Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2010 FBO #3059
SOURCES SOUGHT

S -- Sources Sought Notice: Base Operating Support Services at Patuxent River Naval Air Station, Patuxent River, MD

Notice Date
4/8/2010
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
N40080 NAVFAC WASHINGTON, NAS PATUXENT RIVER/FEAD 22445 Peary Road Bldg 504 Patuxent River, MD
 
ZIP Code
00000
 
Solicitation Number
N4008010RPAXR
 
Response Due
4/29/2010
 
Archive Date
5/14/2010
 
Point of Contact
Thomas Conrow 301-757-1001 or thomas.conrow@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS ANNOUNCEMENT CONSTITUTES A SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. Market research is being conducted to identify potential offerors capable of providing base operating services. Department of Navy, Naval Facilities Engineering Command (NAVFAC) Washington, Public Works Department Patuxent River Naval Air Station, is interested in gaining knowledge of potential qualified small business firms capable of performing the following work: The work under this contract is performed at Naval Air Station, Patuxent River, Maryland; Webster Field Annex, St. Inigoes, Maryland; Solomon's, Maryland by means of a combination firm-fixed price (FFP) and indefinite delivery-indefinite quantity (IDIQ) contract. A minor amount of work shall be performed at the following outlying locations: Point No Point, St. Mary's County MD; St. James, St. Mary's County MD; Bay Forest, St. Mary's County MD; Bishop's Head, Eastern Shore MD; USS Tuilip Memorial, St. Mary's County MD; Tippett Road, St. Mary's County MD. The contractor shall provide all labor, management, supervision, tools, material and equipment required to perform the following: pest control, grounds maintenance, street sweeping, snow removal operations, janitorial services, and base support vehicles and equipment (transportation) maintenance. The estimated value of this action is more than $10 million per year. Performance period is a one year base with four one year options and potentially three one year award options. It is requested that interested businesses submit to the contracting office a brief capabilities statement package, no more than 15 pages in length including all attachments, resumes, charts, etc. (single-spaced, 12-pt font minimum) that clearly details the firm's ability to perform the aspects of this notice described above. The package must include the following: (1) Relevant Experience to include experience in performing efforts of similar size, scope, and complexity within the last five years, including contract number, indication whether a prime or subcontractor, contract value, Government/ Agency point of contact and current telephone number; and a brief description of how the contract(s) referenced relate(s) to the technical services described herein including the equipment used to perform the work; and (2) Company Profile to include certification, number of employees, office location(s), DUNS number, CAGE code, and a statement regarding small business designation and status. The North American Industry Classification Standard (NAICS) Code for this project is 561210 with a corresponding size standard of $35,500,000. All identified small businesses are encouraged to respond to this Sources Sought Notice. Contractors are reminded that" THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL." The purpose of this Sources Sought Notice is to gain knowledge of potential qualified small business sources capable of performing the described work. Responses to this Sources Sought Notice shall not constitute responses to solicitation, which is not currently available. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. The Sources Sought Notice is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results of any government assessments. The information received will be utilized to assist in formulating the acquisition. No proprietary, classified, confidential, or sensitive information should be included in your response. Please submit by email to thomas.conrow@navy.mil. If you have any questions or comments, please contact Thomas Conrow at 301-757-1001. The deadline for submissions is 5:00 PM EST on April 29th, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40080PAX/N4008010RPAXR/listing.html)
 
Record
SN02116342-W 20100410/100408234935-87ce42c36ac4ada8b9c152503c0b65fd (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  © 1994-2020, Loren Data Corp.