This is a Sources Sought announcement ONLY, and is not an intent to procure.The Mission and Installation Contracting Command (MICC) Fort Rucker has a requirement from the Logistics Readiness Center (LRC) to provide Laundry and Dry Cleaning Services in Building No. 00172/172A located at Fort Rucker, Alabama. A solicitation is not available at this time, and any requests for a solicitation will not receive a response. MICC Fort Rucker is conducting Market Research to determine the availability of firms who can provide Laundry and Dry Cleaning Service to clean and press textiles, garments, linens, OCIE and other fabrics for Fort Rucker.The Army's installation Laundry and Dry Cleaning Program provides pick-up and delivery at designated locations, washing, drying, pressing, packaging, drop-off, and direct exchange services for Government owned items for cleaning. This program also provides exchange services for linens and laundry pick-up points.This Laundry and Dry Cleaning requirement
will consist of providing supervision, personnel, training, travel, equipment, supplies, facilities, transportation, tools, materials, and all other items as defined in the Performance Work Statement (PWS) except for those items specified as Government Furnished Property (GFP) and contract support. A draft PWS is attached for your information.This will be a 100% set-aside for Small Businesses. The NAICS code is 812332 - Industrial Launders and the small business size standard is $38.5 million. The contract will consist of a base period and four (4) one year option periods. The contract type will be a Firm Fixed Price (FFP).Each potential source shall give a brief description of their ability to satisfy the requirements identified above and shall provide three references of relevance from the last three years. Provide the contract number(s), dollar value(s) and brief description of previous work (within the past 3 years) or work currently being performed, which specifically demonstrates the Contractor's ability to successfully satisfy the requirements identified above. Contractors shall also provide point of contact information (name, telephone number, email address) where available for the efforts cited above.All responses to this Sources Sought are limited to two pages and must include the following additional information: name and address of firm, commercial activity/government entity (CAGE) code, small business size status, point of contact name, title, phone, and email. Contractor also should be registered in System Award Management (SAM).Interested sources shall submit all replies by email to Ms. Florutha A. Robinson, Contracting Specialist,
florutha.a.robinson.civ@mail.mil no later than 5:00 p.m., CST on Thursday, April 25, 2019. Acknowledgement of receipt will not be made.THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This request for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your responses to this Sources Sought will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of a Contractor submission of responses to this Sources Sought or Government use of such information.