Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 27, 2022 SAM #7453
SOURCES SOUGHT

S -- Dugway Proving Ground Custodial Services

Notice Date
4/25/2022 12:09:12 PM
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
W6QM MICC-DUGWAY PROV GRD DUGWAY UT 84022-5000 USA
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-22-R-0003
 
Response Due
5/9/2022 1:00:00 PM
 
Archive Date
06/22/2022
 
Point of Contact
Patricia S Natividad, Paul E. Frailey, Phone: 4358312587
 
E-Mail Address
patricia.s.natividad.civ@army.mil, paul.e.frailey.civ@army.mil
(patricia.s.natividad.civ@army.mil, paul.e.frailey.civ@army.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
SOURCES SOUGHT TECHNICAL DESCRIPTION FOR SERVICES INTRODUCTION The U.S. Army, Mission Installation Contracting Command(MICC), Dugway Proving Ground (DPG), UT is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for DPG Custodial Services. The intention is to procure these services on a competitive basis. MICC DPG Contracting Office will host a site visit, at Dugway Proving Ground BLDG 5330 Contracting Office Conference Room, June 22, 2022, 10:00 am tentatively (see Additional Information Section below). BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT IS ANTICIPATED TO BE AN 8(A) BUSINESS DEVELOPMENT PROGRAM COMPETITIVE SET-ASIDE FOR SMALL BUSINESSES. 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 95% On-Site Government 5% Off-Site Contractor , DPG, Dugway UTAH 84022 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. RESPPONSES 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 INFORMMATION PERTAINING TO THIS REQUIREMENT.� PROGRAM BACKGROUND The U.S. Army Garrison DPG provide child care, youth services, support facilities, family housing units, physical fitness services facilities, and varies other facility to complete DPG�s mission as designated for the requiring activity. In accordance with these assignments, DPG Army Garrison provides an objective for the success to support DPG�s Military, Civilian, and Army Families using the Garrison Facilities a safe and clean environment to work, provide daycare, youth services, and physical fitness etc. REQUIRED CAPABILITIES The Contractor shall provide Custodial Services on USAG Dugway Proving Ground, Dugway, Utah). To include, but are not limited to, the following: cleaning restrooms and kitchens; removing trash and emptying recycle bins; cleaning windows, highchairs, cribs, playpens, and food service areas; vacuuming and spot cleaning carpet, sweeping and mopping floors, and buffing; dusting and scrubbing walls; cleaning upholstered furniture; and other associated work. The Contractor shall provide all management, tools, equipment, and labor necessary to ensure that custodial services are performed. Child care and youth services facilities shall receive Enhanced Service. Fitness centers shall receive Standard Service. For all installation level support facilities that do not fall into Enhanced or Standard Service, they shall be considered Basic Service. The offices, classrooms, and latrines located within warehouses shall receive Basic Service. The Contractor shall ensure all work accomplished in the performance of this PWS meets all applicable Federal, State, and local laws, regulations, and directives. To provide a clean and safe work environment, child services environment, and fitness center environment. Execution of the objective will ensure mission success for the Military, Civilians and Army Families using the Garrison facilities. Services include but not limited to. sweeping, mopping, vacuuming, cleaning/disinfecting sinks, toilets, urinals, and drinking fountains, dusting, interior glass cleaning, buffing floors, and providing supplies to restrooms, kitchens and break rooms. The components or elements of the service: Objective #1 Environments. A clean and safe work environment, child services environment, fitness center environment shall be maintained. Execution of the objective will ensure mission success for the Military, Civilians and Army Families using the Garrison facilities. Objective #2 Regulations and Compliance. The Contractor shall ensure all work accomplished meets all applicable Federal, State, and local laws, regulations, and directives, Objective #3 Records and Reporting. The Contractor shall compile historical data, prepare required reports, and submit all information as specified by the Deliverables presented in the contract. The Contractor shall ensure all work in support of mission requirements tendered to the Government for acceptance conform to the measurable performance standards of quality, timeliness, and quantity specified in the PWS of this contract. The intent is to establish work requirements that are performance-based and results oriented. The Contractor shall determine the best and most cost effective ways to fulfill custodial services and their component needs, emphasizing innovation and commercial best practices. Contractor shall perform custodial services in accordance with the PWS. Objective #4 Demand Maintenance Orders. Demand Maintenance Orders (DMO) may be issued by the Contracting Officer (KO) for Emergency or Special Event Cleaning and other tasks on DPG. The Contractor shall execute cleaning described in the DMO. Objective #5 Quality Control Plan. The Contractor shall develop and maintain a Quality Control Plan approved by the KO. Objective #6 Damages. Damages caused by Contractor employees shall be repaired at no cost to the Government. Objective #7 Program Manager Availability. The Program Manager shall be available after normal duty hours to serve as the central point of contact for Contractor operations The Custodial services are in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Based Work Statement (PBWS) attached to this announcement. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) 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. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: Service Contract Act / Collective Bargaining Unit(CBA) ELIGIBILITY The applicable NAICS code for this requirement is 561720 with a Small Business Size Standard of $19.5 million. The Product Service Code is S201. 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 (SITE VISIT) DPG MICC Contracting Office intends to hold a site visit at the DPG, 5330 Valdez Circle, Dugway, UT on TENTATIVE FOR 22 June 2022. The site visit will start at 10:00 am MST (Mountain Standard Time. This scheduled site visit will enable potential Offerors to further understand the history behind the requirement as well as tour certain areas of specific interest to the DPG for the intended requirement. Attendance at the site visit is not a requirement and in no way will it have any effect on any company from submitting a response to this Sources Sought notice and/or a proposal in response to any forthcoming solicitation. To register for this site visit, send an email to Patricia.S.Natividad.civ@army.mil at by noon (MST) on (TENTATIVE FOR 16 June 2022. The email must provide the business name, address, attendee name(s), a point of contact phone number and email address. The subject line of the email should read DPG Custodial Site Visit�. Specifics, including directions, agenda, question forms, and ground rules will be provided by email upon approved registration. Due to space limitations, no more than two (2) representatives from each potential Offeror will be permitted to attend the site visit. All attendees must provide proof of U.S. Citizenship. This site visit WILL NOT be rescheduled if cancelled due to weather or any other Acts of God. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Statement Work (PWS) are attached for review. (Attachment 1) 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 interested party shall submit in the email there UEIN SAM.gov number along with their current 8(A) status. �The deadline for response to this request is no later than 2 pm, MST 09 May 2022. All responses under this Sources Sought Notice must be e-mailed to Patricia.S.Natividad.civ@army.mil and Paul.E.Frailey.civ@army.mil. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) 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. 6.) 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. 7.) Respondents to this notice also must indicate whether they qualify as an 8(a) company under the Small Business Administration. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of base period of 11 months plus 4 options periods (12 months), with performance commencing in approximately September 2022. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be firm-fixed price. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act and 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, Jane Doe, in either Microsoft Word or Portable Document Format (PDF), via email Patricia.S.Natividad.civ@army.mil and Paul.E.Frailey.civ@army.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. All questions must be submitted to the contract specialist 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e68568d15cb34c3e9963a45be8abc813/view)
 
Place of Performance
Address: Dugway, UT 84022, USA
Zip Code: 84022
Country: USA
 
Record
SN06307313-F 20220427/220425230103 (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.