SOURCES SOUGHT
M -- FORT BLISS, TX - UNACCOMPANIED PERSONNEL HOUSING INITIATIVESOURCES SOUGHT SYNOPSIS
- Notice Date
- 2/5/2010
- Notice Type
- Sources Sought
- NAICS
- 531311
— Residential Property Managers
- Contracting Office
- Fort Bliss DOC, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
- ZIP Code
- 79916-6812
- Solicitation Number
- W911SG-10-T-1000DM
- Response Due
- 2/19/2010
- Archive Date
- 4/20/2010
- Point of Contact
- Dawn Montgomery, (915) 569-8367
- E-Mail Address
-
Fort Bliss DOC
(dawn.montgomery@conus.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- PROFESSIONAL FACILITIES MANAGEMENT SUPPORT SERVICES UNACCOMPANIED PERSONNEL HOUSING MANAGEMENT INITIATIVE FORT BLISS, TX 79938 Sources Sought Synopsis: Responses to this Request for Information (RFI) are not considered offers and cannot be accepted by the Government to form a binding contract. This RFI is for market research purposes only. Respondents should not submit any proprietary information when responding to this RFI. Respondents should also note that the Government will not return any information submitted in response to this RFI. The Government is not responsible for any costs incurred by respondents regarding any responses to this RFI. Respondents must submit capability statements that clearly define the firms ability to perform the work stated in this RFI in conjunction with the DRAFT Performance Work Statement. The requirement for residential property management is in response to the continuing need for qualified and capable management of room assignments, terminations, and services for an inventory of 3997 barracks rooms, 8925 assignable spaces and 514 barrack buildings on Fort Bliss and Biggs Army Airfield, TX. These inventory numbers will change as building statuses change for renovation, demolition, and new construction projects to be performed by others. It is estimated that the barracks inventory may increase through FY 2012 by the addition of 3568 rooms, 7136 assignable spaces, and 55 buildings. The Mission & Installation Contracting Command(MICC), Directorate of Contracting (DOC), Fort Bliss, Texas is seeking information to verify that there are qualified and capable Small Business Administration (SBA) 8(a) Program sources available to perform the management of unaccompanied personnel housing on Fort Bliss and Biggs Army Airfield, Texas. The Government is looking for those firms with experience managing unaccompanied personnel housing spaces and evidence that the contractor has complied with all military regulations when performing this work previously. Areas of responsibility will be accordance with the performance work statement and inclusive of unaccompanied personnel housing management, facilities sustainment, furnishings management, custodial and ground maintenance. THIS RFI IS NOT A REQUEST FOR PROPOSAL. It is a market research tool (FAR Part 10) being used to determine potential 8(a) small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. It is also a tool to get feedback on the requirement, detailed in the DRAFT Performance Work Statement. Feedback is encouraged and appreciated. The NAICS contemplated for this requirement is 531311 Residential Property Managers. The size standard is $2.0 million. The incumbent Small Business Administration (SBA) 8(a) contractor is C E McKenzie & Associates, LLC, Mount Pleasant, SC. The current Contract No. is W911SG-08-P-0779. It is the Governments intention to solicit the requirement under competitive 8(a) procedures; however the current capabilities of industry must be confirmed. As such, all eligible 8(a) small businesses are encouraged to respond. The Government is not obligated to and will not pay for any information received from respondents as a result of this RFI. ANTICIPATED PERIOD OF PERFORMANCE Base Period 17 June 2010 16 June 2011 (12 months) Option Period I 17 June 2011 16 June 2012 (12 months) REQUIREMENTS: Refer to the Attached DRAFT Performance Work Statement and Sample Tasking. The Contract Type is anticipated to be a Firm-Fixed Price, with an estimated total level of effort of approximately months of service for one base and one option year. Services will be performed on Fort Bliss and Biggs Army Airfield, TX. SUBMITTAL INFORMATION: It is requested that interested 8(a) small businesses submit to the address identified below, a brief capabilities statement package (no more than 8 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed in the attached performance based work statement and sample tasking. A generic capability statement is not acceptable. Please review carefully the requirements listed below. This documentation must address, at a minimum, the following: (1) title of the PWS you are applying to; (2) company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current 8(a) small business program status; (3) prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein; (4) resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified; (5) management approach to staffing this effort with qualified personnel; (6) statement regarding capability to obtain the required industrial security clearances for personnel. (7) statement regarding capability to meet surge demand, as highlighted and discussed in this document (8) companys ability to perform at least 51% of the work; and (9) companys ability to begin performance upon contract award. The capability statement package shall be sent by mail to Dawn Montgomery, Contract Specialist, Mission Installation Contracting Command, 1733 Pleasonton Road, Fort Bliss, TX 79916-6812 or by email to dawn.montgomery@conus.army.mil. Submissions must be received at the office cited no later than 4:00 p.m. Mountain Standard Time on 19 February 2010. Questions or comments regarding this notice may be addressed to dawn.montgomery@conus.army.mil. All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, and e-mail address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3e8e978d49fbc6c9741804794ebc8b4e)
- Place of Performance
- Address: Fort Bliss DOC Directorate of Contracting, Attn: CCMI-BLS, Building 2021 Club Road Fort Bliss TX
- Zip Code: 79916-6812
- Zip Code: 79916-6812
- Record
- SN02059543-W 20100207/100205235609-3e8e978d49fbc6c9741804794ebc8b4e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |