SOURCES SOUGHT
S -- Full Food Services at Ft. McCoy - PWS & TE
- Notice Date
- 11/1/2018
- Notice Type
- Sources Sought
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort McCoy (W911SA), 1108 South R Street, Fort McCoy, Wisconsin, 54656-5142, United States
- ZIP Code
- 54656-5142
- Solicitation Number
- W911SA-13-D-0006-P-00024
- Point of Contact
- Aditya S. Khurana, Phone: 6083888346, Laurie Ehlinger, Phone: 608-388-4649
- E-Mail Address
-
aditya.s.khurana.mil@mail.mil, laurie.a.ehlinger.civ@mail.mil
(aditya.s.khurana.mil@mail.mil, laurie.a.ehlinger.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- PWS and Technical Evaluation. THIS IS A SOURCES SOUGHT NOTICE ONLY. The U.S. Government currently intends to award a contract of Full Food Services for the Fort McCoy Logistics Readiness Center on a Sole Source basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone (HUB-Zone), Service-Disabled Veteran-Owned (SDVO), Women-Owned Small Business (WOSB) concerns), must describe their identifying capabilities in meeting the requirement at a fair market price, i.e., information which may help support a set-aside. The proposed sole source, Indefinite Delivery/Indefinite Quantity contract to DCT, Incorporated for Full Food Services at locations on Fort McCoy, WI. The estimated Period of Performance is 01 December 2018 through 30 April 2019, this is a 5 month extension. The statutory authority for the sole source procurement is 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 requirement. Attached are the draft Performance Work Statement (PWS), Technical Exhibit with estimated workload data and work locations. 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 U.S. Government to contract for any supply or services. 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 to response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to notice, is solely with the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government Point of Entry for additional information pertaining to this requirement. The NAICS code(s) is: 722310 Food Service Contractors with a small business size of $38.5 M. In response to this sources sought, please provide: 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, Scott Kukes, at scott.d.kukes.civ@mail.mil or (210) 466-2269, 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 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, such as SBD, 8(a), HUB-Zone, SDVOSB, WOSB, etc.) And corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a price contractor or participating as a subcontractor. Identify subcontracting, joint ventures or teaming arrangements that will be pursued, if any. 4. List previous experience on similar requirements, pertinent certifications that will facilitate making a capability determination. List if your company was the prime or subcontractor. Include size, scope, complexity, time frame and if it were that jobs for government or commercial purposes. 5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for pricing (e.g., market pricing and catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirement to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specification/draft PWS to acquiring the identified items/services.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/879be736e9136414d755b0d304075dc6)
- Place of Performance
- Address: Full Food Service is provided at various locations on Fort McCoy. Logistics Readiness Center, Fort McCoy, Wisconsin, 54656, United States
- Zip Code: 54656
- Zip Code: 54656
- Record
- SN05140233-W 20181103/181101230636-879be736e9136414d755b0d304075dc6 (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 |