Closed Solicitation · DEPT OF DEFENSE

    GILLEM ENCLAVE CUSTODIAL SERVICES

    Sol. W91249-0012254561Sources SoughtFORT GORDON, GA
    Closed
    STATUS
    Closed
    closed May 21, 2025
    POSTED
    May 15, 2025
    Publication date
    NAICS CODE
    561720
    Primary industry classification
    PSC CODE
    S201
    Product & service classification

    AI Summary

    The Mission and Installation Contracting Command at Fort Eisenhower is seeking sources for custodial services at Fort Gillem, Georgia, which includes 15 buildings across 240 acres. This sources sought notice aims to identify interested parties capable of fulfilling this non-personal services contract. Responses may lead to a small business set-aside or full competition. Interested organizations should submit their capabilities and relevant information, noting that this is not a request for proposals.

    Contract details

    Solicitation No.
    W91249-0012254561
    Notice Type
    Sources Sought
    Posted Date
    May 15, 2025
    Response Deadline
    May 21, 2025
    NAICS Code
    561720AI guide
    PSC / Class Code
    S201
    Primary Contact
    Tyasia Oaks
    State
    GA
    ZIP Code
    30905-5719
    AI Product/Service
    service

    Description

    SOURCES SOUGHT TECHNICAL DESCRIPTION FOR SERVICES
    INTRODUCTION
    The Misson and Installation Contracting Command at Fort Eisenhower 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 Fort Gillem Custodial Services contract. The intention is to provide 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
    (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN
    COMPETITION, and multiple awards MAY be made. 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
    Location
    100% On-Site
    Fort Gillem

    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. RESPPONSES
    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 INFORMMATION PERTAINING TO THIS REQUIREMENT.”

    PROGRAM BACKGROUND
    Fort Gillem, is requesting Custodial services. This is a non-personal services contract
    to provide Custodial Services for the U.S. Army Garrison Gillem Enclave in Forest
    Park, GA. Gillem Enclave is located in the city of Forest Park in Clayton county
    Georgia, Gillem Enclave consists of approximately 240 acres and has 15 cleanable
    buildings. The Post population consists of approximately 1800 Military, government
    civilian, and Contractor personnel.


    REQUIRED CAPABILITIES
    The Contractor shall provide all personnel, equipment, supplies, facilities,
    transportation, tools, materials, supervision, and other items and non-personal services
    necessary to perform all custodial service tasks and frequencies as described and
    defined in this Performance Work Statement (PWS), Part 5 Specific Tasks and Part 8
    Attachment/Technical Exhibits, TE-4 Municipal Custodial Services Tasks and
    Frequency Performance Standards, except for those items specified as Government
    furnished property and services (If applicable, see Part 4 Contractor Furnished Items
    and Services). The Contractor shall perform to the standards in this contract.
    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. If significant subcontracting or teaming is anticipated in order to deliver
    technical capability, organizations should address the administrative and management
    structure of such arrangements.
    The Government will evaluate market information to ascertain potential market
    capacity to: 1) provide services consistent, in scope and scale, with those described in
    this notice and otherwise anticipated; 2) secure and apply the full range of corporate
    financial, human capital, and technical resources required to successfully perform
    similar requirements; 3) implement a successful project management plan that
    includes: compliance with tight program schedules; cost containment; meeting and
    tracking performance; hiring and retention of key personnel and risk mitigation; and 4)
    provide services under a performance based service acquisition contract.

    ELIGIBILITY
    The applicable NAICS code for this requirement is 561720 with a Small Business Size
    Standard of $22,000,000. The Product Service Code is S201. Businesses of all sizes
    are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.

    ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)
    A draft Performance Work Statement (PWS) are attached for review. (Attachment 1)
    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 10 pitch. The deadline for response to this request is no later than 12 pm, EST, 21 May 2025. All responses under this Sources Sought Notice must be e-mailed to tyasia.a.oaks.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.) Can or has your company managed a team of subcontractors before? If so, provide details.
    4.) What specific technical skills does your company possess which ensure capability to perform the tasks?
    5.) 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 PBSOW for the base period as well as the option periods.
    6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.
    7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled VeteranOwned Small Business Concern.
    8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.

    The estimated period of performance consists of one (1) twelve month Base Period and four (4) twelve (12) month Option Periods with performance commencing in September 2025. Specifics regarding the number of option periods will be provided in the solicitation.
    The contract type is anticipated to be Firm Fixed Priced.
    Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.
    Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Tyasia Oaks, in either Microsoft Word or Portable Document Format (PDF), via email tyasia.a.oaks.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 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.

    Key dates

    1. May 15, 2025Posted Date
    2. May 21, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    GILLEM ENCLAVE CUSTODIAL SERVICES is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.