Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 23, 2025 SAM #8489
SOURCES SOUGHT

S -- Ventilation and Exhaust Systems Cleaning Services, Various Locations, Oahu, Hawaii

Notice Date
2/21/2025 4:35:32 PM
 
Notice Type
Sources Sought
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
NAVFACSYSCOM HAWAII PEARL HARBOR HI 96860-3139 USA
 
ZIP Code
96860-3139
 
Solicitation Number
N62478-25-R-2428
 
Response Due
3/10/2025 1:00:00 PM
 
Archive Date
03/25/2025
 
Point of Contact
Robert Wong, Phone: 8084711592
 
E-Mail Address
robert.l.wong13.civ@us.navy.mil
(robert.l.wong13.civ@us.navy.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes. The work includes, but is not limited to, furnishing all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to perform Ventilation and Exhaust Systems Cleaning Services, Oahu, Hawaii. The Contractor shall perform cleaning services on ventilation and exhaust systems to ensure systems are clean, fully functional, and in normal working condition to minimize breakdowns and to maximize useful life. The Contractor shall perform any repairs, including replacement, discovered during scheduled maintenance work. Ventilation systems shall be maintained in an operable and safe condition in accordance with equipment specifications and industry standards. Services shall not cause disruptions to facility operations. The Contractor shall contain and dispose of dirt, dust, grease, lint, and other residues collected during maintenance services in accordance with applicable Federal, state, and local laws and regulations. Recurring work includes, but is not limited to, kitchen exhaust cleaning, operational testing, scheduling, fan and main duct cleaning, laundry dryer vents and duct cleaning, and servicing exhaust hoods and ducts. Non-recurring work includes, but is not limited to, mold remediation, inspection/survey work, and sampling for microbial air analysis. Procurement Method: Contracting by Negotiation. The NAICS Code for this procurement is 561790 and the annual size standard is $8 million. The contract term will be for a one-year base period plus four one-year option periods and one six-month option period, for a maximum duration of 66 months. The Government will not synopsize the options when exercised. Non-recurring work may be issued via FedMall, a web-based ordering system, using Government purchase cards. Interested sources capable of providing the required services must complete the attached sources sought questionnaire excel (questionnaire and references tabs) and respond by email to robert.l.wong13.civ@us.navy.mil no later than March 8, 2025. Interested sources shall: (1) Indicate that they are capable of providing the required services; (2) Indicate whether they intend to submit a proposal as a prime contractor; (3) Provide their full name and address; (4) Provide CAGE Code and DUNS Number; (5) Indicate their size status (i.e., small business, 8(a), HUBZone, Service Disabled Veteran Owned Small Business (SDVOSB), Woman-Owned Small Business (WOSB)); (6) Provide customer references for whom you have performed similar Ventilation and Exhaust Systems Cleaning Services. Include only contracts and subcontracts which were performed within the past seven years and valued at $200,000.00 or more per year. This requirement can be met by a standalone contract valued at $200,000.00 or more per year for kitchen exhaust system cleaning services and air condition duct cleaning/mold remediation services, or multiple contracts which are collectively valued at $200,000.00 or more per year ($50,000.00 kitchen exhaust system cleaning services, $150,000.00 air condition duct cleaning/mold remediation services) and were on-going concurrently. Include the following (see �References� tab): (a) Clients name (b) Point of contact (c) Point of contacts phone no. (d) Point of contacts email address (e) Contract Number (f) Delivery/Task Order Number (if applicable) (g) Contract Title (h) Location of Work (i) Award Date (j) Completion Date (k) Award Amount (l) Annual Amount (m) Final Price (n) Description of work performed (o) Work Performed as: Prime Contractor/Subcontractor/Joint Venture/Other (Explain) (p) Percent of project work performed No other information is required at this time. Do not submit brochures, letters, etc. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on responses to this notice. This Sources Sought Synopsis is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing an RFP. Based upon the responses received, the Government will determine the set-aside method for the procurement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/173bad1ec9cf4bbaa696c2f5a1c9ec70/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN07350370-F 20250223/250221230035 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.