SOURCES SOUGHT
Z -- Former Walter Reed Caretaker Services
- Notice Date
- 2/23/2015
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, Fort Sam Houston, TX 78234-1361
- ZIP Code
- 78234-1361
- Solicitation Number
- W9124J-15-R-0029
- Response Due
- 3/13/2015
- Archive Date
- 4/24/2015
- Point of Contact
- Shantelle Mayfield, 210-466-2250
- E-Mail Address
-
MICC Center - Fort Sam Houston (JBSA)
(shantelle.l.mayfield.civ@mail.mil)
- Small Business Set-Aside
- HUBZone
- Description
- Source Sought Synopsis For Walter Reed Caretaker Services Source Sought Synopsis Number W9124J-15-R-0029 SYNOPSIS: On behalf of the Assistant Chief of Staff for Installation Management (ACSIM), Base Realignment and Closure (BRAC) Division, the Mission and Installation Contracting Command Center - Fort Sam Houston, Texas, is conducting a SOURCES SOUGHT SYNOPSIS (SSS) pursuant to FAR Part 10-Market Research. Interested sources should respond to the questions presented within this announcement. This notice shall NOT be considered a request for proposal, quotation, or an invitation for bid. Response to this SSS does not guarantee or exclude your participation in the forthcoming acquisition process. Any information provided by the Government under this notice is preliminary and may be updated or changed prior to release of the solicitation. The Government will NOT award a contract solely on the basis of this notice, nor will it be liable for any costs associated with preparing and submitting a response to this notice. All submissions will become Government property and will not be returned. BACKGROUND: The U.S. Army requires information to determine the availability of resources to provide caretaker service at the former Walter Reed Army Medical Center (WRAMC) Installation. This Caretaker mission began at the former WRAMC Installation on 16 September 2011. All information available at the time of publication relating to administrative responsibilities, technical responsibilities, performance requirements and workload estimates, are documented in the attached Performance Work Statement (PWS). The Government seeks to maintain the caretaker operations services for the former WRAMC Installation, until some or all remaining parcels are transferred. Should the transfer of the Land Reuse Authority (LRA) parcel occur, during the period of performance of the contract, the contract will be modified to incorporate: A revised PWS; an implementation schedule; and revised funding for the transition and implementation of the revised PWS. It is the responsibility of potential offerors to be responsible for performing all operations and maintenance functions to support the former WRAMC Installation. This acquisition has historically been set aside for 8(a) small businesses; therefore, the information received from this SSS will determine, if enough competitive 8(a) vendors are available. The information received from this SSS will be used by the Government as a preliminary planning tool for the purposes of obtaining information regarding the availability and capability of qualified 8(a) businesses under the North American Industry Classification System (NAICS) Code 561210, Facilities Support Services. The associated size standard is $38.5 Million as measured by total revenues. The anticipated period of performance is one Base Year of 12 months and two (2) 12-month option years. EXISTING CONTRACT: The U.S. Army currently contracts for caretaker services with a Cost Plus Fixed Fee (CPFF) contract vehicle. The current contract was awarded with a one year base period and a six-month option period under Contract Number W9124J-14-C-0074, valued at more than $15M. For informational purposes only, historical data regarding the dollar amount awarded under the current contract may be found on www.fpds.gov. This required was previously put in the 8(a) program therefore in accordance with FAR 10.001(a)(3)(i), in order to determine if sources capable of satisfying the agency need exists, the Government will consider SSS responses received from all 8(a)'s. Responses to this SSS permit the contracting officer, in accordance with FAR 19.203(c), to consider rather there are enough 8(a) concerns to allow for competition. Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns. Describe any conditions, if any that may limit small businesses from participation. SUBMITTAL INFORMATION: The Government will not review general capability statements, please ensure submissions are tailored to this requirement and information requested below. There is a five (5) page limit, which offerors shall submit in PDF or MS Word Format. In order to achieve a thorough understanding of your firm's capabilities, please provide the information listed below. Cover Page. The cover page shall include the following information: oRespondent Name: oMailing Address: oPoint of Contact (POC): oTitle: oPOC Phone: oPOC E-Mail: oDUNS (if applicable): oCAGE Code (if applicable): oActive Registration/Certification in the System for Award Management (https://www.sam.gov/): oType of Business (Small or Large): Prior/current experience performing efforts of similar size and scope within the last five years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value (and value of subcontract, if a subcontractor), Government/customer point of contact with current phone number and email address, and a brief description of how the referenced contract relates to the services described herein. The respondent may identify any unique characteristics or alternative solutions to the performance of work. Respondents are encouraged to review the information requested above carefully and ensure a complete response for thorough consideration. Please note respondents responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government will not return any information submitted in response to this notice. Responses or inquiries about this sources sought synopsis shall be submitted on or before COB on 13 March 2015 via email to Shantelle L. Mayfield at shantelle.l.mayfield.civ@mail.mil or by mail to Mission and Installation Contracting Command, ISP Contracting Office - Fort Sam Houston, ATTN: Shantelle L. Mayfield, 2205 Infantry Post Road, Bldg 603, 1st Floor, Fort Sam Houston, Texas 78234-1361. The subject of your email must include your company's legal name, state the nature of your email and include the SSS Contract Number W9124J-15-R-0029. For example, the subject of your email should be similar to the following: a) Company XXXXX Completed SSS Contract Number W9124J-15-R-0029 b) Company XXXXX Question Regarding SSS Contract Number W9124J-15-R-0029 Please note: The Army is interested in maximum effective competition. If you feel any of the aspects listed in this announcement unreasonably restrict competition, please submit a Statement of Unreasonable Restrictions to Competition to the MICC Advocate for Competition, Dean Carsello at dean.m.carsello.civ@mail.mil. In your statement, please reference this announcement number and Walter Reed Caretaker Services. Also, your statement must indicate what element of the planned acquisition specifically is restricting competition and why it is unreasonable.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/140873b449c44087d9f190cd7ef2d7e5)
- Place of Performance
- Address: MICC Center - Fort Sam Houston (JBSA) Directorate of Contracting, Fort Sam Houston TX
- Zip Code: 78234-1361
- Zip Code: 78234-1361
- Record
- SN03648856-W 20150225/150223234857-140873b449c44087d9f190cd7ef2d7e5 (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 |