Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2022 SAM #7407
SOURCES SOUGHT

99 -- Logistics and Custodial Management Services at Ames Research Center

Notice Date
3/10/2022 5:53:24 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NASA GLENN RESEARCH CENTER CLEVELAND OH 44135 USA
 
ZIP Code
44135
 
Solicitation Number
80ARC022AA001
 
Response Due
3/22/2022 12:00:00 PM
 
Point of Contact
Jamahel Fayall, Robert Spangler, Phone: 2164335255
 
E-Mail Address
jamahel.r.fayall@nasa.gov, robert.t.spangler@nasa.gov
(jamahel.r.fayall@nasa.gov, robert.t.spangler@nasa.gov)
 
Description
NASA Glenn Research Center (GRC) is hereby soliciting information from potential sources to support the implementation of the Logistics and Custodial Management Services requirement at the Ames Research Center (ARC) in Moffett Field, CA. The National Aeronautics and Space Administration (NASA) GRC is seeking capability statements from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI), and members of the underserved communities as defined by Executive Order 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the Logistics and Custodial Management Services requirement. The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service- Disabled Veteran (SDVOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received. Project Description: The contractor selected for this requirement will be responsible for implementing logistics and other support services that include supply management; equipment management support; property disposal support; janitorial services; refuse and recyclable materials collection, removal, and disposal; shipping, receiving, mail service center, warehousing and re-distribution; fleet management services; reproduction services; and graphics services. The Contractor shall provide support to the following core requirements: Supply Management Equipment Management Support Property Disposal Support Janitorial Services Refuse and Recyclable Materials Collection, Removal and Disposal Shipping, Receiving, Mail Service Center, Warehousing, Re-Distribution and Moving Services Fleet Management Services Business Office Support The North American Industry Classification System (NAICS) Code is 561210 (Facilities Support Services) with Small Business Size Standard of $41.5 million. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov. Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis. Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement of no more than ten (10) pages indicating the ability to perform all aspects of the effort. These pages shall consist of the following: 1. GENERAL INFORMATION: A cover page which briefly describes your company and the types of services performed. This cover page must also include: the names, e-mail addresses, and phone numbers for any points of contacts (POCs), the company�s address, CAGE Code/DUNS number, and the type of business demographic that applies (i.e. small business, large business, women-owned). 2. PAST PERFORMANCE: The Offeror shall also provide contract information on similar contracts over the past three (3) years. This information shall include: the name of customer/agency, types of services provided, type of contract, and total contract value. Whether the contract was a prime or subcontract. If subcontract, please provide details regarding prime contract and your company�s role in supporting the prime contractor. 3. CAPABILITIES: Information describing your company�s capabilities to meet the requirements stated above. This requirement is for Commercial Services as defined in FAR 2.101. Additionally, in support of the Executive Order (EO) 13985, Advancing Racial Equity and Support for Underserved Communities Through the Federal Government, NASA is seeking to advance equity or remove barriers for members of underserved communities related to this requirement. As defined in the EO, Underserved Communities refers to populations sharing a particular characteristic, as well as geographic communities, that have been systematically denied a full opportunity to participate in aspects of economic, social, and civic life, as exemplified by the list in the preceding definition of ""equity."" Equity means the consistent and systematic fair, just, and impartial treatment of all individuals, including individuals who belong to underserved communities that have been denied such treatment, such as Black, Latino, and Indigenous and Native American persons, Asian Americans and Pacific Islanders and other persons of color; members of religious minorities; lesbian, gay, bisexual, transgender, and queer (LGBTQ+) persons; persons with disabilities; persons who live in rural areas; and persons otherwise adversely affected by persistent poverty or inequality. NASA seeks input in the following areas: 1. To support the requirements identified in this request for information (RFI)/sources sought notification, what barriers or opportunities exist to engage subject matter experts from industry and academia and how can those barriers be overcome? How can underserved communities be leveraged? 2. To support the requirements identified in this RFI, what barriers or opportunities exist to partner with subcontractors that employ members of underserved communities, as defined above? 3. What other recommendations would you make to enhance diversity and inclusion? 4. What should be considered to encourage full participation and contribution of organizations and individuals (e.g., outreach efforts and innovative partnerships) in performance of this requirement? All responses shall be submitted electronically via email to Jamahel Fayall, Contract Specialist at Jamahel.R.Fayall@nasa.gov no later than March 22, 2022, at 3:00 PM, EST. Please reference �Logistics and Custodial Management Services � ARC� in any response. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. NASA intends to publicize a listing of respondents in order to facilitate teaming arrangements. Should your firm desire not to be included in this listing, clearly indicate this desire in your response.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d3d251d845bb43d2a8872d6bb08302e1/view)
 
Place of Performance
Address: Mountain View, CA 94043, USA
Zip Code: 94043
Country: USA
 
Record
SN06264103-F 20220312/220310230112 (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.