Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 11, 2022 SAM #7559
SOURCES SOUGHT

S -- Snow Removal

Notice Date
8/9/2022 6:55:37 AM
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-22-R-SNOW
 
Response Due
8/25/2022 9:00:00 AM
 
Point of Contact
Brandon James Rivett, Eileen Emond
 
E-Mail Address
brandon.j.rivett.civ@mail.mil, eileen.emond.civ@army.mil
(brandon.j.rivett.civ@mail.mil, eileen.emond.civ@army.mil)
 
Description
The United States (US) Army Garrison Directorate of Public Works (DPW) is seeking information to provide snow removal services at the US Army Natick Soldier Systems Center (NSSC), General Greene Avenue (formerly Kansas St.), Natick, MA. This is not a Solicitation (i.e., Request for Proposal, Request for Quotation, or Invitation for Bids) or an indication that the Army Contracting Command (ACC) will contract for the services contained in the Sources Sought. This Sources Sought is part of a Government market research effort to determine the scope of industry experience, capabilities and interest and will be treated as information only. This market survey is for planning purposes only. �The NAICS for this requirement is 561730 with a size standard of 8,500,000.00. � Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this Sources Sought are strictly voluntary and no reimbursement will be made by the Government to respondents for information provided in response to this Sources Sought. Responses to this Sources Sought will not be returned and respondents will not be notified of the result of the review. If a Solicitation is issued, it will be announced on the System for Award Management website https://sam.gov/ at a later date, and all interested parties must respond to that Solicitation announcement separately from any response to this announcement. This Sources Sought does not restrict the Government's acquisition approach on a future Solicitation.� DESCRIPTION OF REQUIREMENTS/BACKGROUND: The US Army is soliciting information from industry to provide snow removal services at the US Army Natick Soldier Systems Center (NSSC), General Greene Avenue (formerly Kansas St.), Natick, MA. PROJECT DESCRIPTION: Please provide a brief capabilities statement package (no more than 5 pages in length, single spaced, 10-point minimum font) demonstrating your ability to meet the following requirements: The Contractor shall provide pavement clearance services, to include snow and ice removal services and street sweeping on paved driving/parking areas, side streets and sidewalks as annotated on Technical Exhibit (TE) 01 - USAG-Natick Snow and Ice Removal Plan.� Services shall commence when snow height exceeds 1 inch, or when (any measurement) of ice or icing snow accumulation occurs in accordance with (IAW) the installation�s Snow, Ice and Sand Removal Plan and from the Contracting Officer�s Representative (COR) or Alternate Contracting Officer�s Representative (ACOR). � Historically, there have been approximately 20 snow or icing storm events annually that required activation of the Snow, Ice, and Sand Removal Plan.� Follow-up service shall continue as weather conditions dictate.� Storm classification will be determined by the COR/ACOR. See Section 5.0 of the attached Performance Work Statement for the specific CLS or Functional Area (FA). See Technical Exhibit (TE) 02 CLS 408, and Technical Exhibit (TE) 03 Annex G Snow and Ice Removal Performance Work Statement (PWS). Period of Performance: The anticipated period of performance will be for 1 (one) year followed by 4 (four) optional years for a total of 5 (five) years. ADMINISTRATIVE: The Government is conducting this market research to identify potential manufacturers/vendors, and acquire information on the types and sizes of businesses that will be able to compete on future contracting actions, potential costs, and delivery capabilities. Any relevant company background/experience, business category, costs, and other information that the company believes demonstrates their value/ability to meet the aforementioned requirements, should be included. All information and evaluation results will be Controlled Unclassified Information (formerly referred to as For Official Use Only) and used for Government purposes only. Proprietary/Competition Sensitive information (appropriately marked) will be protected from disclosure to the greatest extent practical, however it is preferred that respondents do not provide proprietary or otherwise restricted responses. Technical capability statements and any questions shall be submitted to Mr. Brandon Rivett brandon.j.rivett.civ@army.mil and Ms. Eileen Emond eileen.emond.civ@army.mil by 12:00 PM EST on 25 August 2022. No requests for extensions will be honored. Late responses will not be considered. This notice is for information only. THIS IS NOT A REQUEST FOR QUOTATION. No solicitation document exists for this action. The results of this Sources Sought will be used to determine the method of soliciting this requirement, i.e., 100% set-aside for Small Business, Sole Source, or on an Unrestricted basis.� After review of the submitted Sources Sought, ACC-APG, Natick Contracting Command will release a Combined Synopsis/Solicitation to Industry regarding the acquisition strategy/decision (i.e., Unrestricted, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Service-Disabled Veteran-Owned Business Set Aside, Sole Source).� It is anticipated that the Combined Synopsis/Solicitation will be posted in August 2022.� The resulting Contract will use Firm Fixed Price (FFP) provisions. Rough Order of Magnitude $1,000,000 to $5,000,000. Places of Performance: See attachments for places of performance. *Required Please identify: Company Name * Company Size * CAGE Code* Contact Person�s First & Last Name * Contact Person�s Email * Contact Person�s Telephone *
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8f37b569558f460899591df783a33e77/view)
 
Place of Performance
Address: Natick, MA 01760, USA
Zip Code: 01760
Country: USA
 
Record
SN06420244-F 20220811/220809230124 (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.