Search Contract Opportunities

Custodial Services for Jonathon Dickinson MTA   2

ID: FA252124QB014 • Type: Sources Sought

Description

Posted: May 21, 2024, 9:07 a.m. EDT

- MANDATORY SITE VISIT FOR PROSPECTIVE VENDORS -

All offerors interested in submitting a bid for custodial services located at the JDMTA facility shall attend a manatory site visit.

The site visit shall be conducted at 1100 EDT, 14JUN2024 at:

18205 SE County Line Rd,
Tequesta, FL 33469

All firm's interested in submitting a bid for this requirement shall contact Kevin Brisco, kevin.brisco@spaceforce.mil to request a Facility Access form. Facility Access forms shall be completed and returned to Kevin Brisco for processing. All requests for access forms shall be received no later than (NLT) 1400 EDT, 03JUN2024. Completion and submittal of completed Facility Access forms shall be NLT 1400 06JUN2024. A maximum of two (2) representatives from each attending firm may be approved.

- LATE SUBMISSIONS WILL NOT BE ACCEPTED -

Posted: May 7, 2024, 9:18 a.m. EDT

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL OR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.

The Request for Quotation (RFQ) number FA252124QB014 shall be used to reference any written responses to this source sought.
Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 561720. The size standard for this proposed NAICS is $22.0 M.

The requirement is to provide Custodial services for JDMTA facility in Tequesta, FL for a period of one (1) year with four (4) option years. All shall be performed IAW Performance Work Statement (PWS) dated March 1, 2024.

Attachment: Performance Work Statement ; 24QB014 PWS dated 01Mar 24

45 CONS is interested in any size business that is capable of meeting this requirement.

Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings.

NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER!

Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision.
All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort.

DISCLAIMER: This Sources sought notice is not a solicitation. This notice is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this notice that is marked "proprietary" will be handled accordingly. Responses to the sources sought notice will not be returned. In accordance with FAR 15.201(e), responses to this notice are not offerors and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice. The Government does not guarantee any action beyond this notice. The Government may not respond to questions posed in Industry responses.

ATTENTION: Although this is a Sources Sought notice only, interested parties or potential contractors must be registered with the System for Award Management (SAM) to be eligible for contract award or payment if the Government chooses to make an award. Information on registration and annual confirmation requirements may be obtained via https://www.beta.sam.gov

Please submit the information electronically in PDF format by 1400, 14 MAY 2024 and reference RFQ # FA252124QB014 to Contracting Officer kevin.brisco@spaceforce.mil and Contracting Office at 45CONS.PKB.email@us.af.mil. Telephone responses will not be accepted.

Background
The solicitation is a sources sought notice and not a request for proposal or quotation. It is issued for information and planning purposes only, and does not constitute a commitment by the Government. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement.

Work Details
The contractor shall provide custodial services for the Jonathan Dickinson Missile Tracking Annex (JDMTA) facility in Tequesta, FL. The services include maintaining floors, cleaning public ash trays and urns, cleaning drinking fountains, vacuuming carpets, cleaning breakrooms, cleaning and disinfecting surfaces in restrooms, descaling showers, toilet bowls and urinals, sweeping and mopping floors in restrooms, stocking restroom supplies, removing trash from all designated areas including recyclable materials, and ensuring cleanliness of trash receptacles.

Period of Performance
The contract is for a period of one (1) year with four (4) option years. All services shall be performed in accordance with the Performance Work Statement (PWS) dated March 1, 2024.

Place of Performance
The custodial services are to be performed at the JDMTA facility in Tequesta, FL.

Overview

Response Deadline
June 3, 2024, 2:00 p.m. EDT (original: May 14, 2024, 2:00 p.m. EDT) Past Due
Posted
May 7, 2024, 9:18 a.m. EDT (updated: May 21, 2024, 9:07 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Tequesta, FL 33469 United States
Source
SAM

Current SBA Size Standard
$22 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$50,000 - $150,000 (AI estimate)
Odds of Award
37%
Signs of Shaping
71% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 5/7/24 Space Force issued Sources Sought FA252124QB014 for Custodial Services for Jonathon Dickinson MTA due 6/3/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561720 (SBA Size Standard $22 Million) and PSC S201.
Primary Contact
Name
Kevin Brisco   Profile
Phone
None

Secondary Contact

Name
Kristin Doty   Profile
Phone
None

Documents

Posted documents for Sources Sought FA252124QB014

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought FA252124QB014

Contract Awards

Prime contracts awarded through Sources Sought FA252124QB014

Incumbent or Similar Awards

Contracts Similar to Sources Sought FA252124QB014

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FA252124QB014

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA252124QB014

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFSPC > FA2521 45 CONS LGC
FPDS Organization Code
5700-FA2521
Source Organization Code
100016412
Last Updated
June 18, 2024
Last Updated By
kevin.brisco@spaceforce.mil
Archive Date
June 18, 2024