Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2011 FBO #3382
SOURCES SOUGHT

S -- CUSTODIAL SUPPORT SERVICES CONTRACT

Notice Date
2/25/2011
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ11373245L
 
Response Due
3/14/2011
 
Archive Date
2/25/2012
 
Point of Contact
Jannette R. Bolden, Contract Specialist, Phone 281-244-5854, Fax 281-483-7890, Email jannette.r.bolden@nasa.gov
 
E-Mail Address
Jannette R. Bolden
(jannette.r.bolden@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is issued by NASAs Lyndon B. Johnson Space Center (JSC) as a Requestfor Information seeking capabilities from industry to solicit responses from interestedparties. This document is for information and planning purposes and to allow industrythe opportunity to verify reasonableness and feasibility of the requirement, as well aspromote competition, subject to FAR Clause 52.215-3, entitled 'Request for Information orSolicitation for Planning Purposes.' It does not constitute a Request for Proposal,Invitation for Bid, or Request for Quotation, and is not to be construed as a commitmentby the Government to enter into a contract. No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the responsibility of potential offerors to monitor these sitesfor the release of any solicitation or synopsis. It is anticipated that JSC will issue a solicitation for custodial services that willsupport JSC, Ellington Field (EF), and the Sonny Carter Training Facility (SCTF) inHouston, Texas. The planned effort will provide Custodial Services consisting of basic,regularly scheduled services which include: drinking fountain and wash station cleaning;mirror and glass cleaning; elevator cleaning; dusting/cleaning entrances, hallways, andcarpeted areas; clean and service restrooms, medical office, and laboratories; machinescrub restroom floors; clean inside stairs, stairwells, ramps, and landings; cleaninside/outside entrance area floors; hard floor cleaning; vacuum carpet and rugs; spraybuffing in hallways; dusting/cleaning; clean exterior glass surfaces/window frames andinterior windows/window area/Venetian blinds; recycling program; solid waste removal;strip, seal, and wax/finish hard floors; steam clean carpet/rugs; interior pest controland termite inspections and treatments; emergency services; and special events.The NAICS Code for the proposed acquisition is 561720 and the small business sizestandard is $16.5 Million/year. The maximum award value is anticipated to be $25 Millionover a 5 year period of performance. Small business concerns that are capable of performing as prime contractors that meet therequirements of this synopsis are asked to submit capability statements.Capability statements must include the following information: Name and address of firm Average annual revenue for past 3 yearsNumber of employeesOwnershipCompany size and note each category: Small Businesses (SBs), Small DisadvantagedBusinesses (SDBs) 8(a), HUBZones, Women-Owned Small Businesses (WOSBs), Veteran-OwnedSmall Businesses (VOSBs), Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), andHistorically Black Colleges and/or Universities/Minority Institutions(HBCU/MIs)Number of years currently in businessAffiliate information such as parent company or joint venture partners In addition, capability statements must address the following:1) A list of customers covering the past five years (highlight relevant work,contract numbers, role (prime or subcontractor), contract type, dollar value of eachprocurement; and point of contact - address and phone numbers). If work was performed asa subcontractor, please indicate percentage of work/subcontractor dollar value. 2)Ability to meet the 50% requirement of work to be performed by the primecontractor as set forth in FAR 52.219-14, Limitations on Subcontracting. Provideexamples of three (3) past projects of relevant work experience with emphasis on workperformed on a Federal installation. The provided examples are to indicate that thepotential offeror is capable of performing the primary and vital functions of thecontract in accordance with the Ostensible Subcontractor Rule, 13 C.F.R.121.103(h)(4)(2005).In order to facilitate teaming arrangements, NASA intends to release the names,addresses, and points of contact of all respondents on the NASA website for thisacquisition, unless specifically requested not to do so by the respondent. Again, this isa request for information only. QUESTIONS DUE:Any questions related to this Request for Information shall be submittedto Jannette Bolden no later than 2:00 p.m. Central Time on Monday, 03/07/2011.Questionsmay be e-mailed to the contract specialist at Jannette.r.bolden@nasa.gov. Pleasereference NNJ11373245L. RESPONSES DUE:Interested parties having the capabilities necessary to meet or exceedstated requirements are invited to submit appropriate documentation and references asrequested. All responses shall be submitted via e-mail to Jannette R. Bolden.Responsesare required by 2:00 p.m. Central Time on Monday, 03/14/2011. Please referenceNNJ11373245L in any response.In accordance with FAR 15.201(e), responses to this notice are not offers and cannot beaccepted by the Government to form a binding contract. The Government is under noobligation to issue a solicitation or to award any contract on the basis of thissynopsis. The Government will not pay for any information solicited. No evaluationletters and/or results will be issued to the respondents. No solicitation exists;therefore, requests for copies will not be provided. If a future solicitation isreleased it will be synopsized in FedBizOps.gov and on the NASA Acquisition InternetService. Potential offerors are responsible to monitor these sites for the release ofany future solicitation or synopsis. The Government intends to review the responsessubmitted by Industry.This data will not be shared outside the Government. TheGovernment may use this data to refine requirements and develop a request for a proposal. Data that is submitted as part of Industrys response that is marked Proprietary willnot be reviewed.A website for this contemplated acquisition has been developed at the following link. http://procurement.jsc.nasa.gov/cssc/ Interested parties are responsible for checking this website for further information andupdates.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ11373245L/listing.html)
 
Record
SN02387738-W 20110227/110225234226-c3dbefab59c18ea32710dc03c9a9cd82 (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.