SOURCES SOUGHT
R -- Support Services - DRAFT PWS & PRS
- Notice Date
- 11/1/2018
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Bragg, Installation Contracting Office, Drawer 70120, Fort Bragg, North Carolina, 28307-0120, United States
- ZIP Code
- 28307-0120
- Solicitation Number
- W91247-19-T-BRDG
- Archive Date
- 11/30/2018
- Point of Contact
- William D. Covington, , Sherry E. Carpenter,
- E-Mail Address
-
william.d.covington2.civ@mail.mil, sherry.e.carpenter.civ@mail.mil
(william.d.covington2.civ@mail.mil, sherry.e.carpenter.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS DRAFT PRS DRAFT PWS SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a interim 4 month contract for Directorate of Plans, Training, Mobilization and Security (DPTMS) Support Services on a SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement immediately with a start date on or about 16 November 2018 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, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source Firm Fixed Price contract to InfiniSource Consulting Solutions (ICS) Inc. 201 Loudoun St. SE Suite 200, Leesburg, Virginia 20175, to perform support services for non-Governmental in nature tasks that exceed organic Garrison capabilities as detailed within the attached DRAFT Performance Work Statement (PWS). The contractor will provide the services required to support approximately 400 mobilizing/demobilizing (MOB/DEMOB) Soldiers at any one time, associated compliance programs, and the installation staff support services detailed in this PWS. The statutory authority for the sole source procurement is 10 U.S.C. 2304(c)(1), as implemented in Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Attached are the DRAFT PWS and Performance Requirements Summary (PRS). 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 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. 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 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 NAICS code for this requirement is 561210, "Facilities Support Services" with a small business size standard of $32,500,000.00. 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 solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, 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 ability to perform this requirement on or about 16 November 2018 with a 15 day phase-in period and full performance by 1 December 2018, 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. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services. 8. Statement of Capability should be submitted no later than 8 November 2018 at 5:00 p.m. (EST) MICC - Fort Bragg anticipates issuing the solicitation not later than 19 November 2019. Please note that this date is subject to change. Potential offerors are responsible for monitoring this site for release of the solicitation. The response information should be electronically mailed to Contract Specialist William Covington at william.d.covington2.civ@mail.mil and Contracting Officer Sherry Carpenter at sherry.e.carpenter.civ@mail.mil at the Mission and Installation Contracting Command Center (MICC), Fort Bragg, NC.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bc48a60b93a386481b41a08e5f4a9c4f)
- Place of Performance
- Address: FT BRAGG, North Carolina, 28307, United States
- Zip Code: 28307
- Zip Code: 28307
- Record
- SN05141102-W 20181103/181101230947-bc48a60b93a386481b41a08e5f4a9c4f (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 |