Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2020 SAM #6740
SOURCES SOUGHT

S -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT FOR CUSTODIAL SERVICES- DISINFECTION SERVICES FOR COVID-19 AT PORTSMOUTH NAVAL SHIPYARD, KITTERY MAINE

Notice Date
5/11/2020 10:23:10 AM
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008520R2531
 
Response Due
5/15/2020 11:00:00 AM
 
Archive Date
05/30/2020
 
Point of Contact
Dawn R Fernando, Phone: 2074385551, Nicholas Bartolomei, Phone: 9044384609
 
E-Mail Address
dawn.fernando@navy.mil, nicholas.bartolomei@navy.mil
(dawn.fernando@navy.mil, nicholas.bartolomei@navy.mil)
 
Description
IDIQ CONTRACT Point of Contact:� Dawn Fernando, dawn.fernando@navy.mil Sources sought for Custodial Services at Portsmouth Naval Shipyard (PNSY), Kittery, Maine.� Naval Facilities Engineering Command MIDLANT (NAVFAC ML) is seeking qualified contractors to perform COVID-19 janitorial services for Portsmouth Naval Shipyard in Kittery Maine.� SERVICES DESCRIPTION. The purpose of this notice is to gain knowledge of qualified and interested parties to perform disinfection services for COVID-19.� The type of solicitation to be issued will depend upon responses to this sources sought notice. Any resulting contract will be a non-recurring work/ indefinite delivery indefinite quantity (IDIQ) contract. The contract term may be two years, with a minimum guarantee of $5000. Anticipated performance start date is June of FY20. Requirements include cleaning and disinfection of high-touch surfaces in approximately 83 buildings at Portsmouth Naval Shipyard, once per day/once per shift (10 buildings have multiple shifts).� High touch point areas include: light switches door knobs/handles/keypads/crash bars for entrance and interior doors including restrooms elevator operation buttons inside and outside elevator car elevator rails inside of car water cooler dispensing handles and/or buttons staircase/stairwell/handicap ramp handrails cabinet drawer handles on Cribmaster or similar cabinets, hand scanners attached to the cabinets used for bar code scanning Kitchenette faucets, countertops, refrigerator doors/handles, coffee maker controls, pot handles, toasters/toaster oven/microwave controls, cabinet doors/drawer handles & knobs� Cleaning and disinfection services shall comply with the Centers for Disease Control and Prevention (CDC) recommendations.� Cleaning agents used shall be EPA approved for use against COVID-19. In addition, this requirement will include restocking all sanitation stations located in 83 buildings throughout the shipyard.� There are approximately 342 stations in total.� Each station includes (1) Purell/GoJo model LTX-12; 115 stations also include (1) container of wipes and (1) XL box of gloves.� The Government will use the sources sought responses along with other market research to make various determinations regarding procurement of COVID-19 disinfection services. The estimated Not-To-Exceed (NTE) amount for this procurement is $4 million, with a minimum guarantee of $5000. The North American Industry Classification System (NAICS) is 561720, Janitorial Services. The small business size standard for this NAICS is $19,500,000. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit a Capability Statement consisting of appropriate documentation, literature, brochures, and references. Capability documentation is anticipated to be one to five pages. Respondents must include references and a capability statement for at least two contracts within the last seven years that are similar to custodial services, of similar size, scope and complexity. Each reference shall include the company name and title, telephone number, email address and point of contact. Interested sources are invited to respond to this Sources Sought announcement by using the forms provided under separate file titled �Sources Sought � Contractor Information Form.� 1) Contractor Information: Provide your firm�s contact information including CAGE code and DUNS number. 2) Subcontractors: If known, provide subcontractor partnerships (Optional) 3) Relevant Experience The Capabilities Statement for this sources sought is not expected to be a proposal but rather short statements regarding the company�s ability to demonstrate existing- or developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. Capabilities Statements must be submitted in writing via email; phone calls will not be accepted. Interested parties should respond as soon as possible but no later than 2:00PM,�15 May 2020. Responses to this Sources Sought Notice shall be emailed to dawn.fernando@navy.mil with a copy response to nicholas.bartolomei@navy.mil. Please identify in the subject line of your response. Please identify in the subject line of your response: SOURCES SOUGHT Disinfection for COVID-19. Questions or comments regarding this notice may be addressed to:� dawn.fernando@navy.mil. THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. THE GOVERNMENT WILL USE RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS.� IN ORDER TO PROTECT THE PROCUREMENT INTEGRITY OF ANY FUTURE PROCUREMENT, IF ANY, THAT MAY ARISE FROM THIS ANNOUNCEMENT, INFORMATION REGARDING THE TECHNICAL POINT OF CONTACT WILL NOT BE GIVEN AND NO APPOINTMENTS FOR PRESENTATIONS WILL BE MADE.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/03d3feaa186d447dae04248445eef7d7/view)
 
Place of Performance
Address: Kittery, ME 03904, USA
Zip Code: 03904
Country: USA
 
Record
SN05653711-F 20200513/200511230213 (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.