Washington, DC Bids > Bid Detail

MDW/NCR Porta John Service Support

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159251616433384
Posted Date: Nov 15, 2022
Due Date: Nov 23, 2022
Solicitation No: PANMCC22P0000016935
Source: https://sam.gov/opp/b37a9f16d8...
Follow
MDW/NCR Porta John Service Support
Active
Contract Opportunity
Notice ID
PANMCC22P0000016935
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 BELVOIR
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: Nov 15, 2022 02:46 pm EST
  • Original Response Date: Nov 23, 2022 12:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 24, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: W099 - LEASE OR RENTAL OF EQUIPMENT- MISCELLANEOUS
  • NAICS Code:
    • 562991 - Septic Tank and Related Services
  • Place of Performance:
    Washington , DC 20319
    USA
Description

This is a Sources Sought notice for a contract in the Military District of Washington/National Capital Region Porta-John Service Support to last five (5) years.



Objective: To provide onsite porta johns and handwashing stations for visitors and team members at various MDW hosted events.



SOURCES SOUGHT SYNOPSIS



THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for to procure Porta-John Services on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.



This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 562991, Septic Tank and Related Services with a size standard of $8.0M.



A need is anticipated and the Contractor shall provide all labor, supervision, tools, equipment, supplies and materials necessary to provide, place, and remove standard porta johns, handicap porta johns, and hand washing stations as directed in support of each event. Both standard and handicap porta johns shall be clean with no graffiti and have a hand sanitizer and at least 2 rolls of toilet paper. A two-person hand washing station shall have two basins with a hands-free pump system and enough liquid soap and paper towels shall be provided for up to 400 uses.[LNTCUHA(1] [RJHC2] The porta johns and handwashing stations shall be placed in such a way to present a clean, neat, and professional appearance. When requested by the Government the porta johns and hand washing stations shall be cleaned and resupplied at various locations in the National Capital Region. Place of performance is projected to be as north as Aberdeen Proving Grounds, MD and as south as AP Hill VA. DoD and other government (Federal, State and/or local) facilities located in the National Capitol Region shall be able to be supported and unit be serviced as required.



Responses to this Sources Sought Notice shall be e-mailed to the Contract Specialist, David J. Wigtil at david.j.wigtil.civ@army.mil with a courtesy copy (cc) to Gwendolyn Bridges, gwendolyn.bridges5.civ@army.mil at no cost to or obligation to the Government no later than 23 November 2022 at 12:00 p.m. EDT (Fort Belvoir local time).



In response to this sources sought, please provide:



1. Name of the firm, point of contact, phone number, email address, UEI number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.



2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.



3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.



4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.



5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.



6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.



7. Recommendations to improve the approach/specifications to acquiring the identified items/services.



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 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
  • 9410 JACKSON LOOP SUITE 101
  • FORT BELVOIR , VA 22060-5116
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 15, 2022 02:46 pm 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 >