SPECIAL NOTICE
R -- Rotation Life Support Services - PWSPRSTES
- Notice Date
- 12/2/2015
- Notice Type
- Special Notice
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Polk, PO Drawer 3918, Fort Polk, Louisiana, 71459-5000, United States
- ZIP Code
- 71459-5000
- Solicitation Number
- 5MonthExtRLS
- Archive Date
- 12/25/2015
- Point of Contact
- Kyle Heid, Phone: 3375312357
- E-Mail Address
-
kyle.l.heid.civ@mail.mil
(kyle.l.heid.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PWS, PRS, TEs The U.S. Government currently intends to award a contract extension for Rotation Life Support Services on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested small businesses to respond to this sources sought synopsis. In addition, 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), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source Firm-fixed Price contract for Mahaffey Tent & Awning Co., Inc. 5094 E Shelby Drive, Memphis, TN 38118-7503 is for the purpose of furnishing all plant, labor, materials, equipment, and services, and performing all work incidental to the set-up, operations and removal of life support structures and services at Fort Polk, LA and other locations as identified in this document and ordered on individual Task Orders in support of special training exercises conducted by the Joint Readiness Training Center (JRTC), Fort Polk, Vernon Parish, LA. Contract may also be utilized to provide logistical support during emergency situations such as hurricanes. In this PWS the word "site" is used to refer to the Tactical Training Bases (SITE), Joint Combat Outposts (JCOP), Fire Bases (FB) and/or other such areas being utilized to support particular mission requirements. The sites will be established with a combination of components and services that are specified generically in this PWS. Refer to the requirements sheets attached at TE1, TE2, TE3, and TE4 (Technical Exhibits) for typical components ordered by a particular task order issued. The Contractor shall ensure all components are placed, maintained, serviced, operated, and removed IAW the requirements established in this PWS. The period of performance for the extension is 15 December 2015 through 14 May 2016. This notice is being posted because the option, under FAR 52.217-8, was not previously evaluated at award. The statutory authority for the sole source procurement is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements). Attached are the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS) and Technical Exhibits. 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. 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 NAICS code is 561210, size standard is $38.5 million. In response to this sources sought, 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. Also, contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) 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. Information in sufficient detail regarding 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. All responses shall be submitted not later than 3PM Central Time 09 December 2015 to kyle.l.heid.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a0cfd112d92773255a8f589ea529d33e)
- Place of Performance
- Address: Various locations IAW the PWS, Fort Polk, Louisiana, 71459, United States
- Zip Code: 71459
- Zip Code: 71459
- Record
- SN03958558-W 20151204/151202234322-a0cfd112d92773255a8f589ea529d33e (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 |