SOURCES SOUGHT
S -- Sources Sought-Industrial Shop Towel Laundering Services
- Notice Date
- 5/4/2023 8:32:56 AM
- Notice Type
- Sources Sought
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- FA6633 934 AW PK MINNEAPOLIS MN 55450-2100 USA
- ZIP Code
- 55450-2100
- Solicitation Number
- FA663323QA007
- Response Due
- 5/15/2023 1:00:00 PM
- Point of Contact
- Lacie Nowak, Phone: 6127131433
- E-Mail Address
-
lacie.nowak@us.af.mil
(lacie.nowak@us.af.mil)
- Description
- Project Title: Industrial Shop Towel Laundering Services, 934th Minneapolis Air Reserve Station, Minneapolis, Minnesota. The United States Air Force (USAF), at the 934th Minneapolis Air Reserve Station, MN is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman- Owned (WOSB), Service-Disabled Veteran Owned (SDVOSB) small business, and Large Businesses that can provide industrial shop towel laundering services. NOTICE TO OFFEROR(S)/SUPPLIER(S): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. All interested vendors shall submit a response demonstrating their capability to provide industrial shop towel laundering services to the point of contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists currently; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government�s discretion. The NAICS code for this acquisition is 812332, Towel supply services, shop or wiping and the size standard is $41.5 million. The PSC/FSC Code is S209-Housekeeping- Laundry/Dry-cleaning. DESCRIPTION OF WORK: The Contractor shall provide all management, tools, equipment, labor, transportation and supplies necessary to provide industrial shop towel laundering services for the 934th Airlift Wing, Minneapolis-St Paul Air Reserve Station, Minneapolis, MN as defined in this Performance-based Work Statement (PWS). BACKGROUND: The Minneapolis Air Reserve Station anticipates a reoccurring need for shop towel laundering services.� This Performance-based Work Statement (PWS) describes the services required for industrial shop towel laundering for the 934th Airlift Wing, Minneapolis-St Paul Air Reserve Station personnel.� Deliver clean/laundered 18� cotton shop towels to five (5) buildings/shops. Pick up used/soiled towels and transport to contractor�s laundering facility. Each of the buildings/shops will have a separate unique account for billing purposes. Quantities of towels to be delivered for on-hand inventory at each of the buildings/shops, and required frequency of delivery are: Building � Shop� � � � Delivery Frequence� �Delivery Quantity Vehicle Maintenance� �Every 4 weeks� � � 200 Towels Engine Shop� � � � � �Every 4 weeks� � � � � �200 Towels Security Forces� � � �Every 4 weeks� � � � � 67 Towels CE Operations� � � � Every 4 weeks� � � � � �67 Towels ISO Dock� � � � � � � � Every 4� weeks� � � � � �100 Towels (Locations are depicted on base map which will be provided if a solicitation for this requirement occurs.) Points of contact for service coordination at each building/shop will be identified to the contractor. Two of the buildings/shops are located within a controlled area, which will require contractor�s personnel/vehicle to be escorted by a government employee while in that controlled area. In order to complete the delivery/pick-up at those locations, the contractor�s driver will need to notify points of contact upon arrival. The contractor will comply with all applicable local, state and federal regulations pertaining to the handling, transportation, management, laundering, record keeping and disposal of the shop towels and any wastes that result from the laundering process. The contractor must provide a list of the delivery drivers who will perform the delivery/pick-up services. Provide full name, date of birth, and state driver�s license number for each driver, for security screening. Drivers approved for the base �Entry Access List� will be provided with contractor passes/credentials allowing recurring entry onto the Air Reserve Station. Changes to contractor�s assigned drivers for these services need to be communicated at least three business days in advance of a driver�s first arrival. For each service visit, Air Force Reserve security personnel will perform a routine vehicle inspection upon the contractor vehicle�s arrival at the commercial vehicle inspection gate. All privately-owned firearms are prohibited on the Air Force Reserve station. Service visits must be completed between the hours of 7:00 AM and 2:00 PM, Monday through Friday, excluding federal holidays All work performed by the contractor shall be performed in accordance with all applicable laws, regulations, HAF standards, instructions, and commercial practices. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e., SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB).� Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set- aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set- aside decision has been made. Any information submitted by respondents to this Sources Sought is voluntary. This Sources Sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government�s assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement by providing past performance documentation specifically related providing industrial shop towel laundering services and that the 812332 NAICS code is the code in which your firm can support. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Responses shall be submitted electronically to the following e-mail address: Lacie.nowak@us.af.mil All correspondence sent via email shall contain a subject line that reads Sources Sought: Industrial Shop Towel Laundering Service. If this subject line is not included, the e-mail may not get through e-mail filters. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf type files are included in your submittal. RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) 15 May 2023. Direct all questions concerning this requirement in writing to the email addresses listed above. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS REQUIREMENT WHEN/IF IT IS FORMALLY ADVERTISED,�PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT NOTICE.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f0c51c0dc9be444cb98eb79e5ef73398/view)
- Place of Performance
- Address: Minneapolis, MN 55450, USA
- Zip Code: 55450
- Country: USA
- Record
- SN06672943-F 20230506/230504230123 (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 |