United States - Laundry and Dry Cleaning Services ,West Point
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 19 April 2019
- Opportunity publication date
- 06 April 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Apr 05, 2019 11:51 am
SOURCES SOUGHT SYNOPSIS
LAUNDRY AND DRY CLEANING SERVICES AT WEST POINT
W911SD19R0039
This is a Sources Sought Notice only. The U.S. Army Garrison West Point, desires to procure the services required to operate a Government Owned Contractor Operated (GOCO) Laundry facility at West Point to provide support of the 4,400 members of the United States Corps of Cadets. Laundry and Dry Cleaning contract service is to clean and press textiles, garments, linens, OCIE and other fabrics for Active and Reserve components on a direct or reimbursable basis and is in direct support of organizational health and sanitation requirements and meal preparation attire as it relates to life, health and safety. This will be a small business set-aside basis, provided 2 or more qualified 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 Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is 812332 Industrial Launderers with a size standard of $38.5 Million.
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. [Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable.]
4. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.
5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. Is there a better way to identify tower size other than single or double towers? Any and all feedback is appreciated.
6. 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 210.466.3015, 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 FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
8. Please include the solicitation number W911SD-19-R-0039 in your email response to preclude your reply being treated as JUNK or SPAM.
- Opportunity closing date
- 19 April 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Army MICC - West Point United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.