Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2018 FBO #6019
SOURCES SOUGHT

S -- Janitorial Services USCG Point Mugu

Notice Date
5/15/2018
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG SILC BSS (Shore Infrastructure Logistics Center Base Support and Services), 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
70Z08418COB20700
 
Archive Date
6/5/2018
 
Point of Contact
Anthony A. Clarke, Phone: (510) 437-5683, Michael Hassett, Phone: (510) 437-3010
 
E-Mail Address
Anthony.A.Clarke@uscg.mil, Michael.T.Hassett@uscg.mil
(Anthony.A.Clarke@uscg.mil, Michael.T.Hassett@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation announcement. This is a sources sought synopsis only pursuant to FAR Part 10, Market Research. This is NOT a request for proposals and in no way obligates the Government to award any contract. The purpose of this sources sought synopsis is to gain knowledge of commercially available products/services that may be of interest to the United States Coast Guard (USCG). The USCG Shore Infrastructure Logistics Center has a requirement for janitorial services to be done at USCG Forward Operating Base NAS Point Mugu estimating starting 1 August 2018 for a base year with four one-year options. The purpose of this requirement is to obtain efficient and effective janitorial services at USCG Forward Operating Base NAS Point Mugu. The Contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to provide janitorial services as defined within the upcoming Performance Work Statement (PWS). The Contractor shall be responsible for the management of the total facilities identified in this PWS. This is to include performing the services in a manner that ensures the health and safety of military members, civilian employees, contractors, and members of the public, and shall maintain both the sanitary conditions and aesthetic appearance of Government buildings. Superior customer service and well-maintained facilities that present a clean, neat, and professional appearance shall be furnished in accordance with all terms and conditions of the contract. This notice is to assist the USCG in determining potential sources only. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. Reimbursement will not be made for any costs associated with providing information to this sources sought. All interested parties must respond to any subsequent solicitation notice published on the Federal Business Opportunities website, www.fbo.gov. Competition and set-aside decisions may be based on the results of this market research. Companies wishing to be considered for this project should send a capability statement to anthony.a.clarke@uscg.mil. Please provide the following information to support your company's ability to perform this work: 1. A capability statement that explains what type of work your company has experience performing. Please provide information on whether your company can fill all of the requirements described above or if only interested in a portion of it. If only interested in a portion, please be specific on what services identified above are applicable. Also, please be sure to list your business size status, for example whether your company is a small business, 8(a), HUBZONE, women owned, small disadvantaged business, veteran owned, large business, etc. 2. Past performance in this area including: • Contract Number, type of contract • Length of contract • Customer: (Agency or business), Contact information including name, address, telephone no., email address. • Description of work • Contract Dollar Value • Date of Award and Completion (including extensions) • Type and Extent of Subcontracting • Quality of Performance, Contract Schedule, and Customer Relations • Problems encountered and corrective action taken Telephone responses will NOT be accepted. Responses are requested no later than 4:00pm Pacific Standard Time, Monday, 21 May 2018. Thank you for your time and interest with his requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/70Z08418COB20700/listing.html)
 
Place of Performance
Address: USCG FOB MUGU, 13th ST Hanger 355, MUGU, California, 93042, United States
Zip Code: 93042
 
Record
SN04922763-W 20180517/180515230609-3f04293b3efbf74b5ffe3fdaf42fcb59 (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.