Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 15, 2023 SAM #7778
SOURCES SOUGHT

J -- JBLM Swimming Pool Maintenance

Notice Date
3/13/2023 8:54:46 AM
 
Notice Type
Sources Sought
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
W6QM MICC-JB LEWIS-MC CHORD JOINT BASE LEWIS MCCH WA 98433-9500 USA
 
ZIP Code
98433-9500
 
Solicitation Number
PANMCC22P0000006410
 
Response Due
3/24/2023 3:00:00 PM
 
Point of Contact
Lauren Gatlin, Phone: 2539687892, Jason D. McCormick, Phone: 2539663486
 
E-Mail Address
lauren.gatlin.civ@army.mil, jason.d.mccormick4.civ@army.mil
(lauren.gatlin.civ@army.mil, jason.d.mccormick4.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT NOTICE For W911S8-22-R-0005 Joint Base Lewis-McChord, Washington INTRODUCTION The Mission & Installation Contracting Command � Joint Base Lewis-McChord, Washington is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Swimming Pool Maintenance & Repair. The intention is to procure these services on a competitive basis. The Government is interested in any input from the small business community as well as questions regarding the requirement.� We encourage all small businesses, in 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), to identify their capabilities in meeting the requirement at a fair market price.� 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, and multiple awards MAY be made. DISCLAIMER.� THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSALS (RFP)� TO BE SUBMITTED. IT DOES NOT 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 ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT NOTICE IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY.� IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise because of a response to this Sources Sought Notice. TECHNICAL DESCRIPTION FOR SERVICES The applicable NAICS code for this requirement is 561790 with a Small Business Size Standard of $8,000,000.00. The Product Service Code is J044. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. If your NAICS or PSC is not listed above and you would like to express interest, please respond with your NAICS and PSC codes for this requirement. The estimated period of performance consists of a Base Period of 12 Months and 4 Option Periods. Performance estimated commencement is 1 AUG 2023. Specifics regarding the number and length of option periods will be provided in the solicitation.� The contract type is anticipated to be D type; Requirements Services. The Level of Effort anticipated is for 5 years, an estimated 1,542 net productive labor hours. PROGRAM BACKGROUND: The Department of Public Works � Joint Base Lewis-McChord, Washington is designated as the Requesting Activity. In accordance with these assignments, the contractor provides the following services: Contractor shall provide Parts & Materials required to maintain pools in fully operational condition outside the preventative and routine maintenance schedule using new parts that will meet or exceed original part/material. Contractor shall perform Routine & Preventative Maintenance to ensure that all pools remain in good working condition. The contractor shall ensure all work is done in compliance with the latest industry code and safety standards and in accordance with manufacturer's recommendations. Contractor shall submit all Monthly Reports within 5 business days of the following month. Contractor shall respond to Service calls for any immediate issues and repairs within 8 hours of the call/electronic communication being placed. Contractor must return the pool into operating working condition no later than 2 Calendar days after receipt of service call. SUMMARY OF REQUIRED CAPABILITIES: The Contractor shall provide Swimming Pool Maintenance & Repair services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: Personnel and Facility Security Clearances. The prime contractor shall have or demonstrate ability to obtain a Base Access within 5 business days from award. Adherence to the Service Contract Act. PLACES OF PERFORMANCE: Locations are all on JBLM Kimbro Pool 2161 Liggett Ave � Joint Base Lewis McChord, WA 98433 Keeler Pool 9993 Garfield St. Joint Base Lewis McChord, WA 98433 Soldier�s Field House Pool 3236 2nd Division Dr. Joint Base Lewis McChord, WA 98433 McChord Pool 736 5th St. Joint Base Lewis McChord, WA 98438 ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT): A draft Performance Work Statement (PWS) and draft Personnel Qualifications Description are attached for review. (Attachment 1) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, PST, 14 April 2023. All responses under this Sources Sought Notice must be e-mailed to Lauren Gatlin, Contract Specialist lauren.gatlin.civ@army.mil This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Amanda Ramirez, in either Microsoft Word or Portable Document Format (PDF), via email lauren.gatlin.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. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.� No phone calls will be accepted.� All questions must be submitted to the contract specialist identified above.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/50d94c9cd21c465294ad256c4c600e6a/view)
 
Place of Performance
Address: Joint Base Lewis McChord, WA 98433, USA
Zip Code: 98433
Country: USA
 
Record
SN06616776-F 20230315/230313230113 (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.