SPECIAL NOTICE
99 -- Request for Information
- Notice Date
- 1/29/2020 1:38:56 PM
- Notice Type
- Special Notice
- NAICS
- 561710
— Exterminating and Pest Control Services
- Contracting Office
- W6QM MICC-FDO FT HOOD FORT HOOD TX 76544-5025 USA
- ZIP Code
- 76544-5025
- Solicitation Number
- RFI-HOOD-2020-29
- Response Due
- 3/27/2020 9:00:00 PM
- Archive Date
- 04/12/2020
- Point of Contact
- Kyle Esannason-Olano, Phone: 2542871636, Rhonda Gibson, Phone: 2542870487
- E-Mail Address
-
kyle.j.esannasonolano.civ@mail.mil, rhonda.j.gibson3.civ@mail.mil
(kyle.j.esannasonolano.civ@mail.mil, rhonda.j.gibson3.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- AGRICULTURAL DISINFECTANT OF VEHICLES AND CONTAINERS INDUSTRY DAY� Request for Information (RFI) Equipment Disinfection Services for Future Requirements for Army IIICORP INTRODUCTION The Mission Installation Contracting command (MICC) located at Fort Hood Texas is inviting interest parties to participate in this Industry day and RFI, as a means of conducting market research to identify local parties having an interest in and the resources to support the requirement for non-personal services to spray vehicles with �Virkon� disinfectant in accordance with the attached draft Performance Based Work Statement (PBWS). The contract type is anticipated to be a firm fixed price (FFP), Multiple Award Task Order Contract, for indefinite quantity and indefinite delivery (FFP-MATOC-IDIQ). The Level of Effort for 2020-2021 is estimated to be around $2M. The estimated period of performance consists of a base year plus three options, commencing around October 2020. Specifics regarding the number of option periods will be provided in the solicitation. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act. DISCLAIMER �THIS REQUEST FOR INFORMATION IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE) SAMBeta.gov. IT IS THE RESPONSIBILITY OF POTENTIAL CONTRACTORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� DESCRIPTION Contractors shall be required to spray equipment with Virkon Aquatic Solution 1% disinfectant, at Fort Hood and Fort Bliss in accordance with the attached PBWS. Contractor shall spray all surfaces of each piece equipment with the prescribed solution and provide 10 minutes wet contact time. The contractor shall collect all chemical residue and waste water. The contractor shall dispose of the waste water and residue in accordance with instructions in the PBWS. The contractor shall provide all materials, supplies, other direct cost materials and adequate personnel necessary to complete the requirement within the allotted period of performance (see PBWS). Contractor shall provide and install FHD Fire Hydrant Backflow meter with Reduced Pressure Zone (RPZ) valve meter. ELIGIBILITY The applicable NAICS code for this requirement is 561710�exterminating and Pest Control Services with a Small Business Size Standard of $11M. The Product Service Code is 9999. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. BASED ON THE RESPONSES TO THIS RFI /MARKET RESEARCH, THIS REQUIREMENT MAY OR MAY NOT BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. REQUIRED CAPABILITIES If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. 3) If significant subcontracting or teaming agreement is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. [Note: In accordance with FAR 10.001(b), agencies should not request potential sources to submit more than the minimum information necessary.] ADDITIONAL INFORMATION AND SUBMISSION DETAILS (SITE VISIT) Organized Site Visit Instructions: Please confirm your participation NTL than Friday, 31 January, 2020 by 4pm Texas Central Time. Registration will be accepted via email to kyle.j.esannason-olano.civ@mail.mil ; and juana.m.astudillo.mil@mail.mil. REGISTRATION: The email must provide the business name, address, attendee name(s), a point of contact phone number and email address. The subject line of the email should read MICC Fort HOOD industry day �Site Visit�. Specifics, including directions, agenda, question forms, and ground rules will be provided by email upon approved registration. This site visit WILL NOT be rescheduled if cancelled due to weather or any other Acts of God. LOCATION: All interested contractors will meet the Contract Specialist Kyle J. Esannason-olano at the welcome center by T.J. Mills gate, at 1300. Please arrive earlier and request Fort Hood gate access for your vehicle and personnel at the Welcome Center. Contractors will be allowed to take pictures and submit questions via email. QUESTIONS: shall be submitted no later than 18 February 2020 by 1600 Central Standard Time. (See attached documents for Gate access request instructions) This scheduled site visit will enable potential contractor to further understand the history behind the requirement as well as tour certain areas of specific interest to the III CORP Virkon Equipment Disinfection Program for this intended requirement. Attendance at the site visit is NOT a requirement and in no way will it have any effect on any company from submitting a response to this Request for Information notice and/or a proposal in response to any forthcoming solicitation. INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) a) A draft Performance Based Statement of Work (PBSOW) and required personnel Qualifications Description (if needed) are attached for review. (Attachment 1) b) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. Via email to kyle.j.esannason-olano.civ@mail.mil and madge.a.lewis2.civ@usa.army.mil. This documentation must address at a minimum the following questions: 1.) What type of work has your company performed in the past in support of the same or similar requirement? (Spraying for pest control) 2.) Can or has your company managed a task of this nature? I.e. Pest control, spraying with insecticide. If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? Virkon or chemicals handling and safety certifications (as needed), or the capability to obtain the certification before the period of performance starts. 5) This requirement is open to all vendors but it may be set aside to small business if enough sources are available. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate the Small Business Category (if any) of your company. I.e. Small Business, Small Disadvantaged, Women-Owned, HUBZone, Service Disabled Veteran-Owned Small Business Concern, or other. 8.) Include in your response your ability to meet the requirements in the Facility access and estimated lead time to perform. (how many days in advance shall the contractor be notified to perform for task order) Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Request for Information and site visit, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Jane Doe, in either Microsoft Word or Portable Document Format (PDF), via email kyle.j.esannasonolano. civ@mail.mil or juana.m.astudillo.mil@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Request for Information.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3612311ef47744ff8494e684e76d4330/view)
- Place of Performance
- Address: Fort Hood, TX 76544, USA
- Zip Code: 76544
- Country: USA
- Record
- SN05546237-F 20200131/200129230141 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |