Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 24, 2016 FBO #5266
SOURCES SOUGHT

R -- Support Base Services - DRAFT Performance Work Statement

Notice Date
4/22/2016
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Sam Houston (JBSA), 2205 Infantry Post Road, Bldg. 603, Fort Sam Houston, Texas, 78234-1361, United States
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J-17-R-0001
 
Archive Date
5/28/2016
 
Point of Contact
Todd E. Gore, Phone: 2104662224, Deinor A. Bolanos,
 
E-Mail Address
todd.e.gore.mil@mail.mil, deinor.a.bolanos.civ@mail.mil
(todd.e.gore.mil@mail.mil, deinor.a.bolanos.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT Performance Work Statement SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure the Base Support Services (SBS) on a small business set-aside basis, provided sufficient qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if sufficient small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. It is a market research tool (FAR Part 10) being used to determine potential firms capable of providing the services described herein prior to determining the method of acquisition and if this requirement can be set-aside to any of the small business concerns identified in 19.000(a)(3). It is also a tool to elicit feedback on the requirement as detailed in the DRAFT Performance Work Statement (PWS). Feedback is encouraged and appreciated. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 561210, Facilities Support Services, with the Small Business size standard of $38.5M. BACKGROUND: A continuing need is anticipated for SBS requirement which is currently being fulfilled by Indefinite Delivery/Indefinite Quantity Multiple Award Task Order Contract awarded to seven small businesses under contract numbers W9124J-12-D-0003 through W9124J-12-D-0009 with a one year base and four one year options. Task orders issued under the current MATOC range from $4.0M to $11.0M. IMCOM requires a prime contractor(s) with the capability to manage multiple task simultaneously at multiple locations. The contractor must also be capable of recruiting and providing a team of highly qualified personnel that will be able to handle mobilization, deployment, redeployment and demobilization mission requirements. Often, these requirements are very fluid, dynamic and can vary by installation. The requirements can develop with little warning and in unexpected volumes. The contractor must be able to respond to unexpected surge requirements with adequate numbers of qualified employees, even when the workload volume is at levels not seen before and with very little advance notice. The Contractor shall provide as required SBS Services (Garrison Augmentation Support Services) to the following IMCOM Installations 25 locations: Camp Atterbury, IN Fort Carson, CO Camp Shelby, MS Fort McCoy, WI Fort Bliss, TX Fort Sill, OK Fort Dix, NJ Fort Stewart, GA Fort Hood, TX Fort Benning, GA Fort Knox, KY Fort Polk, LA Fort Lewis, WA Schofield Barracks, HI Fort Bragg, NC Fort Hunter Liggett, CA Fort Drum, NY Fort Campbell, KY Fort Eustis, VA Fort Leonard Wood, MO Gowen Field, ID Camp Roberts, CA Fort Sam Houston, TX Fort Gordon, GA Fort Riley, KS Services ordered through this requirement relieve mobilized Reserve Component (RC) units and Soldiers providing non--inherently governmental functions addressed in the 12 task areas of the attached draft PWS: • Task Area 1: Plans • Task Area 2: Training • Task Area 3: Administrative • Task Area 4: Infrastructure Security • Task Area 5: Human Resources • Task Area 6: Finance • Task Area 7: Material Management and Supply • Task Area 8: Services Support (Subsistence, Laundry, and Supply and Warehouse) • Task Area 9: Movements • Task Area 10: Equipment Readiness and Maintenance • Task Area 11: Billeting and Facilities • Task Area 12: Information Management For additional details regarding this requirement refer to the attached draft PWS. SUBMITTAL INFORMATION: Responses to this announcement must be received no later than 4:00 p.m. Central Standard Time (CST) on 13 May 2016. Only electronic submissions will be accepted. Interested business concerns should provide a brief "capabilities statement" package (no page limit pages in length, single spaced, and 12 point font minimum) demonstrating ability to perform the services. A generic capability statement is not acceptable. No particular layout or format is mandated. It is preferred that your firm submits its response in Microsoft Word, Adobe Acrobat, or a combination of both and the document must be searchable. The capability statement package shall be sent by email to the following individual:: MAJ Todd Gore (todd.e.gore.mil@mail.mil) Your email subject line should reflect: "(Firm's Name), Response to the Sources Sought Synopsis for the SBS, W9124J-17-R-0001". The size limit of each email, with all attachments, cannot exceed 9 megabytes (MB) due to the Government's email system restrictions. DO NOT SEND ZIPPED FILES. The Government's information network will remove zipped files. If your firm must send two or more emails in order to prevent exceeding the 9 MB restriction, please label each email with: "(Firm's Name) Information and Comments for W9124J-17-R-0001 - Email # 1 of 2, 2 of 2, etc.". In response to this sources sought, provide a response to each of the following questions: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Would an Industry Day Forum for this requirement be beneficial (Why or why not)? If an Industry Day were to be held, how many personnel from your company would you anticipate attending? What topics would you like the Government to discuss? If the Industry Day was held in El Paso TX, would you still be willing to attend? 3. Identify whether your firm is interested in competing for this requirement as a prime contractor (performing at least 51% of the work) or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. What is the minimum and maximum dollar value project on which your firm would routinely consider submitting a proposal? 5. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor), skills on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 6. Do you anticipate any new technology(ies) and method(s) that can improve the quality, decrease costs and/or improve efficiency? If yes, what improved approach(s) can be used to provide the services to include significant changes in how the work can be accomplished? 7. Information to help determine if this service is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, etc. 8. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 9. What is a reasonable phase-in period for a contractor to be fully operational at a new MFGI site that was newly activated by the Army? 10. What do you see as the primary risk areas and/or potential issues associated with an acquisition of this type? How do you propose this risk(s) can be mitigated (if any)? 11. Which contract type do you consider most advantageous for this type of requirement (e.g. Cost-type, Firm Fixed-Price (FFP), a combination type contract) and why? Also, if the workload data is insufficient upon release of the RFP, will you submit a proposal with reasonable risk? If not, other than incumbent manning that cannot be provided, what additional data would be required that would assist in your price development? (Please be specific) 12. Provide your input to a source selection method that would provide the best value to the Government. If a full technical/cost/past performance tradeoff is recommended, provide supporting information describing areas where the Government could receive benefit that might relate to an additional expense/cost to the contract. 13. If a contract for services of this type were awarded with a 10 year ordering period, what would be the pros and cons of 10 year contract? What would be the pros and cons of a five year contract? 14. The NAICS code contemplated for this requirement is 561210, Facilities Support Services industry, with a size standard of $38.5M. In your opinion, does this NAICS code fit this requirement? If not, which NAICS code would you suggest and why? 15. Please provide any recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. Please note: The Army is interested in maximum effective competition. If you feel any of the aspects listed in this announcement unreasonably restrict competition, please submit a Statement of Unreasonable Restrictions to Competition to the MICC Advocate for Competition, Dean Carsello at dean.m.carsello.civ@mail.mil. In your statement, please reference this announcement number and the Army Advertising and Marketing Program. Also, your statement must indicate what element of the planned acquisition specifically is restricting competition and why it is unreasonable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/14767a2891e1c55a126d8c7a68de0084)
 
Place of Performance
Address: Multiple: See Sources Sought Description, United States
 
Record
SN04092798-W 20160424/160422234155-14767a2891e1c55a126d8c7a68de0084 (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 |
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.