Installation Custodial Service

expired opportunity(Expired)
From: Federal Government(Federal)
W91151-19-R-0041

Basic Details

started - 28 Aug, 2019 (about 4 years ago)

Start Date

28 Aug, 2019 (about 4 years ago)
due - 11 Sep, 2019 (about 4 years ago)

Due Date

11 Sep, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
W91151-19-R-0041

Identifier

W91151-19-R-0041
Department of the Army

Customer / Agency

DEPT OF DEFENSE (708577)DEPT OF THE ARMY (133039)AMC (72591)ACC (74966)MISSION & INSTALLATION CONTRACTING COMMAND (25821)418TH CSB (3743)W6QM MICC-FDO FT CAVAZOS (842)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOURCES SOUGHT FORINSTALLATION CUSTODIAL SERVICEFORT HOOD, TEXASINTRODUCTIONThe Mission and Installation Contracting Command (MICC) - Fort Hood, Texas is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest and the resources to support the requirement for Installation Custodial Service. The intention is to procure these services on a competitive basis.BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Be advised that the U.S. Government may 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 (HUB) Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.DISCLAIMER"THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP). IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY IS/ARE ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT."REQUIRED CAPABILITIESThe Contractor shall provide Custodial Services on Fort Hood, Texas. The work will include cleaning restrooms and kitchens; removing trash and emptying recycle bins; cleaning windows and food service areas; vacuuming and spot cleaning carpet; sweeping, mopping and buffing floors; dusting and scrubbing walls; and cleaning upholstered furniture. The work will be performed in an estimated 485 buildings with an estimated 3.4 million maintainable square feet; on the Fort Hood Main Cantonment, West Fort Hood and North Fort Hood.If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated, organizations should address the administrative and management structure of such arrangements.The Government will evaluate market information to ascertain potential market capacity to:1) Provide services consistent and in scope and scale, with those described in this notice and otherwise anticipated;2) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements;3) Implement a successful project management plan that includes procedures and approaches for compliance with tight program schedules, cost containment, meeting and tracking performance, hiring and retention of key personnel, and risk mitigation, and4) Provide services under a performance based service acquisition contract.SPECIAL REQUIREMENTS:• Quality control is the responsibility of the Contractor.• Key Personnel.o The Contractor shall provide a Program Manager who is responsible for the performance of the work. The Program Manager shall have full authority to act for the Contractor on all contract matters relating to daily operation of the contract.o Contractor personnel performing work under this contract shall have and maintain the minimum Fort Hood Installation access background or security clearance at time of the contract start date and for the life of the contract. The Program Manager and any individuals designated as key personnel shall be able to understand, speak, read, and write the English language.o Language Proficiency. Contractor employees shall meet United States (U.S.) Department of State Language Proficiency Level 3 - Minimum Professional Proficiency standards. This requires that they be able to speak the language with sufficient structural accuracy and vocabulary to participate effectively in most formal and informal conversations on practical, social, and professional topics. Also they must be able to read standard newspaper items addressed to the general reader, routine correspondence, reports, and technical materials in the individual's special field).o All Contractor employees shall be legal U.S. residents.• The Contractor shall provide all management, tools, equipment, and labor necessary to ensure that the required custodial services are performed.• The proposed requirement is anticipated to include taskings that would be accomplished by labor categories that are subject to the Service Contract Labor Standards and a collective bargaining agreement.• Insurance- Federal Acquisition Regulation (FAR) clause 52.228-5, Insurance - Work on a Government Installation, is applicable to this requirement. The following types of insurance and "minimum" amounts are required for this requirement:Workers' Compensation (See Note), $100,000Comprehensive General Liability Insurance for Bodily Injury, $500,000 per occurrenceComprehensive Automobile Liability:$200,000 per person$500,000 per occurrence for bodily injury$20,000 per occurrence for property damagesNOTE: Workers' Compensation will be provided as regulated by the Division of Workers' Compensation, issued by a Texas Department of Insurance (TDI) licensed insurer, regulated by the TDI and guaranteed by the Texas Property and Casualty Insurance Guaranty Association.ELIGIBILITYThe applicable North American Industry Classification System (NAICS) code for this requirement is 561720 Custodial Services, with a Small Business Size Standard of $19.5 million. The Product Service Code is S201 Housekeeping-Custodial Janitorial Services. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)Interested parties are requested to submit a capabilities statement using Microsoft Word or Portable Document Format (PDF) of no more than ten (10) pages in length. The deadline for response to this request is no later than 2:00 pm, Central time, 11 September 2019. All responses under this Sources Sought Notice must be e-mailed to Mary Chamberlin, Contract Specialist, mary.a.chamberlin4.civ@mail.mil and Drexie Jennings, Contracting Officer, drexie.t.jennings.civ@mail.milThis documentation must address at a minimum the following items:1.) What type of work has your company performed in the past in support of the same or similar requirements? Was this performed as a prime contractor or a subcontractor? Was this for Government or commercial work?2.) Can or has your company managed a task of this nature? If so, please provide details. Can or has your company managed a task of this scale? If so, please provide details.3.) Can or has your company managed a team of subcontractors before? If so, provide details.4.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, prime contractors under small business programs must agree that they will not pay more than 50% of the amount they receive from the government to subcontractors that are not similarly situated.5.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, and Commercial and Government Entity Code (CAGE).6.) Respondents to this notice also must indicate whether they qualify as a Small business, including, 8(a) Business Development Program, Small Disadvantage Business, HUB Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concern.The estimated period of performance consists of a phase-in/phase-out, 11 month base period, and four 12 month option periods with performance commencing tentatively in August 2020. Specifics regarding the number of option periods will be provided in the solicitation.The contract type is anticipated to be Fixed Price.Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.No phone calls will be accepted.All questions must be submitted to the Contract Specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. 

MICC - Fort HoodLocation

Address: MICC - Fort Hood

Country : United StatesState : Texas

Classification

NAISC: 561720 GSA CLASS CODE: S
naicsCode 561720Janitorial Services
pscCode SLandscaping/Groundskeeping Services