Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 02, 2025 SAM #8711
SOURCES SOUGHT

S -- Custodial Services

Notice Date
9/30/2025 12:35:21 PM
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
NAVAL RESEARCH LABORATORY WASHINGTON DC 20375-5328 USA
 
ZIP Code
20375-5328
 
Solicitation Number
N00173-25-RFI-HH03
 
Response Due
10/7/2025 2:00:00 PM
 
Archive Date
10/22/2025
 
Point of Contact
Helena Hudson
 
E-Mail Address
helena.k.hudson2.civ@us.navy.mil
(helena.k.hudson2.civ@us.navy.mil)
 
Small Business Set-Aside
8A 8a Competed
 
Description
The Naval Research Laboratory is searching for potential sources that are capable of meeting the approved SBA 8(a) follow-on requirement described in the attached draft Performance Work Statement (PWS) and Additional Requirement Details below. The intent of this RFI is to gauge industry interest, capabilities, and relevant experience to support NRL personnel in performing the requirements stated in the attached draft SOW under the SBA 8(a) Program. Although NRL intends to fulfill this requirement under the 8(a) program, capable vendors that are not in the 8(a) program may respond to this posting for market research purposes, and in the event a capable 8(a) vendor is not available. To aid industry in evaluating their ability to perform the requirement, the following �DRAFT� documents are attached: Attachment 1 - Performance Work Statement CONTRACTOR RESPONSE FORMAT The NRL asks that interested parties, at a minimum, supply the following information via email in Word or PDF format: Contact/Business Information Name of Company and Point of Contact (POC). Telephone number, address and e-mail address of POC. Business Size/Socioeconomic Categories and number of employees, CAGE. 8(a) Program acceptance and anticipated graduation dates, if applicable. Does your firm have a current facility clearance? A list of government-wide contracting vehicles held (OASIS, SeaPort, etc.), if applicable. Technical Information a) Description of capabilities/resources relevant to the attached draft PWS. b) Prior experience of similar scope/complexity in the attached draft PWS. c) A list of any Navy, Department of Defense, federal, or commercial contracts performed during the past 5 years that are similar and/or related to the attached PWS. d) Any questions/suggestions related to the PWS. e) List of assumptions, if any, which were considered in formulating the response. Responses must be in a Microsoft Office compatible format and are due no later than 07 October 2025 at 5PM ET. Responses should be no more than 5 pages, and should be emailed to the Contract Specialist at helena.k.hudson2.civ@us.navy.mil. Classified Material shall NOT be submitted. All information and data received in response to this RFI, if marked or designated as corporate or proprietary information, will be protected and handled as such. Interested parties are responsible for adequately marking proprietary or competition-sensitive information contained in their response. NOTE: THIS IS NOT A SOLICITATION. This is a sources sought notice (SSN) for information and planning purposes only, and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Since this is a SSN, no evaluation letters and/or results will be issued to the respondents. The Government is not committed to awarding a contract or issuing a solicitation pursuant to this announcement. No solicitation package is available at this time. If a solicitation is released, it will be synopsized on https.//sam.gov. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. Additional Requirement Details Anticipated Place of Performance The primary effort is anticipated to take place at the Blossom Point Tracking Facility- 10050 Blossom Point Road, Welcome, Maryland, 20693. NRL anticipates this will be performed under a firm-fixed price purchase order over the course of 5 years of performance. This is a partial follow-on requirement under the current IDIQ contract: N00173-21-D-2001, and task order N00173-21-F-2006.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/fa7e1ff99eeb4ef2b1287a6fd5201955/view)
 
Place of Performance
Address: Welcome, MD, USA
Country: USA
 
Record
SN07608982-F 20251002/250930230042 (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.