SOURCES SOUGHT
R -- SOUGHT SYNOPSIS NOTICE W9124J-23-R-MHPI
- Notice Date
- 5/4/2022 12:45:12 PM
- Notice Type
- Sources Sought
- NAICS
- 531210
— Offices of Real Estate Agents and Brokers
- Contracting Office
- W6QM MICC-FDO FT SAM HOUSTON FORT SAM HOUSTON TX 78234-1361 USA
- ZIP Code
- 78234-1361
- Solicitation Number
- W9124J-23-R-MHPI
- Response Due
- 5/30/2022 9:00:00 AM
- Point of Contact
- Robert Moffett, Salameya Paulouskaya
- E-Mail Address
-
robert.s.moffett.civ@army.mil, salameya.paulouskaya2.civ@army.mil
(robert.s.moffett.civ@army.mil, salameya.paulouskaya2.civ@army.mil)
- Description
- SOURCES SOUGHT SYNOPSIS NOTICE SOLICITATION NUMBER:� W9124J-23-R-MHPI NOTICE TYPE:� This Is A Sources Sought Synopsis Notice ONLY.� This Sources Sought Synopsis (SSS) is for Financial, Real Estate Analytical, Advisory and Consulting Support Services for the Military Housing Privatization Initiative Act (MHPI). The information received will be used within the Mission and Installation Contracting Command - Fort Sam Houston Contracting Center (MICC-FSH) for market research in accordance with Federal Acquisition Regulation (FAR) Part 10 � Market Research, and will not be disclosed outside of the organization.� This notice is for planning and informational purposes only and SHALL NOT be considered an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP).� There is no obligation on the part of the Government to acquire any products or services described in this Sources Sought Synopsis.� This office does not intend to award a contract on the basis of this Sources Sought Synopsis or reimburse respondents for information solicited and provided.� No funds have been authorized, appropriated, or received for this effort.� Response to this SSS does not guarantee or exclude your participation in the forthcoming acquisition process. �Any information provided by the Government under this notice is preliminary and may be updated or changed prior to release of the solicitation. �All submissions will become Government property and will not be returned. The U.S. Army requires information to determine the availability of resources to provide Financial, Real Estate Analytical, Advisory and Consulting Support Services for the Military Housing Privatization Initiative Act (MHPI) as defined in the attached Performance Based Work Statement. The Government seeks to procure the following: Financial, Real Estate Analytical, Advisory and Consulting Support Services for the Military Housing Privatization Initiative Act (MHPI) The Contractor shall provide private sector real estate and financial expertise to support the Program and Project Management of the: (1) ODASA (IH&P) (2) DCS G9 Housing Office (ISH) (primarily the Privatized Housing and Lodging Branch), and to a lesser degree, as directed by the COR other offices within OASAIEE and DCS G9) (3) USACE (4) AMC HQ (5) IMCOM HQ Services rendered shall accomplish the tasks in the attached Performance Based Work Statement. The work will be performed at HQDA in the Washington Metropolitan Area, AMC HQ in Redstone Arsenal AL, IMCOM HQ in Joint Base San Antonio, TX, and various IMCOM/USACE locations in the United States and territories as may be necessary to accomplish the PWS tasks.� Contractor shall provide the required employees at DCS G9, ODASA (IH&P) in the Pentagon, AMC HQ, IMCOM HQ, and the remaining personnel in their corporate offices or other sites to accomplish tasks in the PWS.� All personnel in labor categories supporting this contract other than the advisor and senior advisor positions, unless approved by COR, will be required to be within a 60-minute commute of the Pentagon, AMC HQ, or IMCOM HQ as required. The information received from this SSS will be used by the Government as a preliminary planning tool for the purposes of obtaining information regarding the availability and capability of qualified businesses under the North American Industry Classification System (NAICS) Code 531210, Offices of Real Estate Agents and Brokers. �The associated size standard is $8 Million as measured by total revenues. �The anticipated period of performance is one (1) 12-month base year and (4) 12-month option years. EXISTING CONTRACT: The Government currently contracts for these services under contract W9124J-16-F-0049. � In order to determine if sources capable of satisfying the agency need exists, the Government will consider all SSS responses received, particularly those received from 8(a), HUBZone, SDVOSB, WOSB, or small businesses. �Responses to this SSS permit the contracting officer, in accordance with FAR 19.203(c), to consider an acquisition for the small business socioeconomic concerns (i.e., 8(a), HUBZone, SDVOSB, or WOSB programs) and to consider a small business set-aside (see 19.502-2(b)). �Small businesses, in all socioeconomic categories are highly encouraged to identify capabilities in meeting the requirements at fair market prices. �Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns. �Describe any conditions that may limit small businesses from participation. SUBMITTAL INFORMATION: Interested Offerors having the required specialized capabilities / qualifications to support some or all of the work identified in the PWS are asked to answer the following questions and submit a capability statement.� Capability statements shall contain the following information: 1. Name of the firm, point of contact, phone number, email address, Unique Entity Identifier (UEI), CAGE code, 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. 2. Information in sufficient detail regarding previous experience on similar requirements to include contract number, organization supported, indication of whether as a prime contractor or subcontractor, contract value, point of contact with current phone number. �Briefly identify how the referenced contract relates to the services described for this requirement.� If applicable, identify any unique characteristics or alternative solutions to the performance of work. Identify how the Army can best structure this requirement to facilitate competition by and among small business concerns. 3. The NAICS code contemplated for this requirement is 531210 with a size standard of $8M.� In your opinion, does this NAICS code fit this requirement?� If not, which NAICS code would you suggest and why? 4. 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 210-466-3015, 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 notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 5. Responses to this SSS shall indicate their company�s management approach in providing Financial, Real Estate Analytical, Advisory and Consulting Support Services to the MHPI program. 6. Responses to this SSS shall indicate what their company�s Rough Order Magnitude (ROM) might be. What is your company�s estimation of this requirements level of effort (Number of Personnel and Type) and cost to complete? 7. The Government does not know at this point if this will be a Small Business Set-Aside or Unrestricted. See the below questions regarding subcontracting as well as the limitation on subcontracting. 8. Firms interested in competing for this requirement as a prime contractor: If you are subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement, please provide the name of these companies and what work they will be performing, if available. Please provide your company's specific experience in MPHI support services and providing comparable services.� Ensure the information is sufficiently detailed regarding previous experience in managing MHPI services (indicate whether the experience has been as a prime contractor or subcontractor) on similar requirements (include the services provided, the number of facilities involved, and any other relevant information you deem applicable).� If applicable, please provide the same experience information from any subcontracts, Joint Venture, and/or teaming partners you may propose with.� 9. What percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors?� Note: All socio-economic set-asides include the clause FAR 52.219-14 Limitations on Subcontracting (Class Deviation 2021-O0008): ""Similarly situated entity"" means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform.� An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside. In addition, the Contractor agrees in performance of a contract for services, it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. YOUR RESPONSE TO THE SYNOPSIS:� The Government will not review general capability statements, please ensure submissions are tailored to this requirement and information requested in the attached performance work statement.� The Government requests Capabilities Statements be submitted electronically in PDF or MS Word format.� Offeror's responses shall not exceed ten (10) pages single-sided - standard 8 � X 11 pages using not less than 10-pitch font - and shall describe the offerors technical expertise in sufficient detail to make an informed determination of the offerors ability to successfully perform the services described in the attached PWS. All responses shall be received no later than 30 May 2022 at 12:00 pm CDT.� Please respond via electronic mail (email) to the Contracting Officer, Salameya Paulouskaya, and Contract Specialist, Robert Moffett, at the following: �Salameya.paulouskaya2.civ@army.mil and robert.s.moffett.civ@army.mil.� All questions MUST be in writing and should also be directed to Contracting Officer and Contract Specialist.� In all responses, please reference W9124J-23-R-MHPI in the subject line.� Verbal questions will not be accepted.� This SSS is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited.� Respondents will not be notified of the results of the evaluation.� No telephonic responses will be accepted. Primary Point of Contact:� Robert Moffett Contract Specialist Email:� robert.s.moffett.civ@army.mil Secondary Point of Contact: � Salameya Paulouskaya Contracting Officer Email: salameya.paulouskaya2.civ@army.mil � Contracting Office Address: 2205 Infantry Post Road, Bldg. 603 Fort Sam Houston, Texas 78234-1361 United States Attachments: Attachment One (1): PWS_W9124J-23-R-MHPI Recompete Contract_FINAL 1 Dec 21
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e2a04fdd18484c6b998916ba540c5f0a/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06317662-F 20220506/220504230114 (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 |