Mississippi Bids > Bid Detail

Laundry, Drycleaning, and Alteration Jackson, Mississippi

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159196007494660
Posted Date: Feb 7, 2023
Due Date: Feb 15, 2023
Solicitation No: 0011882509
Source: https://sam.gov/opp/2a462ef846...
Follow
Laundry, Drycleaning, and Alteration Jackson, Mississippi
Active
Contract Opportunity
Notice ID
0011882509
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO SAM HOUSTON
Office
W6QM MICC-FT KNOX
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 07, 2023 09:15 am EST
  • Original Response Date: Feb 15, 2023 02:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S209 - HOUSEKEEPING- LAUNDRY/DRYCLEANING
  • NAICS Code:
    • 812320 - Drycleaning and Laundry Services (except Coin-Operated)
  • Place of Performance:
    Jackson , MS 39213
    USA
Description

INTRODUCTION



MICC Fort Knox is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for laundry, drycleaning, and alteration services for Jackson Public School District JROTC, U.S. Army Cadet Command (USACC). The intention is to procure these services on a competitive basis.



BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.



PLACE OF PERFORMANCE



Contract performance shall be at contractor’s desired location with pick up and drop off of items at various schools in the Jackson Public School District, Jackson, Mississippi.



DISCLAIMER



“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.”



PROGRAM BACKGROUND



The Jackson Public School District JROTC, USACC, requires pick up of uniform items, laundering, drycleaning, alterations and/or repairing, and return of uniform items from multiple schools within the district.



REQUIRED CAPABILITIES



The Contractor shall provide transportation to pick up and return uniforms, laundering, drycleaning, alteration and repair as needed in support of Jackson Public School District JROTC, USACC.



If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability.



The Government will evaluate market information to ascertain potential market capacity to provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated under a performance-based service acquisition contract.



SPECIAL REQUIREMENTS: Not Applicable



ELIGIBILITY



The applicable NAICS code for this requirement is 812320 with a Small Business Size Standard of $8 Million. The Product Service Code is S209 Housekeeping - Laundry and Drycleaning. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. All WOSB firms need to take action in WOSB.certify.sba.gov in order to compete for WOSB Federal Contracting Program set-aside contracts.



ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)



Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 12 pitch. The deadline for response to this request is no later than 2 pm, Eastern Time (Fort Knox Local), 15 February 2023. All responses under this Sources Sought Notice must be e-mailed to BOTH Cara Johnson (Contract Specialist) at cara.j.johnson.civ@army.mil and Samuel M. Henderson (Contracting Officer) at samuel.m.henderson1.civ@army.mil



This documentation must address at a minimum the following items:



1.) What type of work has your company performed in the past in support of the same or similar requirement?



2.) Can or has your company managed a task of this nature? If so, please provide details.



3.) What specific technical skills does your company possess which ensure capability to perform the tasks?



4.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this Draft Performance Work Statement (PWS) for the base period as well as the option periods.



5.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE Code, etc.



6.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.



The estimated period of performance consists of a base year of twelve (12) months and four (4) option periods of 12 months each with the base year performance commencing on or about 30 September 2023.



The contract type is anticipated to be Firm Fixed Priced.



The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.



Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Cara Johnson AND the Contracting Officer, Samuel M. Henderson, in either Microsoft Word or Portable Document Format (PDF), via email at cara.j.johnson.civ@army.mil and samuel.m.henderson1.civ@army.mil



All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.



No phone calls will be accepted.



All questions must be submitted to the contract specialist OR contracting officer identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN BLDG 1109B RM 250
  • FORT KNOX , KY 40121-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 07, 2023 09:15 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >