SOURCES SOUGHT
Z -- Facilities Maintenance La Macarena
- Notice Date
- 10/17/2022 7:48:26 AM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- 0410 AQ HQ CONTRACT FORT SAM HOUSTON TX 78234-5046 USA
- ZIP Code
- 78234-5046
- Solicitation Number
- PAN410-22-P-0000-000640
- Response Due
- 10/28/2022 10:00:00 AM
- Point of Contact
- Joseph Schwener, Jr., Nathanial D. Gaunt
- E-Mail Address
-
joseph.g.schwener.civ@army.mil, nathanial.d.gaunt.civ@army.mil
(joseph.g.schwener.civ@army.mil, nathanial.d.gaunt.civ@army.mil)
- Description
- SOURCES SOUGHT SYNOPSIS PAN410-22-P-0000 000460 Facilities Maintenance and Repair Services This is a Sources Sought Notice ONLY. The Regional Contracting Center � Americas, 410th Contracting Support Brigade (RCC-A, 410th CSB) is issuing this source sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for facilities maintenance and services for a footprint on a Columbian Base. The intention is to procure these services on a competitive basis. This is a non-personal services contract under which the personnel rendering the services are not subject, either by the contract�s terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the Government and its employees. The project is part of U.S. Army South Anti-Terrorism/Force Protection program in support to Colombia Security Cooperation Office (SCO). The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform facility operations and maintenance, generator maintenance and fuel cell maintenance and management defined in this PWS except for those items specified as government furnished property (GFP) and government furnished services (GFS). The contractor shall perform to the standards in this contract. The U.S. Government is seeking vendors that may be able to provide this requirement to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses to respond to this sources sought synopsis (SSS).� This notice 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 (SSN).� 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.� A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.� However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry.� It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.� The anticipated NAICS code(s) is 561210 Facilities Support Services, and the code has a size standard of $41,500,000. This industry comprises establishments primarily engaged in providing operating staff to perform a combination of support services within a client's facilities. Establishments in this industry typically provide a combination of services, such as janitorial, maintenance, trash disposal, guard and security, mail routing, reception, laundry, and related services to support operations within facilities. These establishments provide operating staff to carry out these support activities but are not involved with or responsible for the core business or activities of the client. Establishments providing facilities (except computer and/or data processing) operation support services and establishments providing private jail services or operating correctional facilities (i.e., jails) on a contract or fee basis are included in this industry. In your opinion, does this NAICS code fit this requirement?� If not, which NAICS code would you suggest and why? A continuing need is anticipated for the service. Attached is the draft Performance Work Statement (PWS). For your information, the contract number and name of the incumbent contractor is as follows: Contract Number: W913FT-18-P-0128 Extent of Competition: Full and Open Competition; Lowest Price Technically Accepted (LPTA) Contractor Name/Info: UNIK ARQUITECTURA SAS; UEI: LW3MFUSUMNM7; CAGE Code: A0TGZ Contract Total Firm Fixed Price: $539,342.51; base year and 3 one-year option periods and FAR 52.217-8 Clause six-month extension This requirement under consideration is being looked at as a 5-year effort, which would include 1-year base period and 4 one-year option periods. In response to this SSN, please provide: 1.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2.� If, after reviewing the draft PWS, you feel that your firm can provide the support needed, please provide the name of the firm, point of contact, phone number, email address, SAM Unique Entity Identification (UEI) number, CAGE code, and the corresponding NAICS code. 3.� 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. 4.� Please provide information in sufficient detail regarding authorization to conduct business in the country of Columbia, past performance in the country of Columbia; any relevant 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.��� 5.� Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6.� Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7.� Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services. 8. Upon receipt of responses, the Government will request from our Customer an assessment regarding each firm�s potential to fulfil our requirements as depicted in the draft PWS. 9. Questions for this SSN shall be submitted on or before 1:00PM CST on, Friday, 21 October 2022. Government Response will be addressed in the formal solicitation. 10. Responses to this SSN shall be submitted on or before 12:00 PM CST on Friday, 28 October 2022 via email to Joseph Schwener, Jr., Contract Specialist at joseph.g.schwener.civ@army.mil and Nathanial Gaunt, Contracting Officer at nathanial.d.gaunt.civ@army.mil. The Government will not return any information submitted in response to this notice. All questions MUST be in writing. In all responses, please reference PAN410-22-P-0000 000640. Verbal questions will not be accepted. This synopsis 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. No solicitation currently exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in www.sam.gov. It is the potential offerors responsibility to monitor this site for the release of any solicitation or synopsis. Primary Point of Contact:� � � � � � � � � � � � � � � � � � � �Secondary Point of Contact: Joseph Schwener, Jr.� � � � � � � � � � � � � � � � � � � � � �Nathanial D. Gaunt Contract Specialist������������������������������������������������� Contracting Officer Email: joseph.g.schwener.civ@army.mil � � � � � � � � Email:� nathanial.d.gaunt.civ@army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c5774215e3b0485d8ee003bee67945ca/view)
- Place of Performance
- Address: La Macarena, Meta, COL
- Country: COL
- Country: COL
- Record
- SN06495398-F 20221019/221017230054 (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 |