The RFP Database
New business relationships start here

Dining Facility Attendant Services


Washington, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Mission and Installation Contracting Command (MICC), Joint Base Lewis-McChord (JBLM), Washington, in support of FT Bliss, Texas' Logistics Readiness Center (LRC) is conducting preliminary planning market research to obtain information from potential and eligible contractors for a single award Firm Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ), non-personal services contract for Dining Facility Attendant services.

The NAICS code is: 561720 Janitorial Services. This industry comprises establishments primarily engaged in custodial services, cleaning building interiors, interiors of transportation equipment (e.g., aircraft, rail cars, ships), and restaurant kitchen cleaning services. The size standard is $18.0 Million.


In accordance with Federal Acquisition Regulation (FAR) 10.001(a)(3)(i), in order to determine if sources capable of satisfying the agency need exists, the Government will consider all Sources Sought Synopsis responses received, particularly those received from small businesses. Responses to this synopsis permits the contracting officer, in accordance with FAR 19.203(c), to consider an acquisition for small business socioeconomic concerns (e.g., Small Disadvantaged Business (SDB), 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB) programs) and to consider a small business set-aside (see 19.502-2(b)). Small businesses, in all socioeconomic categories, are highly encouraged to identify capabilities in meeting the requirements at fair market prices.


Interested contractors should have a successful history of providing Janitorial/Custodial services for, but not limited to, dining facilities and kitchens. The proposed IDIQ contract shall be for a one-year base period and not to exceed a total of four option years.

Please see attached DRAFT Performance Work Statement (PWS) for additional information. The DRAFT PWS is subject to change.


All responses will be used to determine the appropriate acquisition strategy for a future acquisition. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this synopsis is to invite interested vendors to submit capability statements demonstrating their ability to provide the services listed in the DRAFT PWS and to receive comments, questions or recommendations concerning the DRAFT PWS. The Government will not post responses or answers to submitted comments, questions, or recommendations.


If issued, all notices, the Request for Proposal, and related documents or updates will be available solely on the Federal Business Opportunities (FBO) website (https://www.fbo.gov). Interested parties are responsible for monitoring the FBO website for the posting of any solicitation or subsequent updates.


This Sources Sought Synopsis is submitted in accordance with 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997). This Sources Sought Synopsis is for planning purposes only and shall not be construed as a Request for Proposal, Invitation for Bids or as an obligation of the part of the Government to acquire any services. Responses to this Sources Sought Synopsis shall not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. No solicitation exists and solicitation requests will not be acknowledged. MICC-JBLM will not accept unsolicited proposals related to the subject of this Sources Sought Synopsis. Do not provide information considered sensitive or proprietary. Responders are solely responsible for all expenses associated with and incurred by responding to this Sources Sought Synopsis. The Government reserves the right to determine how it should proceed because of this synopsis.


Interested potential contractors shall limit their response to this Sources Sought Synopsis to a maximum of ten pages.


In response to this Sources Sought Synopsis, please provide:


1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size ,and if applicable, 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. 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.


3. Interested firms are encouraged to submit comments, questions or recommendations about the DRAFT PWS. The Government will not post responses or answers to submitted comments, questions, or recommendations.


4. Interested source shall submit responses no later than 12:00 PM Pacific Standard Time (PST) on 1 May 2017 via email to Al Nolasco at alfonso.nolasco.civ@mail.mil with a courtesy copy to the Contracting Officer, Jake Jacobs at charles.f.jacobs12.civ@mail.mil


Alfonso Nolasco, Contract Specialist, Phone 2539820105, Email alfonso.nolasco.civ@mail.mil - Charles F. Jacobs, Contracting Officer, Phone 253-982-3862, Email charles.f.jacobs12.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP