Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2022 SAM #7568
SOURCES SOUGHT

R -- White Sands Missile Range Mission Support Services (MSS)

Notice Date
8/18/2022 3:58:40 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QM MICC-FDO FT HOOD FORT HOOD TX 76544-5025 USA
 
ZIP Code
76544-5025
 
Solicitation Number
W9115122RMSS123
 
Response Due
9/30/2022 11:00:00 AM
 
Point of Contact
Dianne Grimes, Joyce Frost
 
E-Mail Address
Dianne.k.grimes.civ@army.mil, joyce.m.frost6.civ@mail.mil
(Dianne.k.grimes.civ@army.mil, joyce.m.frost6.civ@mail.mil)
 
Description
SOURCES SOUGHT W9115122RMSS123 White Sands Missile Range (WSMR) Mission Support Services (MSS) The Mission Installation Contracting Command � Ft. Hood, White Sands Missile Range Branch, on behalf of the White Sands Test Center is issuing this source sought as a means of conducting market research, identifying potential vendors, and gaining knowledge of current industry standards.� �� A draft Performance Work Statement (PWS) without the Technical Exhibits has been provided for industry review and is subject to change prior to its official release. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION TO VENDORS THAT MEET THE REQUIRED REQUIREMENTS.� 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. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. This is not a Request for Proposal (RFP) nor does it 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 will be made available to pay for the preparation of responses to this announcement.� Any information submitted to this notice is strictly voluntary and will not be returned.� Not responding to this notice does not preclude participation in future solicitations.� If a solicitation is released, it will be synopsized at www.sam.gov.� REQUIREMENT See Draft Performance Work Statement ELIGIBILITY The applicable NAICS codes for this predominance of this requirement are 541330 Engineering Services with a small business size standard of $22.5 Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than 20 pages in length using Arial font of not less than 10 pitch. The deadline for response to this request is no later than 2:00 pm, Eastern Standard Time (EST), 30 Sept 2022.� All responses under this Sources Sought Notice must be e-mailed in either Microsoft Word (.docx) or Portable Document Format (.pdf) to Contracting Officer Diane Grimes at dianne.k.grimes.civ@army.mil and Contract Specialist Joyce Frost at joyce.m.frost6.civ@army.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 Please include on the first page: Company�s Name CAGE Code/SAM Unique ID Business Size Primary Point of Contact (POC) with email and phone number Information sought:� Discuss company�s capability to perform in accordance with the PWS. Discuss areas that would require expertise from outside the company and how would it be accomplished (i.e. teaming arrangements, subcontracting, etc)? Identify the subcontracting opportunities that exist for the contemplated services. If applicable, what specific portions and percentages of the tasks identified in the PWS would you elect to subcontract? What percentage of the total contract effort does your organization normally subcontract? Describe what tasks your company would need to accomplish during a phase-in period to commence full performance based on the draft PWS?�� How long would you need to accomplish this? Discuss current and past performance on similar requirements.� Identify the specific tasks and the customer supported. Discuss potential Organizational Conflicts of Interest (OCI). Provide a brief outline describing how your organization could avoid actual or perceived OCI (See FAR 9.5). Discuss experience with contracts that included a collective bargaining agreement?�� What implications has this had on your proposal (price and or technical) workforce composition or operational strategy? Please provide any general questions or clarifications regarding the work outlined within the draft PWS provided. Discuss what forces that might drive up prices in the near future (e.g., strikes, labor shortages, energy shortages, raw material shortages, etc.). Discuss what forces might lead to lower prices in the future. Discuss cost savings or efficiency mechanisms that could be deployed on a contract of this nature or type of scope? Discuss new trends or technologies that would be implemented to support the work identified in the draft PWS?�Discuss specific performance metrics that could be utilized to measure performance of the work identified in the draft PWS?� Are there requirements in the draft PWS that are barriers to competition?� What are they and are there any recommended changes? If services are not available in the commercial marketplace, what revisions can the Government make to the performance work statement to allow for the commercial marketplace to submit offers? Discuss how you company can support or manage a surge requirement. Discuss preferred contract type. �Discuss if warranties are offered and how they are tracked.� Discuss financial system and is it portable, proprietary, or commercial off the shelf. Discuss the rights/assess available to the Government. Does your company currently have a top-secret facility clearance?� If not, discuss how your company would support top-secret requirements. Discuss maintenance system/systems? Discuss cyber compliance. (e.g., cyber, information technologies, system administrator, training, etc) Discuss property management and cost controls associated with stock inventories? What exhibits would you recommend accompany the PWS at solicitation?� What information is needed by the contractor to prepare a viable response to the solicitation? Discuss experience with contracts utilizing both Davis Bacon Act and McNamara-O�Hara Service Contract Act?� What potential shortfalls could a company face with this type of hybrid contract?
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3dc2a0fb99514e12be935f8cc8a16c09/view)
 
Place of Performance
Address: White Sands Missile Range, NM 88002, USA
Zip Code: 88002
Country: USA
 
Record
SN06433374-F 20220820/220818230130 (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.