Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 21, 2014 FBO #4472
MODIFICATION

M -- Sources Sought/Request for Information for Base Operations Support Services Fort Carson, CO Modification 001 Multiple amendments will be posted in order to upload all the TEs.

Notice Date
2/19/2014
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
MICC - Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-14-R-0007
 
Response Due
2/24/2014
 
Archive Date
4/20/2014
 
Point of Contact
franklinaw, 719-526-0813
 
E-Mail Address
MICC - Fort Carson
(amy.w.franklin@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
See quote mark additional documents quote mark for RFI Amendment 003 THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes only as defined in FAR 15.201(e) to obtain comments on preliminary requirement specifications, it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. A previous RFI was posted under the solicitation number W911S8-13-R-0007. Any responses submitted under the previous RFI will not be considered as part of Fort Carson's market research. If you are a new or previously interested party regarding the BOS Services at Fort Carson, please submit a response to this RFI. The Fort Carson Contracting Office is seeking comments on the below questions: 1)Briefly describe the Contractor's primary business line(s): 2)Provide the Contractor's DUNS number and Cage Code. Provide the socioeconomic status of the Contractor with this response, if any (8(a), HUBZone, Service-Disabled Veteran, economically-disadvantage-women, large business, etc). 3)Briefly describe the base operations and maintenance support services that the Contractor's company provides; to include providing resources to plan, organize, manage personnel, operate and perform the Fort Carson base operations and maintenance support services. 4)Please demonstrate the Contractor's capability by providing recent and relevant past performance history. Please provide no more than five of the most recent and relevant experience to include contract number, location, value, period of performance and scope of work and point of contact. 5)Based on the Contractor's performance of similar services, what type of contract will work best for this requirement (Firm-Fixed-Price, Cost-Plus-Fixed-Fee, etc.)? Please identify and provide rationale for which elements of the contract may be performed with a firm-fixed-price or are best suited for cost reimbursement? 6)Based on the functional areas of work, what would be the recommended benefit of using Lowest Price Technically Acceptable versus best value trade-off (when evaluating Contractor proposals)? Provide supporting information or recommend areas on the Contractor's professional opinion. 7)Based on your performance of similar services, provide examples of some factors that would provide most advantageous trade off factors for best value trade-offs. 8)Based on the attached Draft Performance Work Statement (PWS), can the Contractor perform all work for this requirement? If not, what percentage of work will be sub contracted? 9)What past experience has your company had in managing contracts of this magnitude? What past experience of your firm makes you capable of handling a contract of this scope and magnitude? Were you a prime or subcontractor on contracts of similar magnitude? If you were a subcontractor, what part of the work were you responsible for? 10)What is your experience in being a prime contractor? Also, what is the maximum number of subcontractors you had on one contract with a scope of work similar to this one? 11)FAR clause 52.219-14 states that at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. How have you complied with this regulation on past similar contracts? Do you anticipate being able to comply on this contract given the PWS? 12)Does your company have the cash flow or resources available to manage a large contract if the Government pays on a monthly basis? Based on the projected workload, how long will you be able to sustain payroll, should a delay in payment, outside of our office control, occur? 13)Does the Contractor have an accounting system determined acceptable by the Defense Contract Audit Agency (DCAA) for accumulating and reporting incurred costs under cost-reimbursement contracts in accordance with DFASRS clause 252.242-7006? 14)As the prime contractor, do you or will you have a purchasing system that complies with the criteria in DFARS 252.244-7001(c)? If so, provide a copy of the letter identifying that you have an approved purchasing system. 15)Through past experience, what would be the recommended CLIN structure based upon the requirements in the PWS? 16)Please provide feedback on the draft PWS to determine which areas may be unclear or where more specific information may be useful. Do you have any overall recommendations for improving the PWS? 17)Fort Carson is undergoing significant expansion of facilities and infrastructure as a Base Realignment and Closure (BRAC) gaining installation which makes it difficult for the installation populations and contract requirements to be predictable. Based upon past experience with BOS services, can the contractor assist the government in indentifying benefits of a cost reimbursement contract versus a firm-fixed-price contract? 18)Indentify any measurable ways for the contractor and Government to assure cost controls. 19)Provide a recommendation and explanation of what type of fee might incentivize the contractor to control costs and also be the best suited for this requirement given the fiscal uncertainties and likelihood of frequent incremental funding. (i.e. fixed fee, incentive fee). 20)Will your company submit a proposal for this requirement? (Assuming your company is qualified under the set-aside chosen.) A Draft PWS and Draft Technical Exhibits have been attached to assist with the above questions. The Acquisition Strategy for this requirement has yet to be approved, and thus a set aside, if any, has not been finalized yet. Once a set-aside, if any, is known a notice will be posted on FBO. The submittal in response to this RFI shall be provided on standard letter size 8-1/2 by 11 inch paper. The submittal shall be no more than 20 pages. The font for text shall be Times New Roman 12-point or larger. Submitted responses should be in Microsoft Word or Adobe Acrobat format. Responses for the above questions are due no later than 24 February 2014, 17:00 MST. Responses on the comments and concerns of the PWS are due no later than 3 March 2014, 17:00 MST. Responses shall be submitted via e-mail only to Amy Franklin, at amy.w.franklin.civ@mail.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. NO CLASSIFIED INFORMATION shall be submitted in response to this RFI. Questions regarding this announcement shall be submitted in writing by e-mail to Amy Franklin. A responder may request clarification or submit technical questions regarding this RFI in writing for any requirement that is unclear by sending an e-mail to Amy Franklin. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide capabilities to the Base Operations and Maintenance Support Services at Fort Carson, Colorado and receive comments regarding the requirements documentation. The information provided in the RFI is subject to change and is not binding on the Government. The Army has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned, but will be handled in accordance with applicable proprietary markings.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0567ffd7c064bbabc90cc8890757784c)
 
Place of Performance
Address: MICC - Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN03291083-W 20140221/140219234451-0567ffd7c064bbabc90cc8890757784c (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.