LRC Post Laundry
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159313874768489 |
Posted Date: | Oct 29, 2022 |
Due Date: | Nov 1, 2022 |
Solicitation No: | PANMCC-22-P-0000006032 |
Source: | https://sam.gov/opp/17847f96ec... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Oct 28, 2022 01:28 pm EDT
- Original Response Date: Nov 01, 2022 11:00 am EDT
- Inactive Policy: Manual
- Original Inactive Date: Jan 15, 2023
-
Initiative:
- None
- Original Set Aside:
- Product Service Code:
-
NAICS Code:
- 812320 - Drycleaning and Laundry Services (except Coin-Operated)
-
Place of Performance:
Fort Knox , KY 40121USA
SOURCES SOUGHT SYNOPSIS
THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure Laundry and Dry Cleaning (L&DC) services at Fort Knox, KY to include the launder and press of fabrics, textiles, garments, linens, and specified Organizational Clothing and Individual Equipment (OCIE) for Active and Reserve Components. We are seeking to award this on a woman owned small business set-aside basis, provided 2 or more qualified woman owned small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.
This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 812320, drycleaning and laundry services (except coin-operated). Small Business Size Standard is $7.0M.
A continuing need is anticipated for the laundry services, there is a current contract for this requirement. Attached is the draft Performance Work Statement of Work (PWS).
In response to this sources sought, please provide:
1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.
2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.
3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.
4. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.
5. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the SAM.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
6. Recommendations to improve the approach/specifications/draft PWS to acquiring the identified items/services.
7. Limitations on subcontracting and nonmanufacturer rule do not apply to small business set-asides for contracts at or below the Simplified Acquisition Threshold (SAT). It does apply to 8(a), HUBZone, SDVOSB, EDWOSB, and WOSB set-asides regardless of the dollar value of the award. See Federal Acquisition Regulation (FAR) 52.219-14 Class Deviation 2021-O0008 - Limitations on Subcontracting for Small Business (10 September 2021)
8. All WOSB firms need to take action in beta.certify.sba.gov in order to compete for WOSB Federal Contracting Program set-aside contracts.
- KO DIRECTORATE OF CONTRACTIN BLDG 1109B RM 250
- FORT KNOX , KY 40121-5000
- USA
- Ranetta M. DeRamos
- ranetta.m.deramos.civ@army.mil
- Phone Number 5026248061
- Samuel M. Henderson
- Samuel.M.Henderson1.civ@army.mil
- Phone Number 5026242206
- Oct 28, 2022 01:28 pm EDTSources Sought (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.