
 
Response Due
2/24/2020 1:00:00 PM
 
Archive Date
03/10/2020
 
Point of Contact
Joshua Barbero, Phone: 2542873056, Sharon V. Jones, Phone: 2542873208
 
E-Mail Address
joshua.p.barbero.civ@mail.mil, sharon.v.jones.civ@mail.mil
(joshua.p.barbero.civ@mail.mil, sharon.v.jones.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT for Laundry Services at Fort Hood, Texas INTRODUCTION The Mission Installation Contracting Command � Fort Hood, Texas is issuing this sources sought synopsis (SSS) as a means of conducting market research to identify parties having an interest in and the resources to provide laundry services with pickup and delivery at the following designated areas on Fort Hood: Main Cantonment, and North Fort Hood areas as defined in the Performance Work Statement (PWS). The intention is to procure these services on a competitive basis Although a site visit is not mandatory, it is encouraged for this requirement. �However, the site visit information will be addressed and incorporated in the Solicitation when posted at a later date on beta.sam.gov website. � We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. BASED ON THE RESPONSES/CAPABILITY STATEMENTS RECEIVED FROM 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, and multiple awards MAY be made. 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 PERFORMANCE (Location) -� Fort Hood, Texas: Main Cantonment, and North Fort Hood Facilities *Percentage (%) On-Site Government - 0% Drop off/Pick-up ONLY *Percentage (%) Off-Site Contractor - 100% Contractor's location will be off site 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 SYNOPSIZED 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 �BACKGROUND The Army Sustainment Command (ASC) provides Laundry Services to clean and press textiles garments, linens, for Organizational Clothing and Individual Items (OCIE) and fabrics for active or reserve components on a direct or reimbursable basis. Laundry and Dry Cleaning operations are primarily governed by AR 210-130. ASC provides manpower and contracts for L&DC at specific installations, both CONUS and OCONUS � � REQUIRED CAPABILITIES (Synopsis of the Government�s Requirement) The Contractor shall furnish labor, supervision, transportation for pick-up and delivery services, supplies, vehicles, tools, materials, facilities, and equipment (except as specified in this contract as Government-furnished) necessary for the performance of organizational bulk laundry services at Fort Hood. The contract will include �functions, tasks, and responsibilities normally inherent to a laundry cleaning facility. The Contractor shall receive, account for, process and return articles tendered for laundering. The contractor shall launder according to specifications as listed in �Textile Laundering Technology� book published by the Textile Rental Services Association (TRSA) of America, dated 2005 and later versions, Army Wash Instructions (See Technical Exhibit B), Show Army provided Wash Instructions on new items as they are received from new manufacturers and best standard commercial laundry cleaning practices. The Contractor shall establish and maintain a system of records to quantify work and shall prepare administrative correspondence and reports incidental to the work covered in this contract. Services shall be performed in compliance with the standards as contained or referenced in this contract. The Contractor shall schedule and manage operations to maximize responsiveness, efficiency, and economy to the Fort Hood community. � GENERAL REQUIREMENTS: The contractor shall operate and manage the laundry function for pick-up service at unit locations, laundering, warehousing, and delivery in accordance with AR 710-2, DOD 4145-19-R. The Contractor shall provide laundry services to authorized individuals and organizations. �The Contractor shall clean Organizational Clothing and Individual Equipment (OCIE) items. The Contractor shall provide laundry services for Organizational Linen items. The contractor shall provide Laundry Services for Garrison Food Service Uniforms (GFSU). The contractor shall provide repairs to OCIE and Organizational, and GFSU items damaged while in their custody. Further details are provided in the draft Performance Work Statement (PWS) and its draft Technical Exhibits are attached to this announcement (Sources Sought Synopsis (SSS). � ELIGIBILITY � The applicable NAICS code for this requirement is 812332 with a Small Business Size Standard of $41.5 M. The Product Service Code (PSC) is S209. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 4:30 pm, Central Time, 19 January 2020. All responses under this Sources Sought Notice must be e-mailed to the following email recipients: joshua.p.barbero.civ@mail.mil; sharon.v.jones.civ@mail.mill. � If your organization has the potential capacity to perform these contract services, please provide the following information (Contractor�s Capability Statement): Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; � Tailored capability statements 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. � What type of work has your company performed in the past in support of the same or similar requirement? � Can or has your company managed a task of this nature? If so, please provide details. � Can or has your company managed a team of subcontractors before? If so, provide details. � What specific technical skills does your company possess which ensure capability to perform the tasks? � Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods. � Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. � Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of one (1) Base Year of 12 months and four (4) 12-month option years. With performance of the contract commencing at a time To Be Determined (TBD). The contract type is anticipated to be Firm Fixed Price (FFP). The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Joshua Barbero, and the Contracting Officer, Sharon Jones in either Microsoft Word or Portable Document Format (PDF), via email addresses: (joshua.p.barbero.civ@mail.mil; sharon.v.jones.civ@mail.mil). 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. � No phone calls will be accepted. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1cec9152440843d0891b759762b28391/view)
 
Place of Performance
Address: Fort Hood, TX 76544, USA
Zip Code: 76544
Country: USA
 
Record
SN05543474-F 20200126/200124230150 (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 |
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.