Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOURCES SOUGHT

X -- Temporary Quarantine Facilities

Notice Date
4/1/2020 9:53:35 AM
 
Notice Type
Sources Sought
 
NAICS
721310 — Rooming and Boarding Houses, Dormitories, and Workers' Camps
 
Contracting Office
NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
 
ZIP Code
92136
 
Solicitation Number
N0024420R0024
 
Response Due
4/8/2020 12:00:00 AM
 
Archive Date
10/01/2020
 
Point of Contact
Alan M. Gonzales
 
E-Mail Address
alan.gonzales@navy.mil
(alan.gonzales@navy.mil)
 
Awardee
null
 
Description
This request for information (RFI) announcement is published for market research purposes only. This market research will be used to help identify business sources in the market. A determination will be made if the required services can be accomplished by a small business. Request that prospective offerors complete and return a Capabilities Statement and line card as described below to determine which contractors possess the capabilities of meeting any potential Government requirement for a quarantine facility. The line card must state if you�re a small business or other than a small business; see the NAICS code below. This should not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach or otherwise reimburse respondents for any costs incurred in preparation of a response to this notice. The Contractor shall provide all facilities and services necessary to place up to 200 personnel into a full quarantine within 30 miles of San Diego, CA. Quarantine facilities shall be fully contained and include, sleeping arrangements, bathrooms (tub/shower, toilet, and sink), meal services, laundry services, and replenishment of amenities, toiletries, and supplies as required. The outcomes of this acquisition are consistent with FAR 37.101 definition of service contracts. The requirement is performance-based and the contract requirements will be presented in clear, specific, and objective terms with measurable outcomes. The requirements will be defined in terms of the work to be accomplished instead of how the work is to be done or the type and level of resource that are required to the work. The Performance Work Statement (PWS) will include measurable performance standards to be achieved and against which the Government can assess whether or not the contractor is successful in meeting the required performance objectives. The metrics to be used to measure the outcomes will be pre-defined performance standards. These performance standards ensure the contractor has the workforce (staffing and skills) and facilities required to adequately support the mission.. These standards are used to describe the Navy��s expectations of the contractor in performance of the contract. Sources Sought: NAVSUP FLC San Diego is seeking information to identify business sources capable of meeting this requirement. The anticipated contract is a Firm Fixed Price service contract with an estimated duration of 60 days. The applicable North American Industry Classification System (NAICS) Code: 721310 Rooming and Boarding Houses, Dormitories, and Workers Camps. Questions and Responses: Questions regarding this RFI shall be submitted in writing by email to the Contract Negotiator Alan M. Gonzales, at alan.gonzales@navy.mil. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the Navy Electronic Commerce Online (NECO) website: https://www.neco.navy.mil/; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 3 April 2020, will be answered. Responses to this RFI are to be submitted and received by 10:00 AM Pacific Time, 8 April 2020 to be considered by the Government. Responses should be single-spaced, Times New Roman, and 12 point font with one inch margins, and compatible with MS Office 2007 and include at a minimum: 1) Name and address of firm; size/ownership (i.e. Small, Small Disadvantaged, 8(a). Disabled Veteran, Veteran, Woman Owned, and HUBZone). 2) A point of contact including name, title, phone, fax, and email. 3) Cage Code and DUNS Number Late responses will not be considered. Responses should provide the businesss DUNS number and CAGE code. Provide a list of the current contract vehicles your services may be procured from, to include the General Service Administration (GSA), Federal Supply Schedule (FSS), and any other government contract vehicle. Marketing brochures and genuine company literature should be provided. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Summary: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. The information provided in response to this RFI will be used to determine how to proceed in the acquisition process for In accordance with FAR 15.201(3), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. If a solicitation is released, it will be synopsized on the Navy Electronic Commerce Online (NECO) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/be0a36c012cc4cd8872b9b96e2503075/view)
 
Record
SN05607744-F 20200403/200401230148 (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  © 1994-2020, Loren Data Corp.