SOLICITATION NOTICE
S -- Sources Sought Life Support Services
- Notice Date
- 3/24/2020 12:49:15 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- W7N1 USPFO ACTIVITY TN ARNG NASHVILLE TN 37204-1502 USA
- ZIP Code
- 37204-1502
- Solicitation Number
- W912L7-20-Q-1504
- Response Due
- 3/27/2020 12:00:00 AM
- Archive Date
- 09/23/2020
- Point of Contact
- Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
- E-Mail Address
-
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Please send an email to eric.a.bolin.mil@mail.mil providing your company's contact informtion and a brief description of your company's capibilities if you are a small business interested in providing the goods or services desscribed in this sources sought. This Sources Sought is for planning purposes only and shall not be considered as an Invitation for Bid, Request for Quotation, Request for Proposal or as an obligation on the part of the Government to acquire any products or services described herein. Your response to this sources sought will be treated as information only. No entitlement to payment of direct or indirect costs or charges to the Government's use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received by the Government for this Sources Sought. � The information provided by contractors may be used by the National Guard in developing its acquisition strategy, and/or Performance Specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this Sources Sought notice or to otherwise pay for the information submitted in response to this Sources Sought notice. Background: The TNARNG is seeking information on qualified and experienced sources for planning purposes, in an effort to derive a contract vehicle that will provide a contractor support the base life support for the 278th ACR during annual training at Fort Hood, TX. The purpose of this sources sought notice is to identify authorized and verified sources of services for an anticipated Firm Fixed-Price contract under North American Industrial Classification System (NAICS) code 561210 with a small business size standard of $38.51M.� This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. Subject to FAR Clause 52.215-3, entitled ""Solicitation for Information of Planning Purpose,"" this announcement constitutes a Sources Sought Notice for Information Only. This is not a solicitations announcement for proposals and no contract will be awarded from this announcement. This sources sought notice is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. LI 001: CLIN 001: Dumpster and Trash Removal (North Fort Hood): The contractor will provide One (1) dumpster and trash removal in support of and from the North Fort Hood living area. Number of dumpsters will be 1 each dumped daily. Size of dumpster will need to be 30 Yards. Period of Performance will be: 7-18 June 2020., 1, EA; LI 002: CLIN 002: Dumpster and Trash Removal (Field): The Contractor will be provide one (1) dumpster with trash removal in support of and from various Life Support Area sites. Number of dumpsters will be 1 each dumped daily. A 20 yard, roll-on, roll-off type. Measurements would be 7�9� high by 8� wide, by 22� long. Period of Performance will be: 12-16 June 2020., 1, EA; LI 003: CLIN 003: Hand Sanitation Stations (Sleeping Area/Motor Pool): The contractor will provide and service sixty-six (66) hand sanitation stations. Hand sanitation stations will require service to refill hand antiseptics when servicing chemical latrines. Hand sanitation stations will require daily service to refill hand antiseptics when servicing chemical latrines. Paper towels, soap, and grey water removal need to be part of the daily service included. Period of Performance will be: 31 May � 25 June 2020., 66, EA; LI 004: CLIN 004: Hand Sanitation Stations (Sleeping Area/Motor Pool): The contractor will provide and service three hundred and sixty (360) hand sanitation stations. Hand sanitation stations will require service to refill hand antiseptics when servicing chemical latrines. Hand sanitation stations will require daily service to refill hand antiseptics when servicing chemical latrines. Paper towels, soap, and grey water removal need to be part of the daily service included. Period of Performance will be: 12-16 June 2020., 360, EA; LI 005: CLIN 005: Power Generation: Contractor will provide power generation. Power requirements are for all sleeping tents and all other facilities that require power. Contractor will deliver, setup, maintain (to include maintenance and wiring), and remove all power generation equipment once contract is complete. Government will either provide contractor with fuel fob to access Ft. Hood fuel point, or government will provide escort to the Ft. Hood fuel point to get fuel. The fuel will be at no cost to the contractor. The service requested will be to refuel generators on the North Fort Hood. (Generators will need to be diesel, F24 Capability. F24 same as JP8 but additives added to prevent freezing in cooler temperatures). Contractor will be available to respond to service calls for maintenance within two (2) hours once notified. Contractor will place generators at a minimum of 30 � 50 feet away from all tents. Emplacement of any grounding rods, anchors, or other accessories into the ground on Fort Hood requires an approved dig permit and confirmation of non-interference with existing underground utilities. POC for dig permits at Ft. Hood will be provided at contract award. Dig permits take approximately 14 business days to obtain and require coordination with the COR. Contractor will establish power generation by 6 June 2020 and be operational through 19 June 2020 (Period of Performance)., 1, EA; LI 006: CLIN 006: Setup/Breakdown (Sleeping Area/Motor Pool): Contractor will be responsible for the erection, maintenance, and clearance of all facilities, to include wiring and hookup. Contractor will be responsible for removal of all debris, trash, and materials from the site. Upon completion of the exercise, contractor will be responsible for the return of sites to their original state. Set up must be completed with approved schedule, see spreadsheet for dates of services that is attached to this solicitation. Breakdown should be completed within 10 days after period of performance (18 June 2020) of contract is complete., 24, EA; LI 007: CLIN 007: Setup/Breakdown (Field): Contractor will be responsible for the erection, maintenance, and clearance of all facilities, to include wiring and hookup. Contractor will be responsible for removal of all debris, trash, and materials from the site. Upon completion of the exercise, contractor will be responsible for the sites to returned to it�s original state. Breakdown should begin the day after the period of performance ends (18 June 2020) for field activities., 1, EA; LI 008: CLIN 008: Portable Chemical Latrines (Sleeping Area/Motor Pool): The contractor will provide and service four hundred and forty-two (442) chemical latrines. ALL chemical Latrines will be cleaned and serviced daily. Toilet paper needs to be included as part of the service and quantities maintained throughout exercise. Government will provide guidance for placement following the completion of the site survey at Fort Hood, TX. Placement will be coordinated with the COR. IAW FM 21-10 (Field Hygiene and Sanitation) we will need the Chemical Latrines to be at least 300 feet from Dining Facility. Estimate quantity is cumulative over the period of performance of per unit per day. Contractor will have chemical latrines available for use on 31 May 2020 and be operational through 25 June 2020., 442, EA; LI 009: CLIN 009: Portable Chemical Latrines (Field): The contractor will provide and service four hundred and fifty (450) chemical latrines. ALL chemical Latrines will be cleaned and serviced every other day. Toilet paper needs to be include as part of service. Government will provide guidance for placement following the completion of the site survey at Fort Hood, TX. Placement will be coordinated with the COR. Estimate quantity is cumulative over the period of performance of per unit per day. Contractor will have chemical latrines available for use at various locations on various dates. See excel spreadsheet for locations and dates. Contractor will have chemical latrines available for use on 12 � 16 June., 450, EA; LI 010: CLIN 010: Sleep Tents (North Fort Hood): Two (2) Sleep Tents (North Fort Hood). Each tent will provide 50 square foot of space per soldier. The site will sustain both male and female Soldiers in order to support the population on North Fort Hood. All tents will include fire extinguishers (TYPE C) in each tent IAW AR 385-10. The sleeping tent will include lights (a minimum illumination of 30 foot candle at table height), minimum of one (1) (2receptacle) outlet per four (4) cots evenly spaced on the wall, and HVAC to sustain 68-72 degrees. The Contractor will be responsible for erecting and dismantling of the sleeping tents as well as maintaining the operation of lights, HVAC, and power generation. Sleeping tents will be able to withstand wind gusts of 75mph. Sleeping tents will have 3/4� plywood floor placed on 4�x 4�stringers or 1� plastic/ composite flooring. Floor should be raised in order to prevent flooding. Please state in your proposal the type of flooring that will be used. Bare floors will not be acceptable. All sleeping tents will be clear span, pole or other technically acceptable alternative and must be separated by gender. Contractor will provide tent space to sleep 350 Soldiers. Period of performance is 7-18 June 2020., 2, EA; LI 011: CLIN 011: Light Towers (Sleeping Area): Contractor will provide six (6) light towers located in the sleeping area from 7 - 18 June 2020. Government will provide guidance for placement of light towers following the completion of the site survey at Fort Hood, TX. Placement will be coordinated with the COR. DIESEL FUEL CAPABILITY REQUIRED. (F24 Fuel will be provided to contractor at no cost to Contractor, but labor will need to be provided to fuel/refuel by the contractor). Period of performance is 7-18 June 2020., 6, EA; LI 012: CLIN 012: Contractor will provide twelve (12) light towers located in the life support area from 7 - 18 June 2020. Government will provide guidance for placement of light towers following the completion of the site survey at Fort Hood, TX. Placement will be coordinated with the COR. DIESEL FUEL CAPABILITY REQUIRED. (F24 Fuel will be provided to contractor at no cost to Contractor, but labor will need to be provided to fuel/refuel by the contractor). Period of performance is 7-18 June 2020, 12, EA; LI 013: CLIN 013: Shower Trailers (Sleeping Area): Contractor will provide three (3) shower trailers with 25 shower heads in total. Contractor shall provide means to dispose of grey water. Period of Performance will be 7-18 June 2020., 3, EA; LI 014: CLIN 014: Gray Water Removal (Sleeping Area/Field): Contractor shall provide removal of grey water collection tanks in life support area and the field for contracted facilities and Army Organic facilities. Contractor will be able to dump grey water on Ft. Hood. Dig Permit will be obtained by the TNARNG. Gray water shall be collected daily. Grey water removal will be based off the fresh water coming in. Please see potable water for those estimates. Contractor will not be required to provide any gray water blivets for any Government equipment. Gray Water storage are 3,000 gallon gray water blivets with 2� couplings., 1, EA; LI 015: CLIN 015: Contractor Manpower Reporting Application (CMRA: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://www.ecmra.mil/ Default.aspx The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer�s Technical Representative; (2) Contract Number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor�s name, address, phone number, email address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending May 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor�s systems to the secure web site without the need for separate data entries for each required data element at the web site., 1, EA; �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ef0b42380002433dae3e3c0b732e15b0/view)
- Place of Performance
- Address: See Place of Performance.
- Record
- SN05598573-F 20200326/200324230143 (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 |