Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2010 FBO #2983
SOURCES SOUGHT

M -- United States Military Academy (USMA) Laundry and Dry Cleaning Services

Notice Date
1/22/2010
 
Notice Type
Sources Sought
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Fort Eustis Contracting Center (W911S0), Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0WESTPOINT
 
Response Due
2/5/2010
 
Archive Date
4/6/2010
 
Point of Contact
Vivian Otto, 757-878-2800
 
E-Mail Address
Fort Eustis Contracting Center (W911S0)
(vivian.otto@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Small Business Sources Sought and Request For Information (RFI): This is a request for information and a sources sought announcement seeking only qualified small businesses in order to determine small business participation and learn about industry practices and other relevant industry information. The Mission and Installation Contracting Command Center - Fort Eustis has a requirement for the operations of the United States Military Academy (USMA) Laundry and Dry Cleaning Facility, West Point, NY. The Contractor shall provide laundry and dry cleaning operations, maintenance, pickup and delivery services. It is the policy of USMA to remain open during adverse weather conditions and to continue full operations in support of the mission. This contract consists of the major categories of Laundry and Dry Cleaning (L&DC) service provided and other functional areas indicated below, but not limited to the following: a. Organizational Bulk b. Medical Treatment Facility (MTF) c. Individual Piece Rate (IPR) Cash and Carry L&DC d. Cadet L&DC Service e. Custodial Service and Grounds Maintenance f. Facilities Upkeep and Minor Maintenance g. Equipment Maintenance h. Operation of Call Offices i. Processing of Claims j. Pick-up and Delivery Service k. Conducting Periodic Cadet Tours of the Laundry Facility USMA is a world-renowned military institution and a national historical landmark. These facts have an impact on the style, quantity and quality of the articles brought in to be processed. These items will include the following: Army-Navy tablecloths (hand processed) Flacoti rugs (cleared and combed) Gowns (lace and beaded hand processed) Museum historical uniforms and flags, etc. Oriental and domestic rugs (dry cleaned maximum size limit 3 X 5) Wedding gowns, heirlooms (hand processed) In keeping with its area support mission, USMA has interservice support agreements (ISSAs) to provide laundry service to other Department of Defense components such as other active Army units, Air Force, Navy, Marine Corps, National Guard, Reserve and other Governmental agencies. All work shall be accomplished in accordance with AR 210-130, Laundry and Dry Cleaning Operations, dated 22 February 2005, and DA Pam 210-9, Laundry and Dry Cleaning Operation Procedure, dated 15 March 2002. The Contractor shall provide pickup and delivery service for USCC Monday-Friday as required. If a holiday falls on a scheduled pickup or delivery day, the schedule for the remainder of the week will skip on day; i.e., Monday is a holiday, therefore Monday pickups will be made on Tuesday, Tuesdays pick ups on Wednesday, etc. The Corps of Cadets may require special emergency service. These emergency services shall be for individuals or groups. The Contractor shall also provide 24-hour service for cadets who are being separated from the Academy. Special services may also be necessary each year the day the new incoming class arrives at West Point (R-Day). These services shall receive priority processing. Turnaround time will be based on the volume of items to be processed and the requirements of the Corps of Cadets. In the event that the cadets full dress coats become wet during the Graduation Parade, it shall be necessary to the Contractor to work at night to have the coats dried, cleaned and returned for graduation ceremonies the following day. The Contractor shall insure that all items processed through dry cleaning are clean, free of wrinkles and without odor. Blankets and comforters shall be steam finished through the steam tunnel. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool (FAR Part 10) being used to determine potential 8(a) SDB and other small business firms capable of providing the services described herein prior to finalizing the method of acquisition and issuance of a Request for Proposal. The NAICS contemplated for this requirement is 812332 with a size standard of $14.0M. The incumbent contractor is Penn Enterprises, Inc, West Point, NY. The current Contract is W911SD-05-C-0007. We anticipate award of a phase-in and base period of not to exceed 1 year plus an additional four 1-year option periods. It is the Governments intention to make this acquisition an 8(a) set-aside; however, the current capabilities of industry must be confirmed. As such, only small businesses may respond. The Government is not be obligated to and will not pay for any information received from respondents as a result of this RFI. The Contract Type is anticipated to be a Firm Fixed Price (FFP). All services will be performed on U.S. Military Academy, West Point, NY. PART I Capabilities Packages It is requested that interested small businesses submit a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed in this Sources Sought notice. A generic capability statement is not acceptable. Please review carefully the requirements listed below. Your documentation must address, at a minimum, the following: (1) title of the Sources Sought you are applying to; (2) company profile to include number of employees, revenue for the last 3 years, office location(s), DUNS number, CAGE Code, and a statement regarding current small/large business status and certification of 8(a) status and/or other small business status (i.e. VOSB, SDVOSB, WOSB, SDB, and HUB Zone); (3) prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein; (4) resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the installation specified; (5) management approach to staffing this effort with qualified personnel; (6) statement regarding capability to meet surge demand; (7) companys ability to begin performance upon contract award. PART II Market Research Questions (there is no page limit to this portion of response) 1. What transition period would be adequate prior to start of work; 2. What information and workload data is necessary to adequately scope the requirement as a Firm Fixed Price (FFP) effort? 3. What risks do you foresee in utilizing a FFP contract and how would you recommend mitigating these risks? 4. Would you consider this acquisition a commercial service as defined in FAR Part 2.101? What portions of the requirement would you consider non-commercial? 5. Provide any other applicable comments or recommendations not addressed above. The capability statement package and market research responses shall be sent to Ms Vivian Otto, Contract Specialist, Mission and Installation Contracting Command Center Fort Eustis, 2746 Harrison Loop, Fort Eustis, VA 23604. E-mail responses are preferred to vivian.otto@us.army.mil. Submissions must be received at the office cited no later than 4:00 p.m. (Eastern Standard Time) on 5 February 2010. Questions or comments regarding this notice may be addressed to Vivian Otto via email at vivian.otto@us.army.mil or to Ms Sharon Morrow at 757-878-3166 ext 3221. All responses must include the following information: Company Name; Company Address; and Point-of-Contact (POC) name, phone number, and e-mail address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/48b1f4805c7e09a49e94d67322b3ae5d)
 
Place of Performance
Address: Fort Eustis Contracting Center (W911S0) Building 2798, Fort Eustis VA
Zip Code: 23604-5538
 
Record
SN02047596-W 20100124/100122235302-48b1f4805c7e09a49e94d67322b3ae5d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.