Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2016 FBO #5383
SOURCES SOUGHT

13 -- Explosive Ordnance Disposal Services

Notice Date
8/17/2016
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - White Sands Missile Range, 143 Crozier Street, 2nd Floor, White Sands Missile Range, New Mexico, 88002-5201, United States
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q11C0059EODEXTENSION
 
Archive Date
9/27/2016
 
Point of Contact
Peter L. Hopkins, Phone: 5756782850, Timothy A. Byrnes, Phone: 575-678-5413
 
E-Mail Address
peter.l.hopkins.civ@mail.mil, timothy.a.byrnes.civ@mail.mil
(peter.l.hopkins.civ@mail.mil, timothy.a.byrnes.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought notice only. The US Government currently intends to exercise 52.217-8, Option To Extend Services to contract W9124Q-11-C-0059. The current contractor is INFOPRO CORPORATION, 6705 Odyssey DR, Huntsville, AL 35806-2300. The proposed contract action will extend the performance period by six (6) months at an estimated dollar value of $768,000.00 for the period of performance of 1 November 2016 through 30 April 2017. The services will provide continued range clearance and Explosive Ordnance Disposal (EOD) services to support operation and developmental testing for the Army Test & Evaluation Command (ATEC) at White Sands Missile Range (WSMR.) These services consist of operation of the Range Residue Accumulation Point (RRAP) and range recovery/EOD services in support of all mission testing at WSMR. The US Government had initially posted solicitation W9124Q-16-R-0001 on a HUBZone competitive basis but identified issues with the Government requirement that required significant edits to the solicitation that could not be completed to allow award prior to expiration of the current contract. As such, it is the Government's intent to cancel the solicitation, make edits to the required documents and then issue a new HUBZone competitive solicitation. The exercising of 52.217-8 will provide the time necessary to solicit, evaluate and award a HUBZone competitive follow-on contract. Due to continuity of operations and additional costs, a 6 month competitive contract is not realistic or feasible. Barring any unforeseen issues beyond the Government's control, it is anticipated that this process could take up to six (6) months past 30 NOV 16, the expiration date of the current contract. The Government is seeking vendor input on competing a six (6) month contract versus exercising 52.217-8 of the current contract. The Government highly encourages all interested small businesses (in all socioeconomic categories to include 8(a)) to respond to this sources sought synopsis. In response to this sources sought, please adhere to the following requests: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Also contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, 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. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. All recommendations and innovative solutions shall demonstrate a realistic/feasible approach that will facilitate a six (6) month competition without jeopardizing continuity of operations or at a higher price than $768,000.00. This notice 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. This notice does not commit the US Government to contract for any supply or service. Further, the US 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 US Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The NAICS code IS 562910 Environmental Remediation Services. Comments should be submitted to the contracting office via email to: peter.l.hopkins.civ@mail.mil not later than 12 September 2016, 12AM Mountain Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1db135efef8a769cf756e113ec9ed442)
 
Place of Performance
Address: MICC-WSMR Contracting Office, Building 143, White Sands Missile Range, New Mexico, 88002-5201, United States
Zip Code: 88002-5201
 
Record
SN04227912-W 20160819/160817234852-1db135efef8a769cf756e113ec9ed442 (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.