Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2024 SAM #8200
SOURCES SOUGHT

S -- Facility Support For Pest Control, Custodial, Solid Waste Management, Grounds Maintenance & Landscaping, & Pavement Clearance Services.

Notice Date
5/8/2024 1:58:04 PM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008523R2532
 
Response Due
10/31/2022 11:00:00 AM
 
Archive Date
05/30/2024
 
Point of Contact
SUSAN C. ROBERTS, Phone: 7573410091
 
E-Mail Address
susan.roberts2@navy.mil
(susan.roberts2@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
N40085-23-R-2532 FACILITY SUPPORT FOR PEST CONTROL, CUSTODIAL, SOLID WASTE MANAGEMENT, GROUNDS MAINTENANCE & LANDSCAPING, & PAVEMENT CLEARANCE SERVICES. THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice. There will not be a solicitation, specifications, or drawings available at this time.� This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources. Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT) Contracting is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability to perform a proposed contract. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government. A Facility Support, Indefinite Delivery, Indefinite Quantity (IDIQ) contract with recurring and non-recurring work performance-based contract is anticipated. The total contract term including the exercise of any options, shall not exceed 60 months. Source Selection procedures will be used to evaluate and select the proposal that is most advantageous to the Government. The Contractor shall provide all labor, management, supervision, tools, materials and equipment required to perform Facility Support Services at Navy Operational Support Center (NOSC) Plainville, CT; NOSC New York City, NY; NOSC Quincy, MA; NOSC White River Junction, VT and Naval Historical Center-Detachment Boston, MA. Contractor may be asked to perform services at other facilities under the AOR (Area of Responsibility) of PWD Maine. General Work Requirements: The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform the following: 1503010 � Custodial:� Emptying of Waste Containers, Restroom Cleaning, Restroom Supplies, Wet Mopping, Vacuuming Carpets and Rugs, Sweeping and Dust Mopping, High and Low Area Cleaning, Emptying Waste Containers. The intent of 1503010 Custodial is to specify the requirements related to the cleaning of facilities.� Custodial requirements consist mainly of services that ensure the cleanliness of working environments.� 1503020 - Pest Control: The Contractor shall perform pest control services in conformance with the Integrated Pest Management Plan (IPMP) to prevent and control the following pests: nuisance, structure damaging, lawn, turf and ornamental, and public health pests and invertebrate pests:� cockroaches, termites, bees, wasps, ants, fleas, silverfish, stored product pests, mosquitoes and bedbugs.� Vertebrate pests: mice, rats, bats, feral dogs and cats, other nuisance mammals, pigeons and other nuisance birds.� � 1503030 - Integrated Solid Waste Management The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to provide refuse collection, disposal and recycling services. The intent of 1503030 Integrated Solid Waste Management is to specify the requirements related to the collection and disposal of solid waste and recyclable materials. The Contractor shall provide collection of residential, commercial, and industrial solid wastes to ensure refuse, non-recyclables and recyclables are properly collected; and dispose of solid waste to ensure compliance with all applicable local, state, and federal laws and regulations. Provide containers suitable for the collection and disposal of solid waste. 1503050 - Grounds Maintenance and Landscaping The intent of 1503050 Grounds Maintenance and Landscaping is to specify the requirements related to prestige areas, lawns, fields, operational areas, and storm water system operation and maintenance, such as: mowing, trimming, edging, trash and debris removal, aeration, dethatching, fertilization, irrigation systems operation and maintenance, tree maintenance, tree control, vegetation and weed control within the installation. 1503060 - Pavement Clearance The intent of 1503060 Pavement Clearance is to specify the requirements related to pavement sweeping and snow removal operations. The contractor shall sweep roads and other paved surfaces to ensure paved surfaces are clear; provide snow and ice removal services to ensure paved surfaces are safe and passable, and manage snow piles and windows to ensure streets, roads and parking lots parking lots can be cleared to their full width and maintain safe visibility for motorist. All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation.� All qualified firms are encouraged to respond. The appropriate NAICS Code is 561210, size standard $41.5 million. It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following: � �(1) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the AOR. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. Size:� Facility Support services contract with a yearly recurring services for at least $740,000 for recurring services.� Non-recurring values for infrequent work will not be considered similar in size. Scope: �The Offeror must have provided all labor, supervision, tools, material, and equipment required to perform Facility Support services, i.e. Custodial, Pest Control, Integrated Solid Waste Management, Grounds Maintenance & Landscaping and Pavement Clearance Services as defined in the RFP. Complexity:� The Offeror must have been responsible for responding simultaneously to requirements for several customers or installations and supporting annexes.� (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, DUNS number, and CAGE Code. (3) Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business. (4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company�s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Electronic submission will be accepted.� Responses to this Sources Sought Notice shall be emailed to susan.c.roberts4.civ@us.navy.mil, and must be received no later than 2:00 PM Eastern Standard Time on 31 October 2022. Questions regarding this sources sought notice may be emailed to Susan C. Roberts at susan.c.roberts4.civ@us.navy.mil or via telephone at (757) 341-0091.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3fa8db64116e419980fb878c2a86f98d/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07057757-F 20240510/240508230051 (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.