Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 24, 2022 SAM #7419
SOURCES SOUGHT

R -- JPED Re-Compete Sources Sought Notice

Notice Date
3/22/2022 12:51:45 PM
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
W6QM MICC-FT KNOX FORT KNOX KY 40121-5000 USA
 
ZIP Code
40121-5000
 
Solicitation Number
FY2311738515
 
Response Due
4/13/2022 10:00:00 AM
 
Point of Contact
Joseph R. Lawrence, Phone: 5026241457, Gina Kern, Phone: 5026245452
 
E-Mail Address
joseph.r.lawrence3.civ@army.mil, gina.m.kern.civ@army.mil
(joseph.r.lawrence3.civ@army.mil, gina.m.kern.civ@army.mil)
 
Description
SOURCES SOUGHT SYNOPSIS This is a Sources Sought Notice ONLY. The United States (U.S.) Government desires to procure support services for the Joint Personal Effects Depot (JPED) at Dover Air Force Base, DE. This will be a single award IDIQ Requirements Type Contract (RTC).� The period of performance will be for a Base year plus 4 option years, to include a 30 day phase in.� Projected Solicitation is December 2022, and projected award is April 2023, subject to change. �The anticipated NAICS code is: 561990, All Other Support Services, with a size standard of $12,000,000.00. A need is anticipated to receive, safeguard, inventory, store, process, and make final disposition of Personal Effects (PE) of all fatalities resulting from overseas contingency operations (OCO) and all current deaths other than OCO that process through the Dover Port Mortuary as determined by the Armed Forces Medical Examiner (AFME).� The contractor shall provide non personal services for routine operations at the JPED and Mortuary to process an average of 9 Personal Effects (PE) cases per month per year with 5 forensic cases per month and support up to 50 Dignified Transfers (DTs) per year. The contract will be a Requirements Type Contract (RTC).� PE cases shall be processed within 15 days of receipt of notice from the government for services provided. The maximum estimate is processing 200 PE cases and 120 forensic cases per year and supporting 50 DTs per year. A case is the PE of an individual Soldier. The average case in terms of PE is six footlockers.� Contractor support is needed to support the JPED mission due to a shortage of available and qualified U.S. Government personnel support, and casualty surges. The JPED mission is carried out in accordance with the following regulations: Department of Defense (DoD) Joint Publication 4-0, Joint Logistics - Joint Chiefs of Staff, dated 4 February 2019; DoDD 1300.22 Mortuary Affairs Policy dated 30 October 2015; DoDI 1300.18 DoD Personnel Casualty Matters, Policies and Procedures dated 8 January 2008; and Army Regulation (AR) 638-2 (Army Mortuary Affairs Program). For all other applicable regulations please see attached Draft PWS. Attached is the draft Performance Work Statement (PWS) (File Name: JPED Draft PWS). This draft PWS is for planning and information purposes only. It is not to be construed as a commitment by the government nor will the government pay for any information solicited. The draft PWS is being provided to industry for receipt of comments only. All requirements documents are preliminary, and the government reserves the right to make any changes deemed appropriate. We encourage 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, and Large Businesses), to identify their capabilities in meeting the requirement at a fair market price. Limitations on subcontracting and non-manufacturer rule do not apply to small business set-asides for contracts at or below the SAT. It does apply to 8(a), HUBZone, SDVOSB, EDWOSB, and WOSB set-asides regardless of the dollar value of the award. See Federal Acquisition Regulation (FAR) 52.219-14. All WOSB firms need to take action in beta.certify.sba.gov in order to compete for WOSB Federal Contracting Program set-aside contracts. This notice is issued solely for information and planning purposes � it 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. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the SAM.gov. It is the responsibility of potential offerors to monitor SAM.gov for additional information pertaining to this requirement. Response to Sources Sought: Responses must include government requested information, followed by the contractor's response. Contractors may respond to as many of the following as appropriate. 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, and provide your socioeconomic status in accordance with, NAICS code: 561990, All Other Support Services, with a size standard of $12,000,000.00. 2. Provide your company's capability to execute the current draft PWS (attached) as a Requirements Type Contract (RTC). Definition: A Requirements Type Contract vehicle provides for filling all actual purchase requirements of designated government activities for supplies or services during a specified contract period (from one contractor), with deliveries or performance to be scheduled by placing orders with the contractor (See FAR 16.503). � � �2a. Small Business: Provide your company's capability to perform services as defined in the draft PWS as a small business or as part of a joint venture/teaming partner agreement with another small business or a large business. � � �2b. Large Business: Provide your company's capability to perform services as defined in the draft PWS, with opportunities for small business participation identified, or as part of a joint venture/teaming partner agreement with a small business. 3. 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. 4. 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. 5. In addition to the statements of capability referenced above, please provide your company's response to the following question: Question: If there is a surge requirement, how much time will be required to staff and complete processing of the additional PE cases? 6. Contractors are invited to submit written comments regarding the draft PWS. Comments must indicate the page number and section related to the comment. Also, identify how the Army can best structure these contract requirements to facilitate competition. 7. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.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 Sam.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Response Due Date: Sources Sought responses and all Comments shall be submitted no later than Wednesday, April 13th, 2022 by 1PM EDT. �Limit your response to 5 pages total to include all diagrams, photos, and charts.� Minimum font size is 11pt. All submissions shall be sent to Joseph R Lawrence, Joseph.r.lawrence3.civ@army.mil, and Gina M Kern, Gina.m.kern.civ@army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/934d5ba200d74586a6098c3377fecbaf/view)
 
Place of Performance
Address: Dover AFB, DE 19902, USA
Zip Code: 19902
Country: USA
 
Record
SN06275593-F 20220324/220322230111 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.