SOURCES SOUGHT
R -- BASE OPERATIONS SUPPORT
- Notice Date
- 2/14/2018
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Lee, 1830 Quartermaster Road, Bldg 7124, Fort Lee, Virginia, 23801-1606, United States
- ZIP Code
- 23801-1606
- Solicitation Number
- W91QF5-BASOPS
- Archive Date
- 3/13/2018
- Point of Contact
- Marilyn D. Johnson, Phone: 8047344843, Evette N. Evans, Phone: 8047657581
- E-Mail Address
-
marilyn.d.johnson.civ@mail.mil, evette.n.evans.civ@mail.mil
(marilyn.d.johnson.civ@mail.mil, evette.n.evans.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS NOT A SOLICITATION ANNOUNCEMENT - THIS IS A NOTICE OF THE GOVERNMENT'S INTENT TO EXTEND ABILITYONE CONTRACT NO. W91QF5-13-C-0003 FOR SKOOKUM EDUCATIONAL PROGRAMS-BASE OPERATIONS (BASOPS) SUPPORT SERVICES FOR A TOTAL OF THREE (3) MONTHS IN ACCORDANCE WITH FAR CLAUSE 52.217-8. The Mission and Installation Contracting Command (MICC)-Fort Lee, Virginia intends to extend the Period of Performance (POP) for AbilityOne contract no. W91QF5-13-C-0003 for a three (3) month period from 29 March 2018 through 28 June 2018. The six (6) month extension of service clause FAR 52.217-8, "Option to Extend Services" is in the current contract. However, this option period under FAR 52.217-8 was not previously evaluated as part of the initial contract award. An extension is required to maintain continuity of services. Accordingly, in order to exercise the clause and extend the services for an additional three (3) months, the contract action must fall within the ambit of a proper sole-source contract action under FAR Part 6.3. The proposed three (3) months extension for AbilityOne contract W91QF5-13-C-0003 under the provisions of statutory authority 10 U.S.C.2304(c)(1) as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, will be extended on a sole-source basis to Skookum Educational Programs located at 4245 Auto Center Way, Bremerton, WA 98312-4021. This contract action is for Buildings and Structures Repair and Maintenance (no including renovation and construction projects under existing JOC and BOA construction projects); coordination of Utility Systems Operation and Maintenance (not covered under an existing privatization contract); HVAC Systems Operation, Repair and Maintenance (not including full HVAC replacement under existing JOC or BOA construction projects); Dining and Laundry Equipment Maintenance; Grounds Maintenance; Surfaced Area Maintenance and U-DO-IT Center Support Services. Current Option Year expires on 28 March 2018. In response to this sources sought, please provide: (1) Identify any condition or action thay 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, Scott Kukes, at scott.d.kikes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonable restricting competition. Include the subject of the acquisition, this accouncement, 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, itentify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certification(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 a follow-on 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 (item or service) 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. 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 applicable North Americal Industrial Classificaiton system Code (NAICS) is 561210, "Facilities Support Services". Size Standard: $38.5Million. MICC Fort Lee POC: Questions or comments regarding this notice may be addressed to Ms Marilyn D. Johnson by email, marilyn.d.johnson.civ@mail.mil no later than 2:00pm EST on Tuesday, 20 February 2018. All responses shall be submitted via email to: marilyn.d.johnson.civ@mail.mil or evette.n.evans.civ@mail.mil no later than 2:00pm, EST on Monday, 26 February 2018. Minimum size limit for responses is limited to tem (1) pages.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/497a531090f79c2fef0e333443fb73cb)
- Place of Performance
- Address: Mission and Installation Contracting Command (MICC)-Fort Lee, 1830 Quartermaster Road, Bldg # 7124, Fort Lee, Virginia, 23801, United States
- Zip Code: 23801
- Zip Code: 23801
- Record
- SN04823979-W 20180216/180214232205-497a531090f79c2fef0e333443fb73cb (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 |