Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 20, 2013 FBO #4379
SOURCES SOUGHT

R -- Tropics Test Support Services

Notice Date
11/18/2013
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124RTTSS14
 
Response Due
12/5/2013
 
Archive Date
1/17/2014
 
Point of Contact
Maribel Sanchez, 928-328-6424
 
E-Mail Address
MICC Center - Yuma Proving Ground
(maribel.sanchez2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission and Installation Contracting Command - Yuma Proving Ground (MICC-YPG) located at the U.S. Army Yuma Proving Ground (USAYPG) in Yuma, Arizona is conducting an industry survey to locate interested sources with the ability to provide continued technical, operational, administrative, and logistical support to the Tropics Region Test Center (TRTC) mission of the U.S. Army Yuma Proving Ground (USAYPG) located in Yuma, Arizona. The TRTC is headquartered at USAYPG and manages testing activities at a variety of sites, among them: Republic of Panama, Hawaii, Australia, Guam, French Guyana, Honduras, and Suriname. A Draft Performance Work Statement (PWS) has been provided for industry review and comment to assist in the development of a performance-based PWS. Significant changes to the PWS are anticipated. The services may include, but not be limited to, the following functions: Technical and Engineering Special Services Logistical Support Services. Administrative Support Services Operations and Maintenance Services Medical Support Services Tropical Medicine Facilities Management Construction - Test Support Responses to this RFI are not considered offers and cannot be accepted by the Government to form a binding contract. This RFI is for market research purposes only and shall not be construed as a solicitation or an obligation on the part of the Government. Respondents should not submit any proprietary information when responding to this RFI. The Government will not return any information submitted in response to this RFI. Respondents must submit capability statements that clearly define the firm's ability to perform the work stated in this RFI in conjunction with the draft PWS. THIS RFI IS NOT A REQUEST FOR PROPOSAL. This RFI is a market research tool (FAR Part 10) being used to determine potential large and small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. Additionally, it is also a tool to get feedback on the requirement, detailed in the draft (PWS). Feedback is encouraged and appreciated. The North American Industry Classification System (NAICS) code contemplated for this requirement is 541330 with a size standard of $14.0M. It is the Government's intention to solicit the requirement on an unrestricted basis, however the current capabilities of industry, to include large and small business, must be confirmed. As such, both large and small businesses are encouraged to respond. The Government is not obligated to and will not pay for any information received from respondents as a result of this RFI. Historically this requirement has been solicited with a 3-year period of performance and it is anticipated that this requirement will also be a 3-year period of performance. 1.Please identify if your organization has the ability to perform all or some of the requirements described within the PWS. 2.What contract type(s) would your organization recommend for the contemplated services described within the PWS (i.e., Cost Plus Fixed Fee, Firm Fixed Price, Time & Materials, Labor Hour, etc)? 3.What North American Industry Classification System (NAICS) code would you recommend for the contemplated services described within the PWS? 4.Please identify all socio-economic statuses that apply to your organization. 5.Please identify if subcontracting opportunities exist for the contemplated services. 6.Please identify if any possible teaming arrangements exist. 7.An important performance requirement is the capability to operate with the Republic of Panama, Suriname and Honduras. How does your organization plan to meet this requirement? Please provide specifics. 8.Please advise regarding any potential organization Conflicts of Interest (OCI). Provide a brief outline describing how your organization could avoid actual or perceived OCI (See FAR 9.5). 9.Please identify any laws and regulations that may be unique to the contemplated services. 10.What risks (i.e., cost, schedule, performance/technical, etc) are associated with an organization performing both within the United States and overseas locations? How would your organization minimize the risks? Please include your rationale. 11.Please identify if your organization has the ability to obtain and maintain a minimum security clearance of TOP Secret (TS). The information obtained from this RFI will be utilized as market research for consideration in development of the Acquisition Strategy and Acquisition Plan for this requirement. The capability statement package shall be sent by mail to Maribel Sanchez, Contract Specialist, MICC-Yuma, 301 C. Street, Bldg 2364 Rm 101, USAYPG, Yuma AZ 85365-9498 or by email to Maribel.Sanchez2.civ@mail.mil Interested sources shall provide all feedback in writing no later than12:00 p.m. Noon (MST) on 5 December 2013. Questions or comments regarding this notice may be addressed to Maribel Sanchez at 928-328-6424 or via email at Maribel.Sanchez2.civ@mail.mil. All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, and e-mail address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/14b300d9fd5531ee983196b947c2daf0)
 
Place of Performance
Address: MICC - Yuma Proving Ground Directorate of Contracting, 301 C Street BLDG 2364 RM 101 Yuma AZ
Zip Code: 85365-9498
 
Record
SN03235755-W 20131120/131118233705-14b300d9fd5531ee983196b947c2daf0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.